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 21, 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 set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the agency's IT storage capabilities through the acquisition of various HPE storage products and accessories. The selected contractor will be responsible for delivering the required products within 90 days post-award, with proposals due by April 1, 2025. Interested parties can reach out to Maggie Main at maggie.main@bia.gov for further inquiries regarding this solicitation.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 11:05 AM UTC
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 The objective is to enhance system performance, reliability, and compatibility by upgrading outdated hardware and software within the existing storage environment.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 21, 2025, 11:05 AM 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.
Apr 21, 2025, 11:05 AM UTC
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 21, 2025, 11:05 AM UTC
The document addresses a query related to the Bill of Materials (BOM) for a federal procurement involving Nimble Storage systems, specifically the Alletra 5010 and 5050 models. The inquiry focuses on the capacity breakdown of the required storage arrays—5 units of Alletra 5010 and 2 units of Alletra 5050. The response provides a detailed capacity allocation for each unit: the 5050 models are allocated 800TB each, while the 5010 models have varying capacities (126TB, 84TB, and three units at 42TB each). This information is vital for potential bidders to understand the specifications and requirements for their proposals. By clarifying the capacity requirements, the document plays an essential role in ensuring accurate proposals and compliance with the RFP's technical needs in the federal contracting context.
Apr 21, 2025, 11:05 AM UTC
The document pertains to the amendment of a solicitation for a federal contract, referenced by number 140A1625Q0027. It outlines the procedures contracting parties must follow to acknowledge receipt of the amendment, emphasizing that failure to do so by the specified deadline may lead to offer rejection. The amendment modifies an existing contract/order and includes administrative changes, potential changes to offer status, and essential dates for acknowledgment. The contracting office is located at 12201 Sunrise Valley Drive, Reston, VA, with a specified closing date of April 1, 2025, for the submission of offers and any amendments. The document reinforces the importance of proper communication and acknowledgment from contractors, ensuring compliance with federal guidelines for procurement. Overall, it is a procedural guideline aimed at facilitating the contract amendment process in accordance with federal acquisition regulations.
Apr 21, 2025, 11:05 AM 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.
R--DIGITIZATION PROJECT
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for a digitization project aimed at transitioning approximately 500 boxes of paper records to electronic formats at its Rocky Mountain Regional Office and associated agencies. This initiative is in response to federal mandates for compliance with National Archives and Records Administration (NARA) standards, emphasizing the importance of efficient records management and data security. Contractors must possess a minimum of ten years of experience in records management and adhere to strict security protocols while completing the project within a timeline of 6 months to 1 year. Interested parties should contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941, with proposals due by May 8, 2025, at 1700 local time.
Azure licensing for Southwestern Indian Polytechni
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of Microsoft 365 Azure (A5 version) software licenses for the Southwestern Indian Polytechnic Institute (SIPI). This solicitation emphasizes the participation of Indian Small Business Economic Enterprises (ISBEEs) and outlines a firm fixed-price contract for a one-year base period from June 28, 2025, to June 27, 2026, with options for two additional years. The software will enhance SIPI's educational and administrative functions, ensuring the security of student and faculty data through user licenses and cloud synchronization services. Interested vendors can contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130 for further details regarding compliance requirements and the proposal submission process.
38--317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking proposals for the procurement of two CAT317 hydraulic excavators with mulcher attachments for the Flathead Indian Irrigation Project. This solicitation is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to supporting tribal economic development. The equipment is crucial for enhancing irrigation infrastructure and operational efficiency within the project, which is vital for the agricultural needs of the local tribes. Proposals are due by May 9, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested parties can contact Brock Bell at brock.bell@bia.gov 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.
D--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) Recompete, aimed at enhancing educational data management for Native American students across federally operated and tribally controlled schools. The procurement focuses on developing a comprehensive student information system that manages sensitive student data, including demographics, grades, and attendance, while ensuring compliance with federal and state reporting requirements. This initiative is crucial for improving educational outcomes and maintaining effective communication among stakeholders through a secure online platform. Interested contractors must acknowledge receipt of amendments and submit their proposals by May 19, 2025, with the contract period set from July 3, 2025, to July 2, 2026. For further inquiries, potential bidders can contact Michelle Nahlee-Marshalek at michelle.nahlee@bie.edu.
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.
Math, Reading, and Science PD Services for Nenahne
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to provide professional development services in Math, Reading, and Science for the Nenahnezad Community School located in Fruitland, NM. The contract, which is set aside for Indian Small Business Economic Enterprises (ISBEE), aims to enhance educational outcomes through monthly consultant support focused on curriculum mapping, assessments, and teaching strategies over a performance period from June 1, 2025, to May 31, 2026. This initiative is crucial for improving educational services within the community while ensuring compliance with federal regulations, including the protection of Personally Identifiable Information (PII). Interested parties should contact Michael Drinkwater at michael.drinkwater@bie.edu for further details and must submit their proposals, including technical capabilities and pricing, by the specified deadlines.
Ductile iron utility poles and related electrical
Buyer not available
The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of ductile iron utility poles and related electrical hardware intended for the Colorado River Agency in Parker, Arizona. The procurement requires various sizes of utility poles and specific hardware parts that must meet stringent quality and material standards, including ASTM and ANSI classifications, with all materials required to be new. This initiative supports the federal government's commitment to high-quality standards and economic opportunities for local enterprises, particularly targeting Indian Economic Enterprises. Interested parties must submit their quotes by April 16, 2025, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
Art Kits for Tuba City Boarding School
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for the procurement of 350 elementary art kits for the Tuba City Boarding School. This solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) and aims to fulfill educational needs by providing essential art supplies to support K-12 learning environments. Interested contractors must comply with Federal Acquisition Regulations (FAR) and Interior Acquisition Regulations (DIAR), and proposals should include pricing information, product specifications, and evidence of capability to meet the requirements. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov. Proposals are due within 30 days of the order receipt, and the contract will be awarded as a single firm-fixed-price agreement.