CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
ID: 140F1S24Q0100Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT SERVICESFalls Church, VA, 22041, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTING (HPC) SUPPORT SERVICES (LABOR) (DB01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissa_niemi@fws.gov or by phone at 612-713-5216.

    Point(s) of Contact
    Niemi, Melissa
    (612) 713-5216
    (612) 713-5290
    melissa_niemi@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is seeking to renew hardware and software support services for its HPE Nimble infrastructure through a firm-fixed price contract, RFQ# 140F1S24Q0100. Interested vendors must submit inquiries by October 14, 2024, and quotes by October 23, 2024. Quotes must consist of two volumes: Volume I - Technical (limited to 20 pages) encompassing a detailed service description and past performance, and Volume II - Price with no page limit, detailing costs, including a potential six-month extension. Vendors are to provide examples of past performance related to HPE Nimble services, specifying project details and contacts. Evaluation will prioritize technical factors over price, and awards will be made based on overall value versus the quoted prices. Compliance with various FAR clauses is necessary throughout the contract execution. All submissions must adhere strictly to the instructed guidelines, emphasizing the importance of timely and complete responses to ensure consideration for the contract award.
    The U.S. Fish and Wildlife Service (USFWS) has issued a Request for Quotation (RFQ) numbered 140F1S24Q0100, seeking quotes for the renewal of hardware and software support services specifically for its HPE Nimble infrastructure. The RFQ outlines the need for these services to commence on November 15, 2024, lasting until November 14, 2025. Additionally, there is an option for a six-month extension of these services until May 14, 2026. Suppliers are directed to provide their quotations by the specified deadline of October 23, 2024. The document emphasizes that this request is for information and does not obligate the government to pay any costs incurred in the quotation process. Interested providers need to refer to the attached Statement of Work for detailed specifications. The geographic context includes the issuing office in Falls Church, Virginia, with quotations to be directed to the FWS Division in Denver, Colorado. The RFQ is highlighted as not being a small business set aside, indicating potential preferences or requirements for bidders.
    Lifecycle
    Title
    Type
    Similar Opportunities
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings and hydraulic lift cylinders, to support the maintenance of infrastructure at wildlife refuges. This initiative is part of the FWS's commitment to enhancing operational capabilities while promoting small business participation in federal contracting opportunities. Interested vendors must submit their quotes by October 28, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award, which is anticipated to commence on November 15, 2024, and conclude by February 13, 2025.
    SERVICE CONTRACT OF FORTESSA AND FACS FLOW SUPPLY SYSTEM (AMBIS 2239377)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and its National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a service contract to maintain the LSR Fortessa and FACS Flow Supply System. The procurement requires comprehensive maintenance services, including preventive inspections, OEM parts, and unlimited support to ensure the equipment remains fully operational for ongoing research. This contract is critical for maintaining the integrity of laboratory operations, with a performance period from November 8, 2024, to November 7, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by September 30, 2024, at 12:00 PM EST, and can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further information.
    D--Special Notice of Intent to Sole Source Award.
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Norbit US LTD for the continued access to specialized software essential for processing multibeam sonar data. This procurement is aimed at securing the POSPac MMS with SmartBase and Qimera/Fledermaus FM Geocoder software, which is critical for standardized data processing in collaboration with partner agencies, including the U.S. Geological Survey (USGS). Norbit US LTD is uniquely qualified to provide the necessary expertise for utilizing this software, as they are the only vendor capable of supporting the specific requirements associated with the Norbit multibeam sonar. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, with the contract value not exceeding $250,000 and no competitive quotes being solicited.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    Notice of Intent to Sole Source purchase of ElectroFisher Backpacks
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service intends to award a sole source purchase order for ElectroFisher Backpacks, specifically from the Original Equipment Manufacturer (OEM), Smith-Root. This procurement is necessary for the Forest Service's operations, as these specialized backpacks are critical for conducting fish population assessments and habitat restoration efforts. The delivery of the items is requested within thirty days after receipt of order, with early shipments encouraged at no additional cost to the government. Interested parties may submit quotations to Jerry Meeks at jerry.meeks@usda.gov by 12:00 P.M. (CST) on October 2, 2024, for consideration, although the government reserves the right to proceed without competition based on the responses received.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    0460 SUPP Regional Forester Team Office Furniture
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking quotations for the procurement of office furniture for the R4 Regional Foresters Office, with a focus on supporting small businesses through a total small business set-aside. The solicitation includes a variety of items such as L-shaped desks, traditional sit-stand desks, and matching storage cabinets, all designed to meet specific ergonomic and functional requirements. This procurement is essential for creating a conducive work environment that aligns with the agency's operational needs. Interested vendors must submit their quotes by September 29, 2024, at 3:00 PM ET, and can direct inquiries to Morgan Sharp at morgan.sharp@usda.gov or Jessica Rasmussen at JESSICA.RASMUSSEN@USDA.GOV.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.