Support for A10 Thunder 1040S ADC Appliance

SOL #: N0040626QS070Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PUGET SOUND
BREMERTON, WA, 98314-5100, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Data Center Services Delivered As A Service Contract. Offsite Data Center Facilities Using The Resources Provided By 3rd Parties. May Be Part Of An Infrastructure As A Service Offering. (DC10)

Set Aside

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

Timeline

1
Posted
Dec 17, 2025
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Feb 17, 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 Department of the Navy, NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals for support maintenance for four (4) A10 Thunder 1040S ADC (Application Delivery Controller) appliances. This is a Brand Name Requirement for OEM A10 Inc. or authorized distributors, anticipated as a Firm Fixed-Price contract. The acquisition is a Total Small Business Set-Aside. Proposals are due February 17, 2026, at 10:00 AM.

Scope of Work

This requirement is for GOLD SUPPORT 1 YEAR and ASK-NON-RETURN-DISK-1YEAR-TIER 1 for specific A10 Thunder 1040S ADC units (serial numbers TH10064018370056, TH10064018480026, TH10064018480007, TH10064018460041). The hardware is currently used at SRF for critical functions including load balancing, SSO solution, SIEM log ingestion, and providing High Availability (HA) to the SIEM front end and local Sharepoint. Security requirements mandate active support agreements. TAA compliance is required for all units. The justification for this brand name/sole source requirement is that these are direct replacements/support for existing equipment, and only the manufacturer or an authorized vendor can provide the necessary support maintenance.

Contract & Timeline

  • Type: Firm Fixed-Price
  • Period of Performance: March 14, 2026, to March 13, 2027. Required Delivery Date: March 1, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 541519 (Other Computer Related Services)
  • Size Standard: 550 Employees
  • Proposal Due: February 17, 2026, at 10:00 AM
  • Published: February 12, 2026

Evaluation & Submission

Proposals will be evaluated based on technical capability (including delivery date), price, and past performance, with no order of relative importance. The government reserves the right to make a single award for all items. Interested authorized distributors must identify their interest and capability. Offerors must note any exceptions to the solicitation's terms, conditions, specifications, or statement of work; failure to do so implies no exceptions. Company registration with SAM.gov is required for award, and invoices will be submitted via WAWF.

Contact Information

Primary Point of Contact: Adia Roberts (adia.m.roberts.civ@us.navy.mil)

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Feb 12, 2026
Version 5
Solicitation
Posted: Feb 12, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Dec 30, 2025
View
Version 2
Solicitation
Posted: Dec 22, 2025
View
Version 1
Pre-Solicitation
Posted: Dec 17, 2025
View
Support for A10 Thunder 1040S ADC Appliance | GovScope