Omnissa - (VMWare) 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
    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
    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.
    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.
    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.
    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.
    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
    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 involves a Request for Quotation (RFQ) for Cohesity 4-Node Blocks, which will be utilized in both production and lab environments, along with related subscriptions and support services. This initiative is crucial for ensuring reliable data storage and protection within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by December 19, 2025, 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.
    HHS Notice of Award VMware Open Market Items
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking to award a contract for VMware Open Market Items through the Office of the Assistant Secretary for Administration (ASA). This procurement involves the acquisition of IT and telecom business application software, specifically perpetual license software, which is critical for enhancing the department's operational capabilities. The justification for this sole source procurement is detailed in the attached PDF document, emphasizing the importance of these software items in supporting HHS's mission. Interested parties can reach out to Jacob Matthews at jacob.matthews@psc.hhs.gov or 385-285-7382, or Cristy Scott at cristy.scott@psc.hhs.gov or (301) 974-7298 for further information.
    Procurement request for Voice Over Internet Protocol (VOIP) Support Services.
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting quotes for Voice Over Internet Protocol (VOIP) Support Services, with a focus on upgrading and integrating a new Cisco VOIP solution at its facilities in Bethesda, Maryland. The procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to provide comprehensive engineering support, including configuration, deployment, and sustainment of the VOIP system, which is critical for modernizing communication infrastructure across multiple sites. Interested contractors must submit their quotes by January 7, 2026, following a site visit scheduled for December 9, 2025, and can direct inquiries to Christopher C. Rolince at christopher.c.rolince.civ@us.navy.mil or by phone at 757-513-7247.
    Google Workspace Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to renew its contract for Google Workspace services through the office of FA2280 AFRL RGK. This procurement involves the acquisition of business application software under the PSC code 7A21, which is crucial for facilitating communication and collaboration within the department. The renewal of this software license is essential for maintaining operational efficiency and supporting various IT and telecom functions. Interested vendors can reach out to primary contact Sandi Brubaker at sandi.brubaker@us.af.mil or secondary contact Antonia Mykins at antonia.mykins@us.af.mil for further details regarding this opportunity.
    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.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    Subscription Services
    State, Department Of
    The Department of State is seeking subscription services through a federal contract managed by the Acquisitions - AQM Momentum office. The procurement aims to fulfill specific IT and telecom needs, particularly in business application and application development support services. These services are crucial for enhancing operational efficiency and supporting the department's technological infrastructure. Interested vendors can reach out to Kenneth R. Waddell at WaddellKR@state.gov or by phone at 703-312-3675 for further details regarding the opportunity and any associated documentation, including the Justification for an Exception to Fair Opportunity.
    Annual SAN Maintenance Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance support renewal for an existing Storage Area Network (SAN) at Hanscom Air Force Base in Massachusetts. The procurement aims to secure ongoing maintenance for various IBM FlashSystem and TS4300 Tape modules, ensuring on-site repair, media retention, and support during normal business hours, with a performance period from February 1, 2026, to January 31, 2027. This maintenance is critical for the operational integrity and performance of the Air Force's communications and information systems. Interested vendors must submit their quotes by January 5, 2026, and direct any inquiries to Kristin Morrison or Lt Amanda Thoman via the provided email addresses.