VMWare Renewal

SOL #: N63394-26-SIMACQ-E30-0019Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
COMMANDING OFFICER
PORT HUENEME, CA, 93043-5007, United States

Place of Performance

Port Hueneme, CA

NAICS

Other Computer Related Services (541519)

PSC

Business Application Off The Shelf Software Delivered By Perpetual License, Which Also Encompasses Enterprise Level Software Enabling Mission Capability And Business Operational Support. (7A21)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 23, 2026
2
Last Updated
Apr 23, 2026
3
Submission Deadline
Apr 29, 2026, 10:00 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, Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is soliciting proposals for the renewal of VMware Cloud Foundation Software Maintenance Support/Subscription. This acquisition is critical for maintaining cybersecurity compliance, support, and sustainability of the eMASS (11098) RSS RDT&E system. This is an Unrestricted opportunity. Quotes are due April 29, 2026, at 03:00 PM Pacific Standard Time.

Scope of Work

The requirement is for the renewal of VMware Cloud Foundation Software Maintenance (QTY 25). This includes essential Support and Sustainability (S&S) necessary for the Risk Management Framework (RMF) Assessment & Authorization (A&A) process. Failure to renew will severely impact NSWC PHD's ability to maintain cybersecurity compliance for its RDT&E systems.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: June 1, 2026, to May 31, 2027
  • Set-Aside: Unrestricted
  • Response Due: April 29, 2026, 03:00 PM Pacific Standard Time
  • Published Date: April 23, 2026
  • Place of Performance: Port Hueneme, CA 93041

Submission & Evaluation

Quotes must be submitted in portable document format (pdf) to the SAM.GOV platform. Evaluation will be based on the Lowest Priced, Technically Acceptable (LPTA) methodology. Criteria include Price, Technical Capability (rated "acceptable" or "not acceptable"), and Past Performance (pass/fail). Offerors must provide comprehensive vendor administrative information, including CAGE Code, Dun & Bradstreet #, Tax ID#, GSA Contract Number (if applicable), Country of Manufacture, Lead Time, Shipping Charges, OEM status, Company Size, distributor information, availability of online price listing, and acceptance of Wide Area Work Flow (WAWF). Quotes must include a detailed Price Breakdown and be valid for at least 60 calendar days.

Additional Notes

This solicitation incorporates FAR clauses by reference. Vendors are responsible for monitoring SAM.GOV for any amendments or changes to the requirement prior to the closing date. The primary point of contact is Rene Valdivia (rene.e.valdivia.civ@us.navy.mil, 805-727-1091).

People

Points of Contact

Files

Files

Download

Versions

Version 2
Solicitation
Posted: Apr 23, 2026
View
Version 1Viewing
Solicitation
Posted: Apr 23, 2026