D--VMWare Support for OIT
ID: 140A1625R0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for VMware support services for the Office of Information Technology (OIT). The procurement aims to establish a hybrid Firm-Fixed-Price/Time and Materials contract to provide essential VMware products and consulting services, enhancing the IT infrastructure for government operations. This initiative is crucial for maintaining effective technological support and compliance with federal regulations, while also promoting economic opportunities for Indian Small Business Economic Enterprises (ISBEEs). Interested vendors should contact Adam Lowery at Adam.Lowery@bia.gov or call 571-560-0622 for further details, with the performance period anticipated from January 21, 2025, to January 20, 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The contract outlined in the Performance Work Statement (PWS) is for VMware Broadcom Professional Services to provide consulting and technical support to the Indian Affairs (IA), Office of Information Technology (OIT). The agreement includes 528 hours of consulting from an Architect, 2240 hours from two Senior Consultants, and 528 hours from a Project Manager over a 52-week duration. The primary goal is to enhance VMware infrastructure support and address issues within the Software-Defined Data Center (SDDC) environment. The services will be executed either on-site in Albuquerque, NM, or remotely with government consent. The contractor will deliver professional services including project management, technical assessments, and infrastructure support with a focus on VMware technologies. The work entails strict performance requirements, emphasizing timely and high-quality deliverables, as evaluated through periodic reviews by government personnel. The contract is set as a Firm Fixed Price agreement with all travel included and requires contractors to undergo background checks for security compliance, limiting direct interaction with government systems. This initiative is part of broader efforts to improve IT services within federal agencies, ensuring efficient technology usage and operational support.
    The document outlines a proposed government contract related to VMware products and services, detailing the specifications and costs associated with each item. It includes a breakdown of products like VMware cloud foundation, desktop hypervisor pro, and various support and consultation services, with all item costs listed as $0.00. The file specifies a pricing structure necessitating a lump sum for certain deliverables and hourly rates for consulting services. The contract spans several years, starting from January 2025 and includes option years extending to January 2030. This proposal is likely part of a federal RFP aimed at securing technological infrastructure and support services for government operations. Its structure focuses on itemized costs and service provisions, integral for potential vendors in responding to the RFP effectively.
    This document outlines a government Request for Proposals (RFP) detailing a comprehensive VMware solutions package to be procured over several years. It lists multiple VMware products and services, including Cloud Foundation, Desktop Hypervisor, advanced firewall systems, recovery solutions, and a range of senior consultation and project management services. Each item details specifications such as SKU/Part Number, unit costs, quantities, and service hours, indicating a total cost of $0.00 for all entries, suggesting they may represent proposals or placeholders rather than finalized budgets. The timeline indicates a base year starting in 2025, with options to extend the contract annually for up to five years. This indicates the government's intent to build a long-term partnership for IT infrastructure enhancement and support. Overall, the document serves as a structured approach to procure essential IT resources, ensuring compliance with federal requirements and facilitating strategic technological upgrades for government operations.
    The document outlines the requirements for self-certification as an "Indian Economic Enterprise" (IEE) under the Buy Indian Act, as established by 25 U.S.C. 47 and detailed in the Department of the Interior Acquisition Regulation (DIAR) Part 1480. To qualify as an IEE, the enterprise must uphold specific criteria at three key stages: upon offer submission, at contract award, and throughout the contract duration. Contracting Officers reserve the right to request additional information during any phase of the acquisition process. The document stresses the legal ramifications of submitting false or misleading information, which is punishable under various statutes, thereby emphasizing the importance of transparency and integrity in the proposal process. The Offeror Representation section requires details about the federally recognized tribal entity and ownership, affirming eligibility for consideration in contracts designated under the Buy Indian Act. This documentation serves to reinforce the adherence of tribal enterprises to legal standards while facilitating their participation in federal projects.
    The RFP 140A1625R0009 addresses VMware support services for the Office of Information Technology (OIT). It confirms the size standard for eligible vendors as 150 employees and specifies a brand name requirement for Broadcom products, which must be procured through authorized distributors. The document discusses subcontracting limitations, clarifying that authorized ISBEE resellers of Broadcom comply with relevant clauses. Furthermore, it maintains certain classifications of services, such as the Technical Adoption Manager (TAM) and Support Account Manager (SAM), despite Broadcom categorizing them as products. The request to remove the travel section from the Performance Work Statement (PWS) is denied, with services expected to be performed remotely. Lastly, the contract type has been updated to a hybrid of Firm Fixed Price (FFP) and Time and Materials (T&M), providing clarity on the contractual expectations. This document demonstrates the government's effort to streamline procurement processes while adhering to specific vendor requirements and maintaining compliance with regulations.
    This government document pertains to an amendment of a solicitation, specifically identified as 140A1625R0009. The amendment clarifies that potential offerors are required to acknowledge receipt of this amendment through specified methods, either by completing copies, separate letters, or electronic communication referencing both the solicitation and amendment numbers. Failure to acknowledge may lead to the rejection of offers. This amendment modifies an existing contract/order, primarily to update the Pricing Template, instructing offerors to use the revised version for their proposals. The document also emphasizes the importance of timely communication regarding changes to submitted offers. Overall, the purpose of the amendment is to ensure compliance and clarity in bid submissions related to the project, reflecting adherence to government procurement regulations.
    The document is an amendment to solicitation number 140A1625R0009, addressing modifications to an existing contract/order. It specifies the requirement for contractors to acknowledge receipt of the amendment by various means, to ensure acceptance of the updated terms before the deadline. The amendment primarily serves to clarify responses to questions posed by prospective offerors and outlines a change to the North American Industry Classification System (NAICS) code relating to the project. The new NAICS code is identified as 541519, which pertains to Other Computer Related Services with a small business size standard of 150 employees. All other terms and conditions of the initial solicitation remain unchanged. The document reinforces compliance and procedural adherence for potential contractors as part of federal procurement processes.
    The document presents a Request for Proposal (RFP) for VMware Enterprise License Agreement (ELA) and Support services intended for the Office of Information Technology (OIT). The core details of the solicitation include a hybrid Firm-Fixed-Price/Time and Materials contract set aside specifically for Indian Small Business Economic Enterprises (ISBEEs). The anticipated performance period spans from January 21, 2025, to January 20, 2030, comprising a base year and four option years. The RFP outlines that the work must be performed at a designated government facility in Albuquerque, NM, or an approved remote location. Furthermore, it emphasizes adherence to federal acquisition regulations, specifically the FAR and DIAR clauses, which govern ethical standards and contract conditions. Key requirements include proper invoicing through the U.S. Department of Treasury’s Invoice Processing Platform (IPP) and the provision of detailed performance metrics related to service delivery. The document also emphasizes compliance with confidentiality and telecommunications regulations as part of the contract's execution. This solicitation serves as an essential tool in securing the necessary software licensing and support services for governmental operations while promoting economic opportunities for small business enterprises within the Indian community.
    Lifecycle
    Title
    Type
    VMWare Support for OIT
    Currently viewing
    Solicitation
    Similar Opportunities
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Native American Student Information System Recompe
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the Native American Student Information System (NASIS) to enhance educational data management for Native American students. This procurement aims to develop a comprehensive Software-as-a-Service (SaaS) cloud-based system that will manage, store, and track sensitive student data, ensuring compliance with federal and state reporting requirements while improving educational outcomes. The NASIS will serve 186 bureau-funded schools, emphasizing the importance of centralized data management and robust security measures to facilitate effective communication among stakeholders. Interested contractors, particularly those classified as Indian Small Business Economic Enterprises (ISBEE), should contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu for further details, with the contract performance period set from July 3, 2025, to July 2, 2030.
    Thermal Monoculars BIA Office of Justice Services
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Office of Justice Services. The thermal monoculars must meet specific military compatibility requirements, including a BAE 12-micron 640x480 core, an 18 mm F1.0 lens, and a maximum runtime of 8 hours, along with various accessories. This procurement is crucial for enhancing operational capabilities in law enforcement and security within Indian communities. Interested vendors, particularly those classified as Indian Small Business Economic Enterprises (ISBEEs), must submit their proposals, including necessary documentation, by the specified deadline, with the expectation of delivery within 90 days after order receipt. For further inquiries, potential bidders can contact Lara Wood at lara.wood@bia.gov.
    Firm Fixed-Price, Commercial Item, Purchase to provide IT Equipment for the Lower Brule Service Unit (LBSU), Lower Brule Health Center (LBHC), Lower Brule, South Dakota.
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking qualified vendors to provide IT equipment for the Lower Brule Service Unit in Lower Brule, South Dakota. The procurement involves a Firm Fixed-Price Commercial Item Purchase Order for various Dell laptops and monitors, adhering to a "100% Buy Indian, Small Business" standard, with a delivery period of 45 days from the date of award. This initiative is crucial for ensuring compatibility and continuity with existing systems, thereby enhancing operational efficiency and minimizing administrative costs. Interested parties must submit their bids by March 20, 2025, and are required to comply with federal procurement regulations, including registration with the System for Award Management. For further inquiries, vendors can contact David Jones at david.jones@ihs.gov or Nichole Lerew at nichole.lerew@ihs.gov.
    SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a comprehensive environmental assessment related to the transfer of three buildings to the Gila River Indian Community in Arizona. The project requires a Phase I Environmental Site Assessment (ESA), a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all aimed at ensuring safety and compliance with environmental regulations prior to the transfer. This initiative underscores the BIA's commitment to environmental safety and regulatory adherence, with deliverables including draft reports within 60 days and final reports within 90 days of approval. Interested parties, particularly those qualifying as Indian Economic Enterprises, should contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or call 602-241-4566 for further details.
    Mammography Tracking Program and Service Support for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for a Mammography Tracking Program and Service Support for the White Earth Health Center located in Ogema, Minnesota. The procurement aims to provide software installation, staff training, and comprehensive technical support, including toll-free assistance and remote troubleshooting, while ensuring compliance with Revised Section 508 Accessibility standards. This initiative is crucial for enhancing healthcare services for Native American communities by leveraging technology and promoting economic participation of Indian-owned businesses through the Buy Indian Act. Interested vendors must certify their status as Indian Economic Enterprises and submit their qualifications to Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov.
    74--Notice of Intent to Sole Source for Supplies/Services at NWRO
    Buyer not available
    The Department of the Interior's Bureau of Indian Affairs (BIA) intends to award a sole source contract to Pitney Bowes Global Financial Services LLC for a new postage machine required for the Northwest Region Office (NWRO). The existing postage machine in the BIA mail room is outdated, necessitating a replacement that can efficiently process postage and interface with USPS, FedEx, and BIA's finance software. This specialized equipment is crucial for maintaining operational efficiency in the mail room, and Pitney Bowes is uniquely positioned to meet these specific requirements. Interested parties may submit capability statements and pricing by March 7, 2025, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    Acoma Canoncito Laguna Service Unit Electronic Drug Database
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the provision of an electronic drug database for the Acoma-Canoncito-Laguna Indian Health Center in New Mexico. The contract, which spans five years starting April 1, 2025, includes a 12-month base period with options for four one-year renewals, and requires the contractor to deliver comprehensive drug-related information to support clinical staff's educational and treatment needs. This initiative underscores the government's commitment to enhancing healthcare resources within Indian Health Services, ensuring that clinical personnel have access to vital drug information and safety resources. Interested parties can contact Eric Wright at eric.wright@ihs.gov or by phone at 505-256-6752, with a fixed annual contract price of $7,000 and adherence to federal and tribal regulations required.
    Video Teleconferencing Software
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking sources for the procurement of Video Teleconferencing Software to be utilized by the Phoenix Area Indian Health Service. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to enhance communication capabilities within the health services provided to Native American populations. The software will play a crucial role in facilitating remote consultations and improving access to healthcare services. Interested vendors can reach out to Orlando Guerrero at orlando.guerrero@ihs.gov or by phone at 602-364-5021, or Dekovan Cook at Dekovan.Cook@ihs.gov or 602-364-5018 for further information.
    Notice to Intent to Award - BPA Hardware Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, has issued a Special Notice regarding its intent to award a Blanket Purchase Agreement (BPA) for hardware supplies. This procurement aims to secure essential hardware supplies necessary for the effective operation and maintenance of health services in the Pinon area of Arizona. The goods procured will play a crucial role in supporting the infrastructure and operational needs of health facilities serving the local community. Interested vendors can reach out to Whitney Shorty at whitney.shorty@ihs.gov or by phone at 928-725-9806 for further details regarding this opportunity.