VMWare Support for OIT
ID: 140A1625R0009Type: Solicitation
AwardedJan 17, 2025
$17.9M$17,921,821
AwardeeAFFIGENT, LLC 2553 DULLES VIEW DR STE 700 Herndon VA 20171 USA
Award #:140A1625C0003
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
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    Two (2) Information Technology Specialists - Santa Fe Indian Health Center & Satellite Clinics
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is seeking proposals for two Information Technology Specialists to provide essential IT services at the Santa Fe Indian Health Center and its satellite clinics in New Mexico. The contract, structured as a Firm-Fixed-Price agreement, includes a base year and four option periods, focusing on responsibilities such as managing Windows and VM Cloud systems, IT Helpdesk support, network administration, and data management. This opportunity is set aside for Indian Small Business Economic Enterprises under the Buy Indian Act, emphasizing the importance of supporting tribal businesses in delivering healthcare services. Interested offerors must submit their quotes by December 29, 2025, by 12:30 p.m. (MST), and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    Virtualization Infrastructure Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors to provide virtualization infrastructure support aimed at replacing its current VMware environment. The project focuses on modernizing the virtualization infrastructure to create a robust, scalable, and cost-effective platform that supports multi-cloud operations and advanced automation capabilities. This initiative is critical for enhancing operational efficiency and security, requiring compliance with federal regulations, including supply chain integrity and two-factor authentication for global access. Interested parties should contact Dawn Ford at dawn.m.ford@cbp.dhs.gov or Tiara Jones at Tiara.Jones@cbp.dhs.gov for further details, with the contract spanning four years and necessitating background investigations for all personnel involved.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.