U.S. Senate Infoblox Procurement
ID: 2025-R-049Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMS

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotations for the procurement of Infoblox hardware and related services under Request for Quotation (RFQ) 2025-R-049. This procurement includes specific hardware items, such as Trinzic X6 models and associated power cords, as well as maintenance and software services necessary for network management and DNS traffic control. The selected vendor will be required to comply with federal procurement regulations, including adherence to Section 208 of the Legislative Branch Appropriations Act, ensuring that all telecommunications equipment meets security standards. Interested offerors must submit their signed pricing tables and compliance documents by May 5, 2025, and can direct inquiries to Holly McDonald at holly_mcdonald@saa.senate.gov or by phone at 202-224-0657.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an addendum to commercial agreements for contractors wishing to enter into contracts with the U.S. Senate’s Office of the Sergeant at Arms (SAA). It outlines prohibitions and stipulations regarding contractual terms that may conflict with federal laws or Senate regulations, such as indemnification clauses, automatic renewal provisions, and audit rights. The addendum emphasizes that any conflicting terms will be deemed void, thereby clarifying that the SAA will not agree to terms that impose unauthorized obligations or liabilities, such as future fees or costs. Additionally, it establishes requirements for dispute resolution, highlighting that all claims must be managed in accordance with federal law, without mandatory arbitration. The addendum also mandates the confidentiality of contractual information and outlines provisions for termination by either party under specific circumstances. Furthermore, the SAA's obligations for payments are contingent upon the availability of appropriated funds. Overall, this addendum ensures the SAA's operational integrity and legal compliance while detailing expectations and responsibilities for contractors within the context of government procurement practices.
    The U.S. Senate Office of the Sergeant at Arms (SAA) is issuing a Request for Quotation (RFQ) for specific hardware and power cord products, tendered under RFQ 2025-R-049. The RFQ outlines a firm-fixed-price basis for the purchase, emphasizing that all prices must be quoted in USD and will be valid until June 21, 2025. The document includes detailed specifications for six items from Infoblox Inc., including various models of Trinzic X6 hardware and related power cords, with a total cost currently stated as $0.00 due to lack of specified pricing. Offerors must comply with stringent submission instructions and provide mandatory vendor information, including company details and identification numbers. Shipping is specified as F.O.B. Destination to the United States Senate in Washington, DC. The RFQ sets the framework for compliant proposals to ensure the SAA receives qualified quotations for essential hardware components necessary for their operations, reinforcing the government's structured procurement process. Overall, the RFQ highlights the commitment to obtaining necessary technology while adhering to federal procurement regulations.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for various hardware and software products associated with Infoblox Inc. The pricing table, organized into base and option years, outlines specific items with designated quantities but lists all prices as $0.00, indicating a placeholder or a requirement for potential Offerors to provide their quotes. The RFQ covers a range of subscriptions and maintenance services for network management, DNS traffic control, and reporting software, emphasizing Firm-Fixed-Price quotations, with shipping to be included at F.O.B. Destination in Washington, DC. Vendors must confirm whether the quotation will be on the Open Market or through established governmental schedules (GSA, NASA SEWP). The document mandates compliance with specific submission requirements, reiterating the SAA's right to reject non-compliant offers. This RFQ reflects the government's protocol for procuring technological services while ensuring transparency and competitive bidding among potential suppliers.
    The document outlines the instructions and requirements for submitting quotes in response to Request for Quotation (RFQ) 2025-R-049 for the U.S. Senate Infoblox Procurement. Offerors must return signed pricing tables in Excel, along with various compliance statements, including any End User License Agreements or contract terms. Resellers must provide proof of authorization from Original Equipment Manufacturers (OEMs) and ensure compliance with Section 208 of the Legislative Branch Appropriations Act, which restricts certain telecommunications equipment. Submissions must be emailed to the specified address by May 5, 2025, with recommendations for early submission. Offerors must maintain active registration in the System for Award Management (SAM) and guarantee compliance with federal acquisition regulations. Final award decisions will be based on a Lowest Price Technically Acceptable methodology, prioritizing total evaluated prices. The document underscores the importance of thorough submission adherence to prevent rejection due to missing specifications. This procurement process reflects established Senate Procurement Regulations.
    This document outlines the Purchase Order Clauses applicable to contractors engaging with the U.S. Senate through the Sergeant at Arms (SAA). It specifies the authority of the Contracting Officer, detailing the order of precedence among documents guiding the contract and emphasizing compliance with Senate security regulations. Key provisions include acceptance and inspection rights, conditions for pricing adjustments, tax exemptions for the Senate, and requirements for invoicing and payment, including avoiding state and local taxes. Additional clauses address advertising restrictions, gratuities, conflict of interest, contract termination conditions, cybersecurity obligations, and data handling protocols, including restrictions on data transfer and artificial intelligence training usage. The contractor is responsible for maintaining the confidentiality and security of Senate data, with strict incident notification requirements for potential breaches. The document clarifies that only applicable federal laws governing the Senate apply, along with details for contract assignment and potential fraud recovery methods. Overall, this framework establishes clear expectations and responsibilities for contractors while protecting Senate interests and ensuring regulatory compliance.
    The OEM Statement of Compliance addresses adherence to regulations under Section 208 of the Legislative Branch Appropriations Act, 2020, which prohibits acquiring certain telecommunications equipment and specified information systems categorized by the National Institute of Standards and Technology (NIST). The document confirms the Original Equipment Manufacturer's compliance with these federal standards, which aim to enhance security by limiting procurement to trustworthy technologies. The statement requires the certifying officer's name, title, signature, and date, solidifying accountability. This document plays a critical role in the government procurement process by ensuring that vendors meet necessary security compliance before engaging in contracts, reflecting the federal commitment to safeguarding sensitive information and systems against risks associated with telecommunications technology.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers of Cohesity for backup storage solutions to manage SAA data. The procurement aims to secure Cohesity 4-Node Blocks for both production and lab environments, along with necessary subscriptions and support, emphasizing compliance with federal regulations, including an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020. This initiative is critical for ensuring the integrity and security of data management within the Senate's IT infrastructure. Interested offerors must submit their signed pricing tables and any required documentation by January 12, 2026, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement aims to secure Cohesity 4-Node Blocks with varying storage capacities, along with associated subscriptions for DataPlatform, Helios, and DataProtect, which are critical for data management and protection within the Senate's IT infrastructure. Interested vendors must comply with specific requirements, including providing an OEM statement of compliance with federal regulations and submitting their quotes by December 19, 2025, at 5 p.m. ET, with questions due by December 11, 2025. For further inquiries, vendors can contact Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-909-9017.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    USAC RFQ: Tableau License Renewal
    Federal Communications Commission
    The Federal Communications Commission (FCC) is seeking quotes for the renewal of Tableau Software licenses through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to procure the necessary software to support USAC's administrative functions related to the Universal Service Fund and its associated support mechanisms. The renewal of these licenses is crucial for USAC to effectively manage billing, collection, and disbursement functions under FCC oversight. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Notice of Intent to Sole Source - Fiscal Note CQ Roll Call
    International Trade Commission, United States (duns # 02-1877998)
    The U.S. International Trade Commission intends to award a sole source Purchase Order to CQ Roll Call, Inc. for the provision of an integrated legislative tracking system for the year 2026. This system is essential for monitoring legislative developments, comparing draft bills, and providing daily news updates and analyses to support the Commission's research and statutory studies. Given that CQ Roll Call, Inc. is the only provider capable of fulfilling these specific requirements, the procurement will not be open to competitive quotations. Interested parties may submit information to Alisha Hunt, the Contracting Officer, at Alisha.Hunt@usitc.gov within five days of this notice, although a solicitation will not be issued.
    Aruba Network Hardware
    Government Accountability Office
    The Government Accountability Office (GAO) is seeking to procure Aruba Network Hardware through a sole-source justification to Hewlett Packard Enterprise Company (HPE) under the NASA Solutions for Enterprise-Wide Procurement (SEWP) V Government-Wide Acquisition Contract. This procurement aims to fulfill specific IT and telecom hardware needs, particularly in the area of servers and perpetual license software, which are critical for the GAO's operational capabilities. The justification for this sole-source order emphasizes the unique qualifications of HPE and the necessity of their products for the GAO's requirements. Interested parties can reach out to primary contact Mohamed Abdelghany at AbdelghanyM@gao.gov or secondary contact Cedric Mitchener at MitchenerC@gao.gov for further information.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Redgate SQL Toolbelt
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for a firm-fixed-price contract for a Redgate SQL Toolbelt Subscription for fiscal year 2026. The procurement is specifically for brand name software, and interested offerors must provide detailed technical information, including a published price list and compliance with federal regulations, as part of their submission. The Redgate SQL Toolbelt is essential for database management and development, ensuring efficient operations within the Navy's IT framework. Quotes must be submitted via email to Benjamin Flores by 12:00 PM on December 17, 2025, with a requested delivery date of January 6, 2026.
    Berth, Crew Rack and Locker, Wardrobe
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    59--SWITCH,RADIO FREQUE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 76 units of the SWITCH, RADIO FREQUE (NSN 5985016495473). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 11 units. The items are critical components in electronic equipment and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer listed in the solicitation document, with further details available at the DLA's DIBBS website.