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 Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is soliciting proposals for the Information Technology Support Contract (ITSC) V, aimed at outsourcing essential IT services across Senate operations in Washington, D.C., and all fifty states. The contract encompasses a comprehensive range of services, including hardware and software support, help desk operations, and maintenance for approximately 140 Senate entities, ensuring efficient and secure IT infrastructure management. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract features a two-year base period with options for four additional one-year renewals, contingent on funding availability. Interested contractors should direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov, with proposal submissions due by April 25, 2025.
FY25 VMware Enterprise Software Maintenance BNJ
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking to renew VMware Enterprise software licenses and maintenance support as part of its FY25 procurement efforts. This requirement is based on the need for specialized software that is only available from a single manufacturer, justifying an exception to fair opportunity regulations under FAR 16.505. The procurement will utilize NASA's Solutions for Enterprise-Wide Procurement (SEWP) V contract, ensuring competition among certified resellers while maintaining compliance with competitive acquisition standards. Interested parties should note that the anticipated costs will be evaluated for fairness and reasonableness, and further market research will be conducted for future software needs.
Virtual Secure Remote (ViSR) CSfC solution - 3 each
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide three Virtual Secure Remote End User Devices (ViSR EUDs) to enhance secure communication capabilities for its personnel. This procurement aims to replace two outdated systems and introduce a new device for the Real Estate division, ensuring classified information access for a dispersed workforce operating outside traditional secure facilities. The contract emphasizes the importance of maintaining secure connectivity while optimizing resources, with delivery required within 30 days of award to a designated logistics facility in Alexandria, VA. Interested vendors must submit their capability statements by 10:00 AM ET on May 12, 2025, to Giorgiana Chen and Selena Brooks via email, and any questions must be submitted by April 30, 2025.
FY25 AWS Machines Renewal
Buyer not available
The Office of Personnel Management (OPM) is seeking qualified contractors to provide Amazon Web Services (AWS) machines as part of a modernization initiative for its Office of Inspector General's (OIG) Data Warehouse. The procurement aims to enhance OPM's technical capabilities to support audit processing and investigative functions, ensuring accountability and compliance with cybersecurity requirements. The contract will be structured as Time and Material (T&M) and is set to run from June 1, 2025, to May 31, 2026, with quotations due electronically by May 9, 2025. Interested parties must contact Charles P. Reilly III at CHARLES.REILLY@OPM.GOV or call 202-294-2443 for technical queries and must sign a Non-Disclosure Agreement (NDA) to access the Bill of Material (BOM) prior to submission.
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.
Microsoft 365 Renewal FY25
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to renew its contract for Microsoft 365 Software A5 Education for FY25, with the intent to award a sole source contract to Insight Direct, Inc. This procurement aims to secure 300 faculty licenses, ensuring continuity in IT services and mitigating the risks associated with transitioning to a new distributor, which could lead to significant data loss and operational disruptions. The Microsoft 365 A5 platform is critical for maintaining a secure and collaborative digital education environment, essential for the U.S. Army War College's mission. Interested vendors, particularly small businesses across various socioeconomic categories, are encouraged to respond to the Sources Sought Notice by providing their capabilities and suggestions for enhancing competition. For further inquiries, vendors may contact Jennifer Wohlford at jennifer.a.wohlford.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
Purchase VGStudio software maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC-IHD), intends to award a sole-source contract for the renewal of VGStudio MAX software maintenance to VCloud Tech. This procurement aims to secure comprehensive software maintenance services, including phone and email support for two instances of the software, along with downloadable updates for a minimum of 12 months, ensuring compatibility with Microsoft Windows 10 and 11 without requiring hardware changes. The maintenance is crucial for supporting nondestructive evaluation (NDE) activities while adhering to federal security requirements, as all services must be accessible without direct internet connection. Interested parties must submit their capabilities by April 25, 2024, at 10 AM (EST) to Nicole Coleman via email at nicole.coleman@navy.mil, and must be registered in the System for Award Management (SAM).
All-in-One Plus workstations and Dell Pro 16 Plus laptops (edited) - Ute Mountain Ute Health Center - Towaoc, CO
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified vendors to provide computer equipment for the Ute Mountain Ute Health Center located in Towaoc, Colorado. The procurement includes 60 Dell Pro 24 All-in-One Plus workstations, 60 Dell 24 Plus monitors, 15 Dell Pro 16 Plus laptops, and 75 wireless mice, aimed at enhancing the operational capabilities of the health center through updated technology. This initiative reflects the IHS's commitment to improving healthcare service delivery while supporting Indian Small Business Economic Enterprises (ISBEE) in the procurement process. Interested vendors must submit their quotes via email by April 18, 2025, and direct any inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or (505) 256-6755.
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 the IT infrastructure and ensuring operational efficiency through effective maintenance strategies. This limited competition opportunity is exclusively available to OEM Aruba Federal Partners and their authorized distributors, with proposals due by May 8, 2025. Interested parties should direct inquiries to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil, and ensure their SAM.gov registration is active at the time of submission.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.