NIPR Virtual CORE Storage Hardware Upgrade
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 42d Contracting Squadron (42 CONS), Maxwell AFB, AL, is conducting market research through a Sources Sought notice for a NIPR Virtual CORE Storage Hardware Upgrade. This requirement seeks a turnkey solution for the procurement, installation, and seamless integration of Hewlett Packard Enterprise (HPE) or Equal equipment, specifically targeting HPE MSA 2070 storage arrays and HPE DL360 Gen 11 servers. Responses are due by May 5, 2026, at 12:00 p.m. Central Daylight Time.
Scope of Work
The contractor shall provide a comprehensive turnkey solution, including project management, engineering design, physical installation, virtual environment data migration (VMware vSphere/vCenter), network configuration, system testing, and over-the-shoulder technical training. The upgrade involves replacing existing HPE 3PAR 8400 2N NIPR Core Storage Hardware with a Modular Smart Array (MSA) and adding a fourth node, followed by data migration and host connection reconfiguration. All new equipment must be TAA Compliant, JELA eligible, and forward/upward compatible. Security Technical Implementation Guide (STIG) hardening and Information Assurance (IA) scans are required.
Compatibility Requirements
If proposing an "or equal" solution, vendors must demonstrate 100% compatibility, interoperability, and seamless native integration with the existing, standardized HPE network infrastructure without causing mission degradation or requiring significant re-engineering and retraining of government personnel.
Information Requested
Respondents are asked to provide:
- General Information: Company name, address, POC, contact details, business type (under NAICS 541519), CAGE Code, UEI. Also, identify customary NAICS codes and commercial contract terms.
- Capabilities: Confirm ability to meet the requirement with brand name HPE equipment. If proposing an alternative, provide a detailed technical narrative and supporting data demonstrating seamless integration.
Submission Instructions
- Format: Email responses to the listed points of contact.
- Deadline: May 5, 2026, 12:00 p.m. CDT.
- Important Notes: This is not a solicitation; no contract will be awarded based on responses. No reimbursement for costs incurred. Avoid submitting proprietary or competition-sensitive information. Information gathered will finalize the acquisition strategy.
Points of Contact
- Primary: 1st Lt. John Putnam, john.putnam.8@us.af.mil, (334)953-8083
- Secondary: Jeremy B. Kersey, jeremy.kersey.1@us.af.mil, (334)953-3526