Omnissa - Workspace ONE
ID: 2025-R-028Type: 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)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 20, 2025, 5:00 PM UTC
Description

The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide a twelve-month subscription and support services for VMware Workspace ONE. The procurement aims to secure essential IT and telecom services, specifically for help desk support and productivity tools, to enhance the operational capabilities of the Senate. Offerors must be authorized resellers of Omnissa Workspace ONE and are required to submit firm fixed price quotations, including detailed pricing for various subscription levels and compliance with federal regulations. Interested vendors must direct questions by January 16, 2025, and submit their quotations by January 20, 2025, to Tonia Courtney at zemirah_courtney@saa.senate.gov, with all proposals valid until February 28, 2025.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 7:05 PM UTC
The document outlines the Request for Quotation (RFQ) 2025-R-028 for Omnissa Workspace One by the U.S. Senate. It specifies that Offerors must submit a completed PRICING TABLE in Excel format, including mandatory vendor details and any applicable End User License Agreements (EULAs). Along with the pricing, Offerors must provide authorization from the Original Equipment Manufacturer (OEM) confirming their ability to sell to the Federal Government, and comply with Section 208 of the Legislative Branch Appropriations Act, 2020, regarding telecommunications equipment. Questions must be directed to designated Senate email addresses by January 16, 2024, while quotations are due by January 20, 2025. Offerors need active registration in the System for Award Management, must supply products from authorized channels in the USA, and provide firm-fixed prices. Proposals may be rejected if key items are missing or deviate from specifications. The procurement follows Senate regulations, and the Senate will award the contract based on the lowest price that meets technical standards. Attachments included with the RFQ provide further details and requirements for compliance.
Jan 15, 2025, 7:05 PM UTC
The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for various products and services, specifically targeting VMware Workspace ONE subscriptions and support for a one-year period per device. The RFQ outlines a pricing table that includes multiple line items with specified quantities, but all unit prices are currently marked as $0.00, indicating that bidders must provide their pricing. The Offeror is required to submit their proposal on a Firm Fixed Price basis, with additional costs for shipping or handling identified separately. The document mandates essential vendor information, including tax identification and a unique entity identifier, to ensure compliance with the RFQ instructions. Offerors must specify if their quotation is Open Market or subject to a GSA Schedule or other GWACs, with the quotes being valid until February 28, 2025. This RFQ reflects the federal government's structured approach to procurement, ensuring transparency and accountability in acquiring necessary service subscriptions.
Jan 15, 2025, 7:05 PM UTC
The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) 2025-R-028 for specific products and services. The Request comprises a pricing table, instructions for submission, and contractual clauses. The SAA invites vendors to provide firm fixed price quotations for a one-year subscription to VMware Workspace ONE Standard and Advanced, including production support for one device. The quoted prices should be denominated in USD, with separate identification of shipping and handling costs. Vendors must state whether their pricing is based on the Open Market or is subject to government schedules (GSA, NASA SEWP, etc.), and provide essential vendor details including tax IDs and DUNS numbers. Quotations are valid until February 28, 2025. The SAA retains the right to reject non-compliant quotations. This document indicates the SAA's intent to procure software services vital for their operational needs while adhering to federal procurement regulations.
This document outlines the Purchase Order Clauses applicable to contracts with the U.S. Senate, specifically under the administration of the Sergeant at Arms (SAA). Key provisions include the authority granted to the Contracting Officer, clarifications on the order of precedence of contractual documents, and requirements for compliance with Senate security regulations. It stipulates the inspection rights of the SAA, acceptance criteria for goods and services, and the procedure for invoicing and payment, highlighting the Senate's tax-exempt status. Additionally, the document addresses confidentiality, cybersecurity measures, and the treatment of Senate data, prohibiting unauthorized disclosure or use of such information. Clauses for conflict of interest, termination for cause or convenience, and provisions regarding delays are included. The Purchase Order also solidifies that federal laws specific to the Senate apply, while rejecting conflicting terms in Contractor Specific Terms. Overall, this comprehensive outline ensures that the Senate maintains control and security over its contractual obligations, while establishing clear guidelines for contractors.
Jan 15, 2025, 7:05 PM UTC
The Addendum to Commercial Agreements outlines specific conditions that will be integrated into contracts between contractors and the U.S. Senate's Office of the Sergeant at Arms (SAA) if proposals are accepted. It emphasizes that commercial terms must align with federal laws and Senate regulations, declaring any conflicting terms null and void. Key provisions address unauthorized obligations, stating that clauses requiring future fees or penalties are unenforceable against the SAA. The document specifies that automatic renewals are prohibited, and contractors cannot audit SAA software use. It also establishes that the SAA is not liable for any additional taxes or fees. Various rules regarding liability, dispute resolution, indemnification, and termination conditions are set forth to assert the SAA's control and protect its interests. The contractor's rights to modify terms or unilaterally terminate the agreements are restricted, maintaining that any changes must undergo mutual modification processes. The summary underscores the intent to safeguard taxpayer interests and adherence to legal frameworks in federal contracting.
Jan 15, 2025, 7:05 PM UTC
The OEM Statement of Compliance addresses adherence to the telecommunications equipment procurement limitations stipulated in Section 208 of the Legislative Branch Appropriations Act, 2020, as included in the Further Consolidated Appropriations Act, 2020 (P.L. 116-94). This compliance ensures that the Original Equipment Manufacturer (OEM) avoids acquiring specific telecommunications equipment and designated high-impact or moderate-impact information systems, as per the security categorizations defined by the National Institute of Standards and Technology (NIST). The document requires certification from an authorized officer, who affirms their understanding and belief in the OEM's compliance with these legal provisions. Overall, the statement reflects the government's focus on securing telecommunications infrastructure and information systems by restricting certain procurements that may pose security risks.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
U.S Senate Support Operations Multi-Award IDIQ IT Equipment Moving, State Office Shredding, & Emergency Biohazard Cleaning
Buyer not available
The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking vendors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract to provide essential services, including moving IT security cabinets, shredding documents, and emergency cleaning in the Washington D.C., Maryland, and Virginia areas. The contract aims to support Senate operations, particularly during election cycles, with vendors allowed to bid on one or more of the service categories. The total contract ceiling is set at $1.5 million, with no guaranteed minimum work, and proposals must be submitted by 12:00 Noon ET on November 8, 2024, to the attention of Nicole Barnes at acquisitions@saa.senate.gov. Interested parties are encouraged to review the solicitation documents for detailed requirements and compliance standards, including cybersecurity protocols.
U.S. Senate Fleet & Transportation Management Solution & KeyTrack Solution
Buyer not available
The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotations for a Fleet & Transportation Management Solution and a KeyTrack Solution to enhance operational efficiency and security compliance within Senate operations. The procurement aims to modernize the management of a fleet of 65 vehicles, initially implementing GPS tracking on four vehicles and expanding to all, while integrating new systems to replace current reliance on Excel and Outlook. Interested vendors must submit their quotes by March 21, 2025, with a total contract performance period spanning from May 2025 to September 2029, and are required to comply with federal procurement standards, including Section 208 of the Legislative Branch Appropriations Act, 2020. For inquiries, contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321.
Systems Engineering and Technical Assistance Multi-Award IDIQ
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified contractors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Systems Engineering and Technical Assistance (SETA). The primary objectives include providing procurement assistance, acquisition planning, and operational support in areas such as information technology, telecommunications, and security operations. This contract is crucial for enhancing the Senate's technical capabilities and ensuring efficient operations, with a maximum ceiling of $1 million and no guaranteed minimum workload. Interested parties should submit their proposals by April 15, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
6530--Mobile Electronic Workstations Salt Lake City VA Medical Center, Utah
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide 15 mobile electronic workstations for the Salt Lake City VA Medical Center, Utah, in support of patient care as part of the new Emergency Department set to be completed by Summer 2025. The workstations must meet specific technical requirements, including mobility, a battery life capable of powering equipment for up to 12 hours, and ergonomic features to accommodate various user heights. This procurement is crucial for enhancing medical equipment provision within the facility, and interested vendors are required to submit their capability statements, business size, and production details by April 4, 2025, to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov.
NX EQ Workstations Medical PACS
Buyer not available
The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying Medical PACS Workstations, specifically brand name or equal Dell Medical PACS Workstations, on a national scale. This procurement aims to enhance the Veterans Health Administration’s imaging capabilities through a Requirements Contract that includes a base period of 12 months and the potential for four additional one-year options, depending on performance and ongoing needs. Vendors are required to demonstrate their capabilities, provide technical literature, and ensure they are registered in the System for Award Management (SAM), with submissions due by April 7, 2025, at 9:00 AM EST. Interested parties can contact Trevor Mason at Trevor.Mason@va.gov or Sara Vickroy at Sara.Vickroy@va.gov for further information.
7G20--Vocera Communications Expansion
Buyer not available
The Department of Veterans Affairs (VA) is seeking quotes for the expansion of the Vocera Communications system at the Nebraska-Western Iowa VA Health Care System in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and aims to enhance communication capabilities within the VA healthcare network by adding user licenses, hardware, and related services. The anticipated firm fixed-price contract, valued at approximately $34 million, will cover the period from July 1, 2025, to December 31, 2025. Interested contractors must submit their quotes by April 11, 2025, and direct any technical questions to Contracting Officer John Milroy at john.milroy@va.gov by April 7, 2025.
181st IW - MaxVision MiniPac Workstations
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of eight MaxVision MiniPac workstations, configured to meet specific technical requirements. These workstations must include a 16 Core Intel Xeon processor, 64 GB RAM, a triple 18.5 display setup, NVIDIA RTX A4000 graphics, a 1 TB SSD for the operating system, and a 6TB SSD storage array, all configured to the latest DoD/AF Secure Host Baseline for Windows 11. This procurement is critical for enhancing operational capabilities, and interested vendors are encouraged to submit their specifications, including a full spec sheet for any comparable products, along with their Unique Entity Identifier (UEI) and socioeconomic status. For further inquiries, vendors can contact Levi Schutter at levi.schutter@us.af.mil or Jacob Johnson at jacob.johnson.46@us.af.mil.
70--WORKSTATION,PORTABL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of portable workstations as part of a spares purchase. The materials required are critical for a shipboard system that facilitates the launch and recovery of aircraft, emphasizing the necessity for compliance with stringent quality assurance standards to prevent potential failures that could lead to serious consequences. Interested vendors should note that the due date for submissions has been extended to May 15, 2025, and they can direct inquiries to Brian Kent at 215-697-0000 or via email at BRIAN.T.KENT.CIV@US.NAVY.MIL for further information.
7H20--RFI /Sources Sought - Required equipment for Veterans approved self-employment. Computer Equipment/Processor and Misc. per Items List
Buyer not available
The Department of Veterans Affairs is conducting a Sources Sought notice to identify potential vendors capable of supplying computer equipment and related items for veterans approved for self-employment. The procurement aims to gather information on vendors who can provide specific items, including servers, managed switches, UPS systems, firewalls, laptops, and tablets, which are essential for supporting the self-employment initiatives of veterans. This market research is crucial for determining the acquisition strategy and may lead to setting aside the requirement for small businesses or veteran-owned firms. Interested parties must submit their qualifications by April 14, 2025, via email to Contract Specialist Julie Lemire at Julie.Lemire@va.gov, with the solicitation number 36C10D25Q0075 in the subject line.
Aruba Federal maintenance and support
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center – Aircraft Division (NAWCAD), is seeking proposals for maintenance and support services for Aruba networking equipment, including Aruba Access Points, 7210 Controllers, Clearpass 5K, Mobility Controllers, and AirWave devices. The procurement aims to secure a firm-fixed-price contract for a one-year period, focusing on enhancing IT infrastructure through effective maintenance strategies and immediate support services for the specified hardware. This initiative underscores the government's commitment to improving operational efficiency and security in its IT solutions. Interested vendors must submit their proposals by April 11, 2025, to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, ensuring their SAM.gov registration is active at the time of submission.