Non-Exchange Capable Cutters - Dell Hardware
ID: JA-23-07Type: Justification
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 1 ALEXANDRIAALEXANDRIA, VA, 22310, USA

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure brand name Dell hardware through a delivery order awarded under the Department Wide Acquisition Contract (DWAC). This procurement aims to acquire commercial Dell servers necessary for upgrading hardware that is nearing its End of Life (EOL) and End of Support (EOS), ensuring compliance with established security requirements for U.S. Coast Guard Cutter platforms. The selected hardware will play a critical role in maintaining operational capabilities and security standards. For further inquiries, interested parties can contact Ebone Newbon at ebone.m.newbon@uscg.mil or Richard J Murphy at richard.j.murphy@uscg.mil, with the procurement details being managed under a Firm Fixed Price (FFP) arrangement.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Justification
    Similar Opportunities
    HPE Hardware and Software Renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    NetApp Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure brand name NetApp hardware and software maintenance support services to ensure compliance with security requirements on its network. This procurement is essential for providing technical support, security patch updates, and software release updates, which are critical for maintaining the integrity and functionality of the Coast Guard's IT systems. The justification for this brand name exception is in accordance with FAR 16.505(a)(4)(i), which allows for restrictions to items unique to a single manufacturer. Interested vendors can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172 for further details.
    Veritas Hardware and Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure brand name Veritas NetBackup and Data Loss Prevention Network licensed hardware and software maintenance support, along with new NetBackup Platform Base licenses for its enterprise-wide datacenter systems. This procurement is essential for ensuring continued access to software upgrades, updates, security patches, and technical support, as it falls under the brand name exception to fair opportunity per FAR 16.505(a)(4)(i), which restricts items to a specific manufacturer. Interested parties can reach out to Contract Specialist Ebone Newbon at ebone.m.newbon@uscg.mil or by phone at 703-313-4172, or to Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details. The opportunity is crucial for maintaining the operational integrity of the Coast Guard's IT infrastructure.
    Purchase of Digital Crew Units (DCU)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers for the procurement of Digital Crew Units (DCU) as part of a Sources Sought Notice. The primary objective is to identify capable sources that can provide the DCU, identified by NSN 1680-01-HS3-3084 and P/N 1188200-115, which are critical components for aviation operations. This notice serves as a market research tool to assist the U.S. Coast Guard in determining the availability of suppliers and does not constitute a solicitation for proposals or quotes. Interested parties must submit their responses by December 8, 2025, at 12:00 PM EST, and can direct inquiries to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil, ensuring to include the reference number 70Z03826IH0000011 in the subject line.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    Berth, Crew Rack and Locker, Wardrobe
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Red Hat Software Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to procure brand-name maintenance support for Red Hat (RH) software to ensure continued operational effectiveness of its managed systems at the C5ISC facility in Kearneysville, West Virginia. This procurement is essential for obtaining technical support, security patch updates, and software release updates for existing RH software, which is critical for maintaining security compliance across the USCG's network and cloud computing environments. The estimated cost for this annual software maintenance is $371, and the USCG plans to award a Firm-Fixed Price delivery order through authorized RH resellers on the NASA Solutions for Enterprise-Wide Procurement (SEWP) V contract vehicle. Interested parties can contact Leslie D. Lee at leslie.d.lee2@uscg.mil or Michael McFadden at Michael.A.McFadden@uscg.mil for further information.
    DISPLAY UNIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for three 19" flat panel display monitors, identified by part number K9346700, from the manufacturer Scioteq LLC. These monitors are essential for operational use and must be individually packaged and marked according to military standards, ensuring compliance with specific packaging and labeling requirements. Interested vendors must submit their quotations via email to the primary contact, Eric Goldstein, by December 11, 2025, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable, under a Firm Fixed Price Contract.
    CommVault Brand Name Justification IAW FAR 16.505(a)(4)(i)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division in Alexandria, is seeking to procure maintenance support for Commvault software to ensure compliance with daily backup data thresholds. This procurement involves the annual renewal of maintenance support, which includes technical support, security patch updates, and software release updates for the existing infrastructure. The justification for this brand name exception is based on the unique requirements of the Commvault software, as outlined in FAR 16.505(a)(4)(i). Interested parties can reach out to Lawrence Nesmith at Lawrence.W.Nesmith@uscg.mil or by phone at 703-313-7562, or Leslie D. Lee at leslie.d.lee2@uscg.mil or 703-313-5716 for further details.
    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.