Microsoft Enterprise Agreement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Senate Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for the renewal of its Microsoft Enterprise Agreement. This opportunity seeks a contractor to provide Brand Name Microsoft software and Software as a Service (SaaS) licenses, including Microsoft 365, Azure, and Visual Studio, for a base year and four option years. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Quotations are due by May 12, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for the renewal of Microsoft software and SaaS licenses, covering a range of products such as Microsoft 365, Azure, and Visual Studio. These licenses are needed across various Senate tenants, including GCC High, Production, Dev, Lab, Test - Commercial, Azure Commercial, and Server Cloud Enrollment. The contract will span a base year (July 1, 2026 - June 30, 2027) and four subsequent option years (July 1, 2027 - June 30, 2031).
Contract Details
- Opportunity Type: Solicitation (Request for Quotation - RFQ 2026-R-048)
- Agency: The Legislative Branch / THE UNITED STATES SENATE SERGEANT AT ARMS
- Product/Service Code: DA10 (Support Services, SaaS/Subscription for Application Development and Off-the-Shelf Software)
- Contract Type: Firm-Fixed-Price
- Set-Aside: None specified (Open Market, NASA SEWP, GSA Schedule, or other GWAC contracts are acceptable).
- Place of Performance: Washington, DC.
Submission Requirements & Evaluation
Offerors must submit a comprehensive quotation via email, including:
- A signed Pricing Table (Attachment 1), detailing firm-fixed-prices for all line items and tenant-specific requirements, valid until July 1, 2026. Shipping/handling charges must be identified separately (F.O.B. Destination).
- Applicable End User License Agreements (EULA) and referenced Contract Terms and Conditions in full text, searchable PDF.
- A signed Addendum to Commercial Agreements (Attachment 3) if EULAs or Contract Terms are provided. This addendum clarifies terms unacceptable to the SAA, such as automatic renewals, indemnification, audit rights, and dispute resolution, emphasizing adherence to Federal law and Senate Procurement Regulations.
- For resellers, a current statement from the Original Equipment Manufacturer (OEM) authorizing the sale to the Federal Government in the USA.
- For telecommunications equipment or high-impact/moderate-impact information systems, an OEM Statement of Compliance (Attachment 4), signed by the OEM, certifying compliance with Section 208 of the Legislative Branch Appropriations Act, 2020.
- Adherence to the Purchase Order Clauses (Attachment 2), which detail the SAA's specific terms regarding security, data protection (no transfer outside U.S., AI training rights reserved), invoicing, and rejection of common commercial terms.
The award will be made on a Lowest Price Technically Acceptable (LPTA) basis, in accordance with Senate Procurement Regulations. Offerors must have an active registration in SAM.gov.
Key Dates
- Published Date: April 30, 2026
- Quotation Due Date: May 12, 2026, by 1:00 PM EST. Early submissions are encouraged.
Contact Information
Primary Point of Contact: Mashonda Walston (mashonda_walston@saa.senate.gov, 202-821-5887). Submissions must be sent to Acquisitions@saa.senate.gov with the subject line "ATTN: Mashonda Walston RFQ 2026-R-048".