USDA ServiceNow ELA
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 Department of Agriculture (USDA) has issued a Notice of Intent (NOI) to award a brand name, firm fixed-price contract for a ServiceNow Enterprise License Agreement (ELA). This is not a request for competitive proposals and USDA intends to solicit a Fair Opportunity from all USDA STRATUS Pool 3 BOA Holders. The statutory authority for this sole-source action is 41 U.S.C. 3304(a)(1) and FAR 6.302-1, citing 'Only one responsible source'.
Purpose & Scope
The requirement is for the USDA's Digital Services Center (DSC) to establish an ELA for ServiceNow subscriptions and ancillary products across all USDA Mission Areas. ServiceNow is deemed essential due to its unique capabilities in IT Service Management (ITSM), IT Operations Management (ITOM), and enterprise workflow automation, which are critical for USDA's mission-critical operations. The USDA has a significant existing deployment of applications built on the ServiceNow platform, with dozens of customized applications already in use and more under development.
Market research concluded that no other vendor could provide a single, all-inclusive application platform like ServiceNow, and alternative solutions would introduce complexity, data silos, increased maintenance overhead, and potential security vulnerabilities, significantly impacting mission delivery. ServiceNow's proprietary source code and existing footprint within USDA make it the only option to meet current and projected business application requirements without extensive delays and cost increases associated with migrating to a new platform.
Contract Details
- Type: Notice of Intent for a Brand Name Firm Fixed-Price Contract
- Authority: 41 U.S.C. 3304(a)(1) and FAR 6.302-1 (Only one responsible source)
- Duration: 12-month base period + four (4) 12-month option periods
- Set-Aside: None specified for this Notice of Intent (intended sole-source)
- NAICS: 541519 (Information Technology Value Added Resellers exception), Small Business Size Standard: 150 employees
Response Requirements
This NOI is not an Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Quotations (RFQ). No solicitation document is available. Responsible sources capable of providing the required services may identify their interest and technical capability to meet this requirement. Any response must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
Key Dates & Contact
- Responses Due: Monday, February 23, 2026, by 2:00 PM Eastern Time
- Published Date: February 23, 2026
- Contact: Sean Jordan (sean.jordan@usda.gov)
- Submission: Email only to Sean Jordan