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, is conducting a Sources Sought / Request for Information (RFI) for a Nutanix refresh/upgrade of its Hyper Converged Infrastructure (HCI) Hosting Platform. This market research aims to identify qualified sources for procuring and implementing replacement hardware to maintain system functionality and standardize hosting for medical applications across multiple VISN 5 medical centers. Responses are due by April 17, 2026, at 12:00 PM EDT.
Scope of Work
The requirement involves the procurement and implementation of replacement Nutanix hardware (brand name or equal) for the VISN 5 HCI platform, as existing nodes approach end-of-life. Key aspects include:
- Hardware: Replacement of existing nodes with brand-name or equal to Nutanix NX-8150 G10 (backup) and NX-3460 G10 (server), approved for Nutanix Acropolis Hypervisor v7.x. The attached Excel sheet details additional node types (NX-3460S, NX-3260S, NX-3160S) and specific quantities for various locations.
- Support: Provision of hardware support for at least 7 years post-installation, including component failure replacement.
- Cabling & Components: Inclusion of all necessary data, connecting, and power cables, along with any additional network interface cards (minimum 25 GB/s) and hard drives required. Networking cables must connect to Juniper QFX5120-48Y Switches.
- Implementation: Full node functionality testing, written documentation of expected system function, and full platform integration (networking, interfacing, backup restoration).
- Training: Training on node installation and professional training opportunities for designated VISN 5 Biomedical Engineering staff on maintenance and troubleshooting.
- Security: Adherence to strict security protocols including access control, audit trails, unique user identification, personnel screening, and restricted management access.
- Locations: Baltimore VAMC, Beckley VAMC, Louis A. Johnson VAMC, Martinsburg VAMC, Hershel "Woody" Williams VAMC, Washington DC VAMC.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research for size classification under NAICS 334111, 1,250 Employees)
- Response Due: April 17, 2026, 12:00 PM EDT
- Published: April 8, 2026
- Anticipated Solicitation: If issued, will be posted through the NASA SEWP contracting vehicle.
Submission Requirements
Interested parties must provide:
- Company name, address, point of contact, and size status.
- Answers to specific questions regarding business size, manufacturer authorization, distributor status, subcontracting limitations, COTS items, non-manufacturer rule, and Buy American Act compliance.
- Capabilities statements demonstrating ability to meet salient characteristics or provide "equal to" items.
- Feedback or suggestions on the Statement of Work.
- SAM.gov Unique Entity ID/Cage Code.
- Completion of the attached Excel sheet for products offered. Responses should be emailed to joseph.krupa@va.gov.
Evaluation
Responses will be used for planning purposes only to determine potential qualified sources and their size classification. If a solicitation is issued, award will be made to the bid considered technically feasible with the lowest cost.
Additional Notes
This is an RFI only and does not constitute a solicitation or guarantee a future award. Responses are not considered adequate for a future solicitation. Nutanix hypervisor licensing will be purchased separately.