SERVER GEN 10

SOL #: SPMYM226Q7188Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Electronic Computer Manufacturing (334111)

PSC

Miscellaneous Communication Equipment (5895)

Set Aside

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

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 7, 2026, 6:00 PM

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 DLA MARITIME - PUGET SOUND is soliciting proposals for SERVER GEN 10 equipment, specifically P/N P23465-B21, which includes 7x24x4 hardware maintenance for HP ProLiant DL380 G10 servers. This is a 100% Total Small Business Set-Aside procurement. The resultant award will be a firm fixed-price supply contract with delivery to Bremerton, WA. Offers are due by May 7, 2026, at 11:00 AM.

Scope of Work

This opportunity requires the supply of a SERVER GEN 10 (P/N P23465-B21). Key technical specifications include:

  • Server Model: HP ProLiant DL380 G10 3104 1P 8LFF Server.
  • Maintenance: Includes 7x24x4 hardware maintenance.
  • Processor: 2nd generation Intel Xeon Scalable Processor Family.
  • Memory: Support for various DIMM sizes (8/16/32/64/128GB 2933 DIMMs).
  • Storage: NVMe and SAS drive options (e.g., 6.4TB to 1.6TB MU HHHL DSF Card, 12G SAS options).
  • Chassis: 2U rack chassis with various SFF and LFF bay configurations.
  • Delivery: FOB Destination to Puget Sound Naval Shipyard IMF, Bremerton, WA, on or before May 18, 2026.

Contract & Timeline

  • Type: Firm Fixed-Price Supply Contract
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 334111, Size Standard: 1250 employees
  • Offer Due: May 7, 2026, 11:00 AM
  • Delivery Required: On or before May 18, 2026
  • Published: May 6, 2026

Submission & Evaluation

Proposals must be submitted electronically to vera.anderson@dla.mil. Required submission items include:

  • Completed and signed solicitation package.
  • CAGE CODE and FACILITY CAGE CODE.
  • Company size (Small or Large Business).
  • Confirmation of Commercial Item / Commercial-Off-The-Shelf (COTS) status. If COTS, NIST SP 800-171 is exempt.
  • Annotated lead time/delivery date.
  • Completed pricing for each CLIN (FOB Destination Bremerton, WA).
  • Manufacturer name, CAGE code, country of manufacturing, and part number.
  • Manufacturer's specification sheets (not copied/pasted).
  • Redacted quote and email from manufacturer/distributor.
  • Completed representations and certifications.
  • Current SAM.gov registration. Evaluation will be based on Technical, Price, and Performance factors.

Additional Notes

Offerors must comply with DFARS clauses, including those related to item unique identification and valuation. Invoices will be processed via Wide Area Work Flow (WAWF).

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 6, 2026
SERVER GEN 10 | GovScope