Omnissa - Workspace ONE
ID: 2026-R-017Type: Solicitation
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for a twelve-month subscription to Omnissa Workspace ONE software and related support services. The procurement requires that offerors be authorized resellers of Omnissa Workspace ONE, with firm fixed-price quotations for both Standard and Advanced versions of the software. This initiative is crucial for maintaining the Senate's IT infrastructure and ensuring efficient management of end-user services. Interested vendors must submit their questions by December 26, 2025, and all quotes and required documents by January 5, 2025, with further inquiries directed to Tonia Courtney at zemirah_courtney@saa.senate.gov or by phone at 202-224-0120.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the instructions and submission requirements for Request for Quotation 2026-R-017 for U.S. Senate, Omnissa Workspace One. Key instructions include signing and returning the PRICING TABLE, being an authorized Omnissa Workspace One reseller, and including applicable End User License Agreements (EULA) and an ADDENDUM TO COMMERCIAL AGREEMENTS. Resellers must provide an OEM authorization statement. If offering telecommunications equipment or high/moderate-impact information systems, an OEM Statement of Compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, is required. Questions are due by December 26, 2025, at 12 p.m. ET, and quotes by January 5, 2025, at 12 p.m. ET, both via email. Submission requirements emphasize an active SAM registration, sourcing products from authorized US channels only, and providing Firm-Fixed-Prices in the Excel worksheet format. All terms and conditions must be submitted in full text. The Senate reserves the right to reject incomplete quotes and will make one award based on Lowest Price Technically Acceptable criteria.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued Request for Quotation (RFQ) 2026-R-017, seeking proposals for Omnissa Workspace ONE software and related support subscriptions. The RFQ, which includes a pricing table, instructions, submission requirements, and contract clauses, requests firm fixed-price (FFP) quotations for various quantities of 1-year subscriptions for both Standard and Advanced versions of the software. All prices are to be in USD, and shipping is to be F.O.B. Destination, United States Senate, Washington, DC. Offerors must indicate if their quotation is Open Market or subject to a GSA Schedule/NASA SEWP/Other GWAC, and price quotes must be valid until January 31, 2025. The SAA reserves the right to reject non-compliant quotations.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued Request for Quotation (RFQ) 2026-R-017 for a one-year subscription to Omnissa Workspace ONE Standard and Advanced, including production support, on a Firm Fixed Price (FFP) basis. The RFQ includes a pricing table for specific line items, with prices to be quoted in USD and valid until January 31, 2025. Offerors must indicate if their quotation is Open Market, GSA Schedule, NASA SEWP, or Other GWAC. Shipping is F.O.B. Destination to Washington, DC, and any shipping/handling charges must be identified separately. The SAA reserves the right to reject non-compliant quotations.
    This document outlines the comprehensive Purchase Order Clauses for procurements by the U.S. Senate Sergeant at Arms (SAA), effective December 2025. It establishes the SAA Contracting Officer's authority, an order of precedence for contractual documents, and mandates compliance with Senate security regulations. Key provisions include the SAA's right to inspect and reject non-conforming goods/services, strict rules against incorporating external terms by reference without explicit approval, and guidelines for price adjustments. The document details invoicing and payment procedures, emphasizing that the Senate is tax-exempt and not subject to the Prompt Payment Act or vendor-imposed late fees. It explicitly rejects contractor advertising using Senate affiliation, outlines policies against gratuities and conflicts of interest, and details conditions for termination for cause or convenience. Critical sections address Senate Data Protection, Privacy and Confidentiality, Cybersecurity, Data Transfer, prohibitions on Artificial Intelligence training with Senate data, and data return/destruction protocols. Incident notification procedures are specified, along with personnel security requirements for contractors needing Senate building access or network/device usage, including background checks and eligibility criteria. The document asserts the applicability of only federal law relevant to the U.S. Senate, rejects automatic renewals and certain indemnification clauses, and preserves the government's rights in cases of fraud.
    This addendum outlines the U.S. Senate, Office of the Sergeant at Arms' (SAA) specific terms for commercial agreements, superseding conflicting vendor license agreements. It addresses critical areas such as unauthorized obligations, prohibiting terms that could violate the Anti-Deficiency Act or force the SAA to pay future fees, penalties, or indemnify the contractor. The addendum clarifies indemnification for third-party claims, particularly intellectual property infringements, with the Department of Justice retaining control over litigation. It rejects automatic renewals, contractor audit rights (allowing self-audits instead), and SAA responsibility for taxes or additional fees. Furthermore, it restricts incorporating external terms by reference, mandates federal law and regulations for venue and choice of law, and prohibits mandatory arbitration and unilateral contractor termination or modification. The document also includes provisions on advertising, confidentiality, data protection post-contract, termination for default or convenience, gratuities, and the availability of funds, ensuring that all contractual relationships align with federal law and SAA needs.
    The OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement is a crucial document for government RFPs, federal grants, and state/local RFPs. It ensures that Original Equipment Manufacturers (OEMs) comply with Section 208 of the Legislative Branch Appropriations Act, 2020. This act, part of the Further Consolidated Appropriations Act, 2020 (P.L. 116-94), prohibits the acquisition of specific telecommunications equipment and high-impact or moderate-impact information systems. These systems are defined by the National Institute of Standards and Technology's (NIST) Federal Information Processing Standard Publication 199. The statement requires a certifying officer to attest to the OEM's adherence to these regulations, thereby preventing the use of non-compliant equipment in federal information systems. This document is essential for maintaining national security and ensuring the integrity of government IT infrastructure.
    The document, identified as Question and Answers 2026-R-017 Workspace ONE, is a Q&A exchange related to a government procurement request. The core purpose of the document is to clarify details for a maintenance renewal of Omnissa Workspace ONE Advanced – On Premise and Omnissa Workspace ONE Standard – On Premise licenses for the U.S. Senate Sergeant at Arms (Account: 339181790). The SAA was initially unable to provide specific pricing information. A key request from the vendor side was for a previous PO number, quote number, or SID/Contract number to ensure accurate identification of the renewal licenses and the application of all relevant discounts. This document is typical of the information exchange that occurs during the RFP or procurement process to ensure all parties have the necessary details for accurate bidding and contract execution.
    The document is a Q&A exchange regarding RFP 2026-R-017 for Workspace ONE, specifically addressing a maintenance renewal for Omnissa Workspace ONE Advanced – On Premise and Omnissa Workspace ONE Standard – On Premise licenses. The U.S. Senate Sergeant at Arms (Account: 339181790) is the entity requesting the renewal. The SAA was initially unable to provide requested information but later confirmed the nature of the request. The document indicates a need for a previous PO, quote, or contract number to accurately identify the licenses and apply appropriate discounts for the renewal.
    Lifecycle
    Title
    Type
    Omnissa - Workspace ONE
    Currently viewing
    Solicitation
    Similar Opportunities
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking proposals from authorized resellers for "Pure Storage as a Service" to manage and store data securely. The procurement aims to establish a reliable storage solution that meets the SAA's data processing and cybersecurity requirements, ensuring compliance with Senate regulations. This service is critical for maintaining the integrity and confidentiality of sensitive Senate data. Interested vendors must submit their proposals by January 12, 2025, including a signed pricing table and proof of authorization as a Pure Storage reseller, with questions due by December 29, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-224-0120.
    Pure Storage as a Service
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Pure Storage to provide storage solutions for Senate data through a contract titled "Pure Storage as a Service." The procurement requires offerors to submit firm-fixed-price quotations for various Pure Storage //X70 Series models, which will support multiple operating systems and include a base year followed by four option years. This service is critical for maintaining the Senate's data infrastructure and ensuring compliance with federal regulations, particularly regarding telecommunications equipment. Interested parties must submit their quotes by January 12, 2025, and direct any inquiries to Tonia Courtney at zemirahcourtney@saa.senate.gov or by phone at 202-224-0120.
    Pure Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking authorized resellers of Pure Storage to provide data storage solutions as outlined in Request for Quotation (RFQ) 2025-R-072. The procurement includes various configurations of Pure Storage //X70 Series systems for both production and lab environments, supporting multiple operating systems and virtualization platforms. This initiative is critical for the SAA to effectively manage and store its data, ensuring compliance with federal regulations and operational efficiency. Interested vendors must submit their firm-fixed-price quotations by January 12, 2026, with all submissions sent via email to acquisitions@saa.senate.gov. For further inquiries, contact Tonia Courtney at 202-909-9017 or via email at zemirahcourtney@saa.senate.gov.
    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.
    ManageEngine Service Desk Plus Enterprise Edition
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals for the procurement of the ManageEngine Service Desk Plus Enterprise Edition under a firm-fixed-price contract. This procurement involves an annual subscription for 65 technicians managing 4000 nodes, aimed at renewing the government's current software subscription set to expire on April 18, 2026. The software is critical for enhancing IT service management capabilities within the agency's infrastructure. Interested vendors must submit their proposals electronically by 12:00 PM EST on January 8, 2026, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM) at the time of submission.
    Anonymous + Residential Feed
    Administrative Office Of The Us Courts
    The Administrative Office of the United States Courts (AOUSC) is seeking quotes for the procurement of software licenses for the Anonymous + Residential Feed on the Spur SaaS platform, under solicitation number USCA26Q0030. This opportunity includes a base year of service with options for two additional one-year periods, and the contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror who meets all requirements, including providing a compliant software license and proof of authorized reseller status if applicable. The software is crucial for supporting the federal judiciary's mission by providing essential data services, including daily updates and access to historical data. Interested vendors must submit their quotes electronically by January 13, 2026, and can direct any questions to Dwight Shockency or Nonya Montano at the provided contact information.
    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 and 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 effective operational capabilities, ensuring the smooth functioning of its billing, collection, and disbursement processes. 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.
    Industry Day: Food Service, Senate Office Buildings (SOB) Q&A
    Architect Of The Capitol
    The Architect of the Capitol (AOC) is hosting an Industry Day focused on food service opportunities within the Senate Office Buildings (SOB), with events scheduled for December 3, 2025 (virtual) and December 4, 2025 (in-person). The AOC aims to engage experienced vendors capable of providing a range of food services, including fine dining, cafeterias, catering, and vending, and plans to issue three separate solicitations for different groupings of food service outlets. This initiative is crucial for maintaining high-quality food service operations for Senate staff and visitors, with historical sales data indicating an annual total of $15 million and an average daily population of 10,000. Interested contractors must RSVP by November 26, 2025, to aocprocurement@aoc.gov, and direct any questions to Moyah Wilson at moyah.wilson@aoc.gov.
    R499--Vocera Software License/Subscription Support and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for Vocera Software License/Subscription Support and Maintenance at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves providing a perpetual license, subscription term license, software maintenance updates, and unlimited technical support for the existing Vocera Communications system, with the contract structured as a Firm-Fixed Price for a base year and four optional one-year extensions. This service is critical for maintaining effective communication within the VA medical facility, ensuring operational capabilities as intended by the manufacturer. Quotes are due by January 15, 2026, at 4:00 PM Central Time, and must be submitted via email to Contract Specialist Jeneice Matthews at jeneice.matthews@va.gov, with the requirement that all offerors are registered in the System for Award Management (SAM) and certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.