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
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 7:00 PM UTC
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
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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.
Jan 6, 2025, 2:04 PM UTC
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
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
Network Switches for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of network switches to enhance its IT and telecom infrastructure. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to fulfill the Bureau's requirements for upgraded network capabilities, primarily involving Cisco Catalyst 9300 series switches and related components. The contract will be structured as a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeline of 90 days post-award, and emphasizes compliance with applicable Federal Acquisition Regulations to promote small business participation. Interested vendors can contact Maggie Main at maggie.main@bia.gov for further details, and must ensure their proposals are complete and submitted by the specified deadlines.
D--DOI BIO FBMS Support RFI and Industry Day
Buyer not available
The Department of the Interior (DOI) is seeking market input through a Request for Information (RFI) regarding support services for its Financial and Business Management System (FBMS) and Business Integration Office (BIO). The procurement aims to identify qualified vendors capable of providing essential support services, including documentation, user assistance, and technical enhancements, to optimize the FBMS, which integrates various financial and management functions within the DOI. This initiative is crucial for the DOI's financial modernization and business process integration, ensuring compliance with federal standards and improving operational efficiency. Interested vendors are encouraged to submit their responses by April 24, 2025, and participate in the industry day scheduled for May 1, 2025, with inquiries directed to Heather Watroba at heatherwatroba@ibc.doi.gov or by phone at 703-964-3650.
DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a Digitization Project aimed at transitioning paper records to electronic formats within the Rocky Mountain Region, specifically at the Crow Agency in Montana. The project involves the on-site digitization of approximately 105 boxes of records, requiring contractors to possess at least ten years of experience in records management and to adhere to federal regulations, including NARA standards. This initiative is crucial for enhancing records management, ensuring data security, and improving accessibility to important documentation. Interested Indian Small Business Economic Enterprises must submit their proposals by May 8, 2025, at 1700 local time, and can contact Mary King at Mary.King@bia.gov or 406-247-7941 for further information.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
R--DOI/IA Use of Robotic Automation for Closeouts
Buyer not available
The Bureau of Indian Affairs, part of the Department of the Interior, is initiating a procurement process to utilize robotic process automation (RPA) for the closeout of contracts that have expired and are fully invoiced with a zero-dollar balance. This effort aims to streamline the contract closeout process in accordance with FAR 4.804, specifically targeting contracts that fall below the simplified acquisition threshold. The use of RPA is significant as it enhances efficiency in managing contract obligations and supports the Bureau's commitment to effective resource management. Vendors identified in the attached contract list will be notified that the RPA closeouts will commence five days following the announcement, and no responses will be accepted for this notice. For further inquiries, interested parties may contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or call 571-560-0519.
7J--Time Clock System
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for a Time Clock System to be installed at Sherman Indian High School in Riverside, California. The procurement involves an internet-based time clock reporting system that includes hardware installation, software integration, maintenance agreements, and staff training, structured as a Firm Fixed Price contract. This initiative aims to enhance administrative efficiency in educational institutions while ensuring compliance with federal labor standards and regulations. Interested vendors must acknowledge receipt of amendments to the solicitation and submit their proposals by April 17, 2025, at 10:00 am Mountain Time, with inquiries directed to Leah Azure at leahr.azure@bie.edu or (505) 803-4256.
Headsets
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for the procurement of headsets for the Bureau of Indian Education, specifically for Turtle Mountain Elementary School in Belcourt, ND. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEE), emphasizing the importance of supporting economic development within Indian communities while ensuring compliance with federal regulations. The contract will be awarded based on technical specifications and price reasonableness, with payment terms stipulating payment within 15 days post-delivery upon receipt of an acceptable invoice. Interested vendors should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details and to ensure compliance with the necessary self-certification requirements under the Buy Indian Act.
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 for the Navajo Regional, which includes annual external inspections of boilers and pressure vessels across sixty-six schools managed by the Bureau of Indian Education. The contract is set aside for Indian Economic Enterprises (IEE) and requires the contractor to provide 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 starting March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors must submit their offers by April 18, 2025, at 5:00 p.m. MDT, and can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu for further inquiries.
PT/PTA SERVICES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is soliciting proposals for Physical Therapy (PT) and Physical Therapy Assistant (PTA) services at T’iis Ts’ozi Bi’ Olta Community School in Crownpoint, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), will span from July 1, 2025, to June 30, 2026, and aims to provide essential physical therapy services to enhance educational support for Native American students. Contractors are required to comply with federal regulations, including background checks and licensing in New Mexico, while ensuring the confidentiality of sensitive information and utilizing the U.S. Department of the Treasury's Internet Payment Platform for invoicing. Interested parties can reach out to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or call 505-803-4266 for further details.