7B22--NetApp HCI - Cisco
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is conducting market research through this Request for Information (RFI) to identify qualified sources for the upgrade of the existing NetApp HCI system at the VA Long Beach Healthcare System in Long Beach, CA. This system serves as the virtual server infrastructure for medical and special purpose systems. Responses are due April 10, 2026.
Scope of Work
The VA seeks vendors capable of providing all necessary parts, labor, transportation, and access for a full-service contract to upgrade the NetApp HCI system. This includes a wide range of Cisco and NetApp components, such as:
- UCS M8 Rack MLB
- Cisco Intersight SaaS and Infrastructure Services SaaS/CVA - Essentials
- Cisco Support Standard for DCM and UCS Central per Server License
- UCS C220 M8 Rack servers and associated components (CPUs, DDR5 DIMMs, M.2 SSDs, VICs, RAID controllers, TPMs, power supplies, rail kits)
- Deployment mode for C Series Servers in Standalone Mode
- IMC SW (Recommended) and various blanking panels and cables.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage for NAICS 513210, size standard $47 million)
- Response Due: April 10, 2026, at 12:00 p.m. Pacific Standard Time (PST)
- Published: March 27, 2026
Submission Requirements
Interested parties should submit:
- Company name, address, point of contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 513210.
- Indication of whether the company is a manufacturer or distributor, including the manufacturing country of origin.
- Details on any alterations, assembly, or modifications if a small business authorized distributor/reseller.
- Information on existing federal contracts (FSS, GSA NAC, NASA SEWP, etc.) and whether referenced items are on schedule.
- General pricing for market research purposes.
- Capabilities demonstrating how proposed items meet salient characteristics, including clear and convincing evidence for "equal to" items.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to a contract. Responses are not offers and cannot be accepted by the Government. Responders are responsible for all associated expenses. A solicitation may be published later. Responses should be emailed to Anette.doan@va.gov. Telephone responses will not be accepted.