Nimble Storage for OIT
ID: 140A1625Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - STORAGE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7K20)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.

Point(s) of Contact
Files
Title
Posted
The Statement of Work (SOW) details a project to upgrade the Hewlett Packard Enterprise (HPE) Nimble Storage Environment for Indian Affairs, scheduled for March 18, 2025. The objective is to enhance system performance, reliability, and compatibility by upgrading outdated hardware and software within the existing storage environment. Key components of the work include ensuring compatibility with existing technology, replacing end-of-life hardware with the latest HPE Nimble models, and implementing necessary software and firmware updates. The project emphasizes proactive monitoring and requires installation support, 24/7 surveillance through HPE InfoSight, and a five-year ongoing support plan. Deliverables for the project encompass an upgraded operational storage environment, comprehensive system configuration documentation, user training materials, and a post-upgrade support plan. The attachment lists various hardware and support services needed for implementation, including specific quantities and types of HPE products essential for the upgrade. Overall, this SOW reflects the government’s efforts to maintain and enhance IT infrastructure while ensuring compliance with current technological standards and operational efficiency.
Apr 1, 2025, 3:06 PM UTC
The document outlines a government Request for Proposal (RFP) for the acquisition of various Nimble Storage and HPE Alletra products. This includes an array of hardware such as storage arrays, power cords, and support software, all essential for expanding data management capabilities. The pricing section lists part numbers alongside quantities ordered with an emphasis on competitive unit cost structures, indicating a bulk procurement strategy aimed at optimizing financial resources. The RFP specifies a 90-day delivery timeline and includes a summary of equipment specifications, underscoring the intent to enhance technological capacity within government operations. The document serves as a formal solicitation for suppliers to provide necessary IT infrastructure components, aligning with federal and state procurement guidelines to ensure compliance and efficiency in fulfilling agency requirements.
This document outlines the requirements for self-certification by Offerors under the Buy Indian Act, specifically detailing the criteria for qualifying as an "Indian Economic Enterprise" (IEE). The Offeror must certify compliance at the time of proposal, contract award, and throughout the contract's duration. The document emphasizes that Contracting Officers may request further eligibility documentation at any acquisition stage. It highlights the legal implications of providing false or misleading information, citing potential penalties under various U.S. codes. The Offeror Representation Form collects necessary details, including the name of the federally recognized tribal entity, Unique Entity ID, legal business name, and ownership information, affirming that the offeror meets IEE definitions. This form is part of the solicitation process for a project titled "Nimble Storage for OIT" under solicitation number 140A1625Q0027, serving as a key component of federal procurement initiatives aimed at promoting Indian economic enterprises in contracting.
Apr 1, 2025, 3:06 PM UTC
The document is a Request for Proposal (RFP) for Nimble Storage for the Office of Information Technology (OIT), specifically targeting Indian Small Business Economic Enterprises (ISBEEs). It seeks proposals for commercial products and services related to IT storage solutions, under NAICS code 541519. The solicitation emphasizes a firm-fixed-price purchase order with a 100% set-aside for ISBEEs. Proposals are due by April 1, 2025, with a delivery period of 90 days post-award to the Bureau of Indian Affairs in Albuquerque, NM. The RFP outlines specific product requirements, including various HPE storage products and accessories, detailing quantities and descriptions for each item. It also includes pertinent clauses from the Federal Acquisition Regulation (FAR) and highlights custom payment and performance conditions, including requirements for electronic invoicing. Key points consist of the need for compliance with numerous regulations and the importance of maintaining proper documentation throughout the contracting process. This solicitation reflects the government's initiative to support small businesses and ensure compliance with federal contracting standards while acquiring necessary technological services and equipment.
Lifecycle
Title
Type
Nimble Storage for OIT
Currently viewing
Combined Synopsis/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.
ISBEE/IEE-Qualstar Q80 Tape Library Hardware Replacement and Warranty Services
Buyer not available
The Indian Health Service (IHS), part of the Department of Health and Human Services, is seeking qualified Indian Small Business Economic Enterprises (ISBEEs) to provide replacement and warranty services for the Qualstar Q80 Tape Library System, including an IBM LTO-8 FC Tape Drive. The procurement aims to secure two Qualstar Q80 Tape Library Systems, along with necessary components and a five-year warranty, to support the National Data Warehouse, as the current equipment has reached its end of support. This initiative is crucial for maintaining the operational efficiency of IHS's data management infrastructure, which serves over 2.6 million American Indians and Alaska Natives. Interested vendors must submit their capability statements and the Buy Indian Act Representation Form by 9:00 AM EST on April 22, 2025, to Javier Medina-Velazquez at javier.medina-velazquez@ihs.gov, referencing sources sought number 75H70425Q00018.
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.
Thermal Monoculars BIA Office of Justice Services
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Office of Justice Services, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Missing and Murdered Unit in Albuquerque, NM. The thermal monoculars must meet specific technical requirements, including compatibility with helmet mounts, a combat-proven design, and a minimum detection range of 753 yards, ensuring they are suitable for tactical operations. This procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to supporting Indian-owned businesses in federal contracting. Interested offerors must submit their proposals, including technical specifications and compliance with federal regulations, by the specified deadline, and can contact Lara Wood at lara.wood@bia.gov for further information.
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.
Solicitation_75H70725Q00078- HP Toners supply for Zuni Comprehensive Community Health Center
Buyer not available
The Department of Health and Human Services, through the Indian Health Service (IHS), is soliciting proposals for the supply of Hewlett Packard (HP) toner cartridges for the Zuni Comprehensive Community Health Center located in Zuni, New Mexico. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE) in accordance with the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in federal contracting. The contract will require vendors to provide new HP toner cartridges, with specific models and quantities detailed in the solicitation, ensuring operational efficiency for healthcare services. Interested contractors must submit their proposals by April 16, 2025, with questions due by April 9, 2025, and can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov for further information.
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.
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.
GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified small businesses to provide and install a commercial-grade garage door at the Mescalero Agency in Mescalero, New Mexico. The procurement involves removing an existing door and installing a new one, with specific requirements regarding dimensions, insulation, and warranty, while ensuring compliance with federal safety and quality standards. This opportunity emphasizes the importance of small business participation, including preferences for service-disabled veteran-owned, HUBZone, and economically disadvantaged women-owned businesses. Quotes are due by April 18, 2025, at 5:00 PM (MDT), with an anticipated award date of April 24, 2025. Interested parties should contact Sonia Nelson at Sonia.Nelson@bia.gov for further details.