VISN 5 Nutanix refresh/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 Department of Veterans Affairs (VA), specifically VISN 5 Network Contract Office 5, is conducting a Sources Sought / Request for Information (RFI) for a Nutanix Hyper Converged Infrastructure (HCI) refresh and upgrade. This market research aims to identify qualified sources capable of providing replacement hardware and support for VISN 5 hospitals, as existing nodes are nearing end-of-life. The primary place of performance is Martinsburg, WV, with services also required at other VAMC locations including Baltimore, Washington DC, Beckley, Clarksburg, and Huntington. Responses are due by April 17, 2026, at 12:00 PM EDT.
Purpose & Scope
This RFI is for planning purposes only and is not a solicitation. The VA seeks to gather market information on potential sources and their size classification for the procurement of brand-name or equal Nutanix HCI hosting systems. The objective is to replace end-of-life hardware, maintain system functionality for critical medical applications, standardize the hardware cycle, and ensure interoperability across VISN 5.
Key Requirements
The requirement includes replacement hardware for the Nutanix HCI Platform, specifically brand-name or equal to Nutanix NX-8155 G10 (backup infrastructure) and Nutanix NX-3060 G10 (server infrastructure). Solutions must be approved for Nutanix Acropolis Hypervisor v7.x. The scope covers specific core counts, memory, storage, and rack space requirements for multiple VAMC locations. Additionally, the solution must include necessary data, power, and networking cables (connecting to Juniper QFX5120-48Y Switches), 7 years of hardware support and component failure replacement post-installation, node installation, full platform integration, and training for VISN 5 Biomedical Engineering staff. Licensing for the Nutanix hypervisor will be purchased separately.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Future Solicitation Vehicle: NASA SEWP (if issued)
- Product/Service Code: 7B22 (Computing Hardware And Software Products For Servers And Converged Appliances)
- Response Due: April 17, 2026, 12:00 PM EDT
- Published: April 1, 2026
Submission & Eligibility
Interested parties must provide their company name, address, point of contact, and size status. Responses must include answers to specific questions regarding business size, manufacturer authorization, distributor status, subcontracting limitations, COTS items, non-manufacturer rule, and Buy American Act compliance. A capabilities statement demonstrating the ability to meet salient characteristics or provide "equal to" items is required, along with feedback on the Statement of Work. Respondents must include their SAM.gov Unique Entity ID/Cage Code and complete the attached Excel sheet detailing products offered. The RFI seeks knowledge of qualified sources relative to NAICS 334111 (size standard of 1,250 Employees).
Additional Notes
This is solely for market research. Responses will not be considered offers and are not adequate for a future solicitation. If a solicitation is issued, interested parties must respond separately.