NETAPP Software and Warranty
ID: N0017325Q5620Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 7:00 PM UTC
Description

The Department of the Navy, specifically the Naval Research Laboratory (NRL), is seeking quotations for the procurement of NETAPP Software and Warranty as part of a Total Small Business Set-Aside opportunity. This procurement includes essential software subscriptions, warranty extensions, and support services for NETAPP storage systems, which are critical for maintaining operational capabilities within the NRL's IT infrastructure. Interested vendors are required to attend a mandatory Q&A meeting scheduled for April 16, 2025, and must submit their quotations by April 25, 2025, to ensure compliance with the solicitation requirements. For further inquiries, vendors can contact Andrea Graves at andrea.graves@NRL.NAVY.MIL or Theresa Macpherson at theresa.l.macpherson.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Apr 15, 2025, 3:07 PM UTC
The document outlines specifications for the procurement of NetApp products and services under the federal RFP N0017325Q5620. It includes the following key components: 1. **NetApp Next Business Day Parts Delivery and Software Subscription**: Requires four units for specified serial numbers, with a post-warranty period of 180 days. 2. **NetApp Software Subscription Plan**: Also necessitates four units for the same serial numbers, maintaining the same post-warranty duration. 3. **Disk Plus Renewal**: Details four units with a renewal period of 2 years, 11 months, and 28 days, not counting the end date. 4. **SE Secure for Government**: Calls for four units with round-the-clock support and a 4-hour onsite response time, following a similar renewal timeframe. 5. **Warranty Extension**: For four units with an extended post-warranty of 2 years, 11 months, and 28 days. 6. **Shipping Point of Contact**: The delivery should be directed to Naval Research Laboratory located at 4555 Overlook Ave SW, Washington DC. This specification aims to ensure the supply and maintenance of essential software and hardware for the Naval Research Laboratory, underscoring the federal commitment to maintaining operational capabilities through reliable technological support.
Apr 15, 2025, 3:07 PM UTC
The document features a detailed system configuration report from NASA regarding a NetApp storage system, identified as nasa-01, running on NetApp Release 9.13.1P6. Key specifications include a single-path high availability storage setup, an all-flash optimized configuration, and notable system capacities. The report outlines the system's hardware components, including multiple Intel Xeon processors, memory attributes, various Ethernet controllers, and details pertaining to the SAS (Serial Attached SCSI) host adapters. Significant highlights include the system's firmware versions, IP configuration, and Ethernet link status, indicating full operational readiness. The report also addresses connectivity attributes such as in-band active ACP, processor specifications, and the interface of various SAS host adapters, detailing their operational state (online/offline). This technical documentation is vital for maintaining system integrity and supporting NASA's data management needs. It provides essential information for IT personnel to ensure seamless operations and compliance with organizational standards. The thorough presentation of system specifications suggests a focus on reliability and performance within NASA's advanced technological framework. Overall, this report functions as a critical resource for ongoing system monitoring and troubleshooting in alignment with federal technology infrastructure initiatives.
Apr 15, 2025, 3:07 PM UTC
The document provides a detailed technical overview of a NetApp storage system, specifically an AFF-C190 model, running on NetApp Release 9.15.1P2. It includes essential system components such as the system ID, serial number, processor specifications, memory details, firmware, and network configurations. The system is characterized as All-Flash Optimized and showcases various connectivity details, including Ethernet and SAS host adapters, with their respective statuses and firmware versions. Notable configurations also cover the IP settings for network communication and hardware components like the backplane and internal switches. The condition of various components, such as the service processor and temperature states, is documented, presenting an overall snapshot of system health and capabilities. This document serves as a critical reference for maintenance and support, ensuring compliance with operational standards required in government RFPs and federal grant applications regarding information technology systems.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
70--NetApp SnapMirror
Buyer not available
Presolicitation Department of Defense is seeking to procure brand new and brand name NetApp Snapmirror Data Replication Licenses in support of the Joint Staff, J6. These licenses are used for data replication and are essential for the operations of the Joint Staff. The procurement will be conducted on a brand name basis with NetApp and their authorized resellers. A firm fixed price type contract will be issued in accordance with FAR 13. The solicitation N00189-16-Q-1013 will be posted on the NECO website on Thursday, March 17, 2016. For additional information, please contact Jaime Ramos at jaime.ramos@navy.mil or (215) 697-9605.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
70--A secret clearance is required. See attached DD254
Buyer not available
Presolicitation Department of Defense is seeking NetApp maintenance renewal support for the Joint Staff, J7. The service is being procured on a brand name basis with authorized resellers of NetApp Incorporated. The period of performance is from February 1, 2016, to January 31, 2017. A firm fixed price type contract will be issued in accordance with FAR 13. For more information, contact Jaime Slattery at jaime.slattery@navy.mil or (215) 697-9605.
70--NRP,SERVER,REAR IO, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure seven units of the NRP, SERVER, REAR IO, which requires repair or modification. This procurement is classified under a Total Small Business Set-Aside, indicating that only small businesses are eligible to participate, and it is crucial for maintaining operational capabilities within the Navy's IT and telecom sectors. The government intends to negotiate with a single source due to the proprietary nature of the data required for this part, which it has deemed uneconomical to acquire from other sources. Interested parties should contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil for further details, and they are encouraged to submit their capabilities within 15 days of this notice.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
Annual software subscription for HardwareWall software
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure an annual software subscription for HardwareWall software to support the Triton Unmanned Aircraft System (UAS). This procurement aims to ensure operational updates, security compliance, and functional support for military operations, including maritime surveillance and intelligence gathering. The selected vendor will be responsible for providing firm fixed pricing for the software licenses, with delivery required by May 15, 2025. Interested parties must submit their quotes by April 18, 2025, at 10:00 am Eastern Standard Time, to the designated contacts, Roshaia Thomas and Roberta Nethercutt, via the provided email addresses.
PARTS,CRRNT CARRI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of current carrier parts under a fixed-price contract. The requirement includes the manufacture and design of specific parts that must adhere to detailed specifications, including design, material, and dimensions as outlined in the solicitation. These parts are critical for maintaining operational readiness and support for naval systems, emphasizing the importance of quality and compliance with established technical standards. Interested vendors should submit their quotes to Danielle Dellisola at danielle.dellisola.civ@us.navy.mil by April 21, 2025, with pricing valid for 60 days post-quotation submission.
Dell Data Domain Maintenance
Buyer not available
Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
Construction Materials for an Electric Panel Room
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for the procurement of construction materials for an electric panel room, specifically targeting small businesses under a Total Small Business Set-Aside. The required materials include various construction and building items such as drywall, moldings, and adhesives, all of which must be new and compliant with original equipment manufacturer standards to ensure warranties and services. This procurement is critical for maintaining operational capabilities at the NRL facility in Washington, DC, and will be awarded based on the "Lowest Price Technically Acceptable" evaluation criterion. Interested vendors must submit their detailed quotes by the specified deadline, and for further inquiries, they can contact Yina Brooks at yina.brooks.civ@us.navy.mil or Michiko Houston at michiko.z.houston.civ@us.navy.mil.
Brightly Software
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure software solutions from Brightly Software, Inc. for the National Defense University (NDU) to enhance maintenance and inventory management processes. The procurement specifically targets the Asset Essentials Core and Capital Forecast Direct software products, which are critical for project management, work order services, and tracking maintenance activities across NDU's campuses in Washington, D.C. This software is essential for maintaining operational efficiency and supporting NDU's mission to train the Joint Professional Warfighter, with a contract period set from May 1, 2025, to April 30, 2026. Interested vendors must submit their quotations by April 17, 2025, and ensure registration in the System for Award Management (SAM) while adhering to Section 508 accessibility standards. For further inquiries, vendors can contact Rubean Joy Varghese at rubean.j.varghese.civ@us.navy.mil.