FEMA Region VI: Nutanix/HYCU licenses and support
ID: 70FBR625Q00000043Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 6Denton, TX, 76209, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

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

    The Federal Emergency Management Agency (FEMA) Region VI is seeking quotes for brand-name Nutanix software licenses and HYCU backup solution licenses and support. This procurement aims to renew existing licenses critical for data storage and virtualization, ensuring operational continuity across multiple regions, with a focus on maintaining the current system rather than exploring alternatives. Interested vendors must submit their quotes via email to Contracting Officer Destiny Dyson by 12:00 PM CST on August 4, 2025, with a total budget not exceeding $173,000 and delivery required within 60 days after receipt of order. For inquiries, vendors can contact Destiny Dyson at destiny.dyson@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for brand-name Nutanix and HYCU software licenses and support services intended for the Federal Emergency Management Agency (FEMA) Region VI. This procurement, governed by a Lowest Priced Technically Acceptable evaluation, invites offers to be submitted via email by August 4, 2025. The total budget does not exceed $170,000, and delivery terms require items to arrive within 60 days after receipt of the order. Only quotes for specified brand-name items will be accepted, with no equivalents considered. The document includes detailed descriptions of the software products requested, along with specific contract terms and conditions, including payment instructions and clauses concerning compliance with federal regulations. It also emphasizes that all responses must reference the RFQ identifier for proper processing. The main purpose of this RFQ is to obtain necessary software capabilities for FEMA, aligning with procurement policies for government contracts. Key elements include strict adherence to brand specifications, a clear outline of deliverables and their inspections, and stipulations regarding invoicing and payments adhering to government standards.
    The document outlines a Sole Source/Sole Brand Justification for the renewal of a Nutanix license by FEMA Region VI. It emphasizes the necessity of maintaining the existing Nutanix system, which supports data storage, virtualization, and critical operations across multiple regions. Transitioning to a different platform would incur substantial costs and risks, including potential system downtime and extensive redevelopment efforts. The justification asserts that other brands were not considered as this request pertains to renewing licenses for an existing system, rather than seeking new solutions. The approval process, including certification by the requesting department and contracting officer, ensures compliance with competitive bidding requirements and prepares for scrutiny by the Department of Homeland Security's Office of Inspector General. This document serves as an essential element in supporting the department's operational continuity and security.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    NFIP Actuarial Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    National Clinical Vaccination (NCV) Contract Extension
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Buyer not available
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    PureStorage for FDIC
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of a PureStorage SAN Forensics Lab, which includes an enterprise-class all-flash array designed for high-performance block storage to support forensics investigations and system backups. The contract, identified as RFQ CORHQ-25-Q-0480, requires offerors to provide detailed pricing for various components, including hardware, software, and installation services, with a performance period of three years commencing from the award date. This procurement is critical for ensuring efficient data management and storage capabilities within the FDIC's operational framework. Interested vendors must submit their quotes by 12:00 PM EST on December 12, 2025, and direct any inquiries to Ellisha Smith at ellismith@FDIC.gov or by phone at 571-212-4449.
    Level II Armed Security Guard
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure Level II Armed Security Guard services for Disaster Recovery (DR 4684-AL). This procurement aims to ensure the safety and security of facilities and personnel during emergency preparedness operations. The provision of armed security services is critical for maintaining a secure environment in disaster response scenarios. Interested vendors can reach out to Nicole L. Joseph at nicole.joseph@fema.dhs.gov or call 470-416-9313 for further details regarding this opportunity.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.