Skip to content
Department of Agriculture

USDA ServiceNow ELA

Solicitation: 12314426Q0038
Notice ID: 80d2029ddee84469b0bbb5b0d7059465
TypeCombined Synopsis SolicitationNAICS 541519PSCDA10Set-AsideNONEDepartmentDepartment of AgricultureAgencyUsdaPostedFeb 13, 2026, 12:00 AM UTCDueFeb 23, 2026, 07:00 PM UTCCloses in 1 days

Combined Synopsis Solicitation from USDA, DEPARTMENTAL ADMINISTRATION • AGRICULTURE, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 23, 2026. Industry: NAICS 541519 • PSC DA10.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,409,095)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Fort Collins, CO • 80521 USA

Point of Contact

Name
Sean Jordan
Email
sean.jordan@usda.gov
Phone
Not available

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
USDA, DEPARTMENTAL ADMINISTRATION
Subagency
USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC
Office
Not available
Contracting Office Address
Fort Collins, CO
80521 USA

More in NAICS 541519

Description

NOTICE OF INTENT TO AWARDA BRAND NAME CONTRACT. THIS IS NOT A REQUEST FOR COMPETITVE PROPOSALS.

The United States Department of Agriculture (USDA) intends to enter into a brand name firm fixed price contract via a Fair Opportunity solicitation amongst all USDA STRATUS Pool 3 BOA Holders under the statutory authority permitting other than full and open competition, 41 U.S.C. 3304(a)(1) and Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, for Salesforce Enterprise License Agreement for USDA.

USDA is made up of twenty-nine (29) agencies and offices with nearly 100,000 employees who serve the American people at more than 4,500 locations across the country and abroad.

USDA has a vision to provide economic opportunity through innovation, helping rural America to thrive; to promote agriculture production that better nourishes Americans while also helping feed others throughout the world; and to preserve our Nation's natural resources through conservation, restored forests, improved watersheds, and healthy private working lands.

USDA’s strategic goals serve as a roadmap for the Department to help ensure we achieve our mission and implement our vision.

Requirement:

This requirement is for the United States Department of Agriculture (USDA), Digital Services Center (DSC) to set up an enterprise license agreement (ELA) on behalf of USDA and all its Mission Areas.

ServiceNow subscriptions and ancillary products

Data of award: 12-month base + four (4) 12-month option periods.

ServiceNow is a leading cloud-based platform that provides comprehensive IT Service Management (ITSM), IT Operations Management (ITOM), and enterprise workflow automation solutions. Its unique capabilities are essential for our agency's mission-critical operations, enabling efficient service delivery, streamlined processes, and enhanced user experiences.

ServiceNow's platform offers a unified system of action that integrates various IT functions, including incident management, change management, problem resolution, and asset tracking. This integration facilitates real-time visibility into operations, promotes proactive issue resolution, and ensures compliance with regulatory standards. The platform's scalability and flexibility allow it to adapt to our evolving needs, supporting both current and future initiatives.

ServiceNow is the only option that can meet and exceed all the projected USDA business application requirements. The USDA has significant deployment of existing applications built on the ServiceNow platform. The ServiceNow platform contains proprietary source code only authorized by ServiceNow and their authorized resellers. Therefore, no other brand name solution can provide the necessary ServiceNow patches, updates and software and platform support. Adding a non- ServiceNow software platform to the infrastructure will require new architecture, integration and deployment of operations support development. This would lead to a significant cost increase generated by the implementation of a new and complex software application in which agencies will encounter a steep learning curve ultimately creating extensive delays.

The ServiceNow brand name footprint within USDA has expanded from supporting one application and one agency to now supporting multiple agencies and line offices across the USDA. Dozens of customized ServiceNow applications have been built and deployed in support of the USDA mission areas with many more currently being developed.

Market research was conducted to determine if it is feasible to migrate the USDA to a platform other than ServiceNow. While other vendors could provide similar offerings to the ServiceNow platform, no vendor was able to provide a single all-inclusive application platform like ServiceNow. Alternative solutions lack the comprehensive integration and scalability that ServiceNow provides. Implementing multiple disparate tools would introduce complexity, potential data silos, and increased maintenance overhead, undermining our operational effectiveness. Therefore, procuring ServiceNow as a brand-name solution is essential to meet our agency's stringent requirements for efficient and secure IT service management.

Market research concluded that the use of a different software platform would lead to security vulnerabilities and would significantly impact the USDA’s ability to provide mission delivery requirements. Market research validated that other similar products do not meet, or cannot be modified to meet, the agency’s need for a variety of service delivery applications associated to ServiceNow offerings.

This Notice of Intent is not considered an Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Quotations (RFQ) nor does it restrict the Government as to its ultimate acquisition approach. No solicitation document is available, and telephone requests will not be accepted. Responsible sources capable of providing the required services may identify their interest and technical capability to meet this requirement. The Government will not reimburse firms for any costs associated with preparing or submitting a response to this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The associated NAICS code for this acquisition is 541519, with the exception for Information Technology Value Added Resellers, small business size standard of 150 employees.

All responses must be submitted to the Government by email only to Sean Jordan at Sean.Jordan@usda.gov and shall be considered by the Agency. All responses must be submitted by 2:00 pm Eastern Time on Monday February 23, 2026.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

USDA Departmental Administration (Digital Services Center) posted a Combined Synopsis/Solicitation (Notice ID 80d2029ddee84469b0bbb5b0d7059465; Solicitation 12314426Q0038) stating an intent to award a brand-name, firm-fixed-price contract for a ServiceNow Enterprise License Agreement (ELA). The requirement is for ServiceNow subscriptions and ancillary products to support USDA and all Mission Areas (USDA described as 29 agencies/offices, ~100,000 employees, 4,500+ locations). The planned award structure is a 12-month base plus four 12-month option periods, using other-than-full-and-open competition authority (41 U.S.C. 3304(a)(1), FAR 6.302-1). Responses (capability statements arguing why competition would be advantageous) are due by email to Sean Jordan by 2026-02-23 2:00 PM ET.

What the buyer is trying to do

Establish an enterprise license agreement (ELA) for ServiceNow on behalf of USDA and all Mission Areas, covering ServiceNow subscriptions and ancillary products, while justifying a brand-name approach due to USDA’s existing customized ServiceNow application footprint, proprietary platform/source code, and the need for patches/updates/platform support through ServiceNow and authorized resellers.

Work breakdown
  • Provide a USDA-wide ServiceNow Enterprise License Agreement (ELA) covering all Mission Areas
  • Provide ServiceNow subscriptions
  • Provide ancillary products related to ServiceNow
  • Enable continued access to ServiceNow patches, updates, and platform support (via ServiceNow/authorized channels)
  • Support continuity for existing USDA deployments and customized ServiceNow applications already built/deployed and in development
Response package checklist
  • Email response submitted to Sean.Jordan@usda.gov by 2026-02-23 2:00 PM ET
  • A concise capability statement specifically addressing ServiceNow ELA provisioning (subscriptions and ancillary products) for USDA enterprise use
  • Evidence you are a ServiceNow authorized reseller/able to provide authorized access to patches, updates, and platform support
  • Past performance references relevant to enterprise-scale ServiceNow licensing for large, distributed organizations (federal preferred if available)
  • A clear, fact-based argument providing “clear and convincing evidence” that competition would be advantageous to the Government (as the notice requires for NOI responses)
  • Confirmation you can support the contemplated contract structure: firm-fixed-price; 12-month base plus four 12-month option periods
Suggested keywords
ServiceNowEnterprise License AgreementELAbrand nameFAR 6.302-141 U.S.C. 3304(a)(1)firm-fixed-priceUSDA Digital Services CenterSTRATUS Pool 3 BOAServiceNow subscriptionsancillary productsauthorized resellerIT Service ManagementITSM
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Confirmation that this notice’s “Salesforce Enterprise License Agreement” reference is a typo versus the stated ServiceNow ELA requirement
  • Whether the action is strictly limited to USDA STRATUS Pool 3 BOA holders (and any additional eligibility constraints)
  • Specific ServiceNow modules/product SKUs and the definition/list of “ancillary products”
  • USDA-wide licensing quantities/metrics (user counts by license type, instances, consumption metrics)
  • Period of performance start date and any transition/true-up timeline requirements
  • Place of performance/any data residency or hosting constraints
  • Any required response format/length beyond “clear and convincing evidence” and capability by email

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.