Search Contract Opportunities

FEMA MWEOC - ICCT VMWare Renewal

ID: WX03265Y2025T • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 2, 2025, 1:06 p.m. EDT

This is a solicitation for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued.

FEMA requests responses from qualified sources capable of providing the VMWare Cloud Foundation 5 that is identified in the attached Statement of Work (SOW). All parts shall be new. No refurbished or used parts will be accepted. Pursuant to FAR 13.501(a), acquisition to be processed as a Brand Name acquisition. See attached Brand Name Justification. The requirement shall be competed as a small business set-aside to the open market. All of the licenses quoted shall meet the specifications provided in this solicitation. Only one Delivery/Purchase Order will be awarded as a result of this RFQ. The selected Contractor shall be able to provide all products sought under this RFQ.

The purpose of this procurement is to procure brand-name U.S. Federal VMware Cloud Foundation 5 - 1-Year Commit - Per Core VMware Inc. - VCF-TD-TL-1P-F5 VCF-TD-TL-1P-F in accordance with the Statement of Work.

Quantity - 288 cores

Period of Performance:

Base Year 07/29/2025 to 07/28/2026

OY 1 07/29/2026 to 07/28/2027

OY2 07/29/2027 to 07/28/2028

OY3 07/29/2028 to 07/28/2029

OY4 07/29/2029 to 07/28/2030

Funding has been obtained for this proposed procurement in an amount equal to or greater than the Independent Government Cost Estimate (IGCE). The Government requests pricing for the supplies with shipping/delivery to be in effect for thirty (30) days after the date of your RFQ response. FOB Destination pricing is preferred. Please provide the additional information below and please see Statement of Work for item specification and the shipping location.

ADDITIONAL INFORMATION TO BE PROVIDED BY THE OFFEROR:

a. UEI Number :

b. GSA Contract Number (if applicable):

PLEASE SUBMIT ALL BIDS AND INQUIRIES TO ANATIAH.UTLEYHORTON@FEMA.DHS.GOV

Posted: June 2, 2025, 10:05 a.m. EDT
Posted: May 28, 2025, 10:27 a.m. EDT
Posted: May 27, 2025, 4:14 p.m. EDT
Posted: May 27, 2025, 10:46 a.m. EDT
Background
The Federal Emergency Management Agency (FEMA) is seeking qualified sources to provide VMware Cloud Foundation 5 as part of their mission to ensure effective communication and engineering support. This procurement aims to maintain the functionality of the ICCT system through necessary licensing, ensuring continued vulnerability scanning and network monitoring.

Work Details
The contract requires the procurement of brand-name VMware Cloud Foundation 5 licenses. The specific requirements include:
- Product: VMware Cloud Foundation 5 - 1-Year Commit - Per Core
- Brand: VMware Inc.
- Model: VCF-TD-TL-1P-F5 VCF-TD-TL-1P-F
- Quantity: 288 cores
- Specifications: Must be new; refurbished or used parts will not be accepted. The license must meet the following minimum specifications:
- Version: ESXI 8 and above
- Operating System: Windows Server 2019 OS
- Delivery Method: Electronic delivery within 30 days from the date of purchase order.
- Documentation Required: Purchase receipt, warranty information, and user manuals must be included with the delivery.

Period of Performance
Base Year from 07/29/2025 to 07/28/2026, with four option years extending through to 07/28/2030.

Place of Performance
Delivery location is specified as Stephen French, 19844 Blue Ridge Mountain Rd, Bluemont, VA 20135.

Overview

Response Deadline
June 6, 2025, 11:00 a.m. EDT Past Due
Posted
May 27, 2025, 10:46 a.m. EDT (updated: June 2, 2025, 1:06 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Mount Weather, VA 20135 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
59% of obligations for similar contracts within the Federal Emergency Management Agency were awarded full & open.
On 5/27/25 National Continuity Section issued Solicitation WX03265Y2025T for FEMA MWEOC - ICCT VMWare Renewal due 6/6/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541519 (SBA Size Standard $34 Million) and PSC 7A21.
Primary Contact
Name
Anatiah Utley-Horton   Profile
Phone
(202) 465-0347

Secondary Contact

Name
Erin Cotter   Profile
Phone
(301) 980-8545

Documents

Posted documents for Solicitation WX03265Y2025T

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Solicitation WX03265Y2025T

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation WX03265Y2025T

Similar Active Opportunities

Open contract opportunities similar to Solicitation WX03265Y2025T

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > NATIONAL CONTINUITY SECTION(CON50)
FPDS Organization Code
7022-ARFAM
Source Organization Code
100173542
Last Updated
June 21, 2025
Last Updated By
anatiah.utleyhorton@fema.dhs.gov
Archive Date
June 21, 2025