Oracle Java Licenses
ID: NOF-0009Type: Combined Synopsis/Solicitation
Overview

Buyer

HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFHOUSING AND URBAN DEVELOPMENT, DEPARTMENT OFCPO : RESEARCH AND COMMUNITY SUPPORWASHINGTON, DC, 20410, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Housing and Urban Development (HUD) is seeking proposals for the procurement of Oracle and Java licenses, along with maintenance services, under solicitation number 86615424R00013. This procurement aims to ensure continuity and support for licenses originally acquired in fiscal year 2020, with an estimated contract value of approximately $26.18 million over a five-year period. The licenses are critical for HUD's operational and development needs, particularly for software such as the Oracle Service Oriented Architecture (SOA) suite, WebLogic Suite, and Siebel CRM tools. Interested vendors must submit their proposals electronically by October 30, 2024, and direct any inquiries to the primary contact, Dwayne E. Gist, at 202-402-5617 or via email at 86615723R00004.CCAP@hud.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Housing and Urban Development (HUD) intends to procure Oracle and Java licenses as specified under Contract Number 866152320F00005, originally acquired in FY20. The licenses are essential for supporting HUD's headquarters and government corporation mission requirements. The document outlines the specific types and quantities of licenses needed, including various Oracle products such as the WebLogic Suite, SOA Suite, and Siebel CRM tools. Additionally, the document provides instructions for delivery, warranty terms that require a minimum three-month warranty with technical support, and compliance with Section 508 accessibility standards. The contractor must ensure that all products meet established standards for electronic and information technology (EIT). Furthermore, it establishes inspection and acceptance procedures by HUD staff to verify functionality and access to the purchased tools. Key contacts for the procurement process and warranty claims are also detailed. This procurement underscores HUD's commitment to maintaining adequate software resources necessary for its operations.
    The document provides a detailed overview of a government Request for Proposals (RFP) focused on the acquisition of Oracle software licenses and related products over a multi-year period. It delineates the pricing structure across various periods, including a base year and four optional years, itemized by the Contract Line Item Numbers (CLINs) associated with specific Oracle software products. Each software license type requested includes Processor Perpetual and Application User licenses, categorized under distinct Oracle CSI numbers. The summary of major products involves crucial software suites like Oracle WebLogic, SOA Suite, and Hyperion Planning across all option years, reflecting a structured approach to IT software procurement. This document serves to outline the financials and authorization needed for different licenses, ensuring compliance with federal and state funding requirements. Overall, the RFP indicates a significant commitment to leveraging Oracle applications to enhance government operations, necessitating detailed procurement planning and fiscal management as part of its IT strategy.
    This document serves as a combined synopsis and solicitation for commercial services under RFP 86615424R00013, aligned with federal guidelines. The requirement is categorized under full and open competition for Other Computer Related Services, as indicated by the NAICS code 541519. Proposals will be evaluated based on the Lowest Priced Technically Acceptable Offeror, and all items listed in the RFP must be quoted to qualify for an award. The RFP requests a range of Oracle software licenses, including WebLogic Suite, SOA Suite, and Siebel CRM, among others, with specified quantities for each. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals electronically by 2:00 PM Eastern Time on September 30, 2024. The proposals should remain valid for 120 days post-submission. Questions regarding the solicitation can be directed to the Contracting Officer. This solicitation underscores the government's continuous need for updated technological solutions, emphasizing transparency and accessibility in the procurement process.
    The document outlines a Limited Source Justification for federal supply schedule orders conducted under the Multiple Award Schedule Program by the U.S. Department of Housing and Urban Development (HUD). It specifies the procedures for justifying limited source acquisitions when the total estimated cost exceeds the simplified acquisition threshold. Key justifications for limiting the source include urgent needs, unique capabilities of a provider, or continuity of services from prior contracts. The document emphasizes the need for comprehensive supporting data, including market research, unique qualifications of the proposed contractor, and proactive measures to overcome any restrictions. It also requires certification from program officials and contracting officers, ensuring all information is accurate before submission. Additionally, different approval levels are mandated depending on the order's total cost. This framework underscores HUD’s commitment to accountability and transparency in procurement processes while ensuring that essential services are acquired efficiently.
    The U.S. Department of Housing and Urban Development (HUD) is seeking to procure Oracle and Java licenses through a Firm Fixed Price (FFP) contract as detailed in the Limited Source Justification. This action, necessary to meet HUD’s operational needs, includes a range of perpetual license types for various Oracle products, with a projected value of approximately $26.18 million over a five-year period from December 1, 2024, to November 30, 2029. The contracting activity falls under the Office of the Chief Procurement Officer with the authority grounded in FAR 8.405-6, owing to the specialized nature of the licensing and services required. Market research revealed three small businesses capable of fulfilling the requirements, allowing for a competitive procurement. It was determined that this contract action represents the best value for HUD, promoting compliance with established licensing standards while fulfilling technical and security specifications. The justification emphasizes that existing licenses are foundational to HUD’s operations and addresses market dynamics that favor small business involvement, underscoring HUD's commitment to effective procurement practices while ensuring continuity in IT support through recognized software solutions.
    The U.S. Department of Housing and Urban Development (HUD) submitted a request for an individual waiver of the Nonmanufacturer Rule to procure Oracle and Java Licenses for the Oracle Service Oriented Architecture (SOA) software suite, necessary for HUD's operational and development needs. This procurement aims to ensure continuity and support for licenses originally acquired in fiscal year 2020. The estimated value of the contract is $26,182,005.69, with the previous contract awarded to Emergent LLC. Due to a lack of small business manufacturers capable of supplying the required products, HUD conducted market research which revealed only limited socio-economic small businesses, indicating a low likelihood of fulfilling the requirement. Past procurement strategies were competitive through the NASA SEWP Government-wide Acquisition Contract (GWAC), and no significant issues were reported with previous performance. The request concludes that no reasonable expectation exists for small businesses to meet the solicitation's specifications. Therefore, an individual waiver from the FAR is justified, facilitating the necessary licensing and maintenance for HUD’s software infrastructure.
    The Department of Housing and Urban Development (HUD) is seeking proposals under RFP 86615424R00013 for Oracle and Java licenses and maintenance. The procurement, a Sole Source RFP, is targeted at authorized Oracle resellers and is intended to support HUD's IT and operational needs. The contract will be a firm fixed price model with the delivery expected within 30 days post-award. The solicitation incorporates Federal Acquisition Regulations (FAR) provisions and mandates that the selected contractor comply with HUD-specific requirements. Interested contractors must submit their quotations by October 30, 2024, while all inquiries concerning the RFP should be directed to the contracting officer, Dwayne Gist, by October 10, 2024. This procurement emphasizes compliance with regulations related to small business practices and includes specific clauses regarding employment rights, contract integrity, and subcontracting limitations. The overall aim is to secure reliable software licenses essential to HUD's mission, ensuring ongoing operational efficiency and compliance with federal procurement standards.
    The U.S. Department of Housing and Urban Development (HUD) has issued a Request for Proposal (RFP) for Oracle and Java licenses, under solicitation number 86615424R00013. This acquisition, designated as a Sole Source request, aims to engage authorized Oracle resellers for software licenses and maintenance due to prior procurement in FY20 for HUD Headquarters' operational needs. The RFP envisions a firm fixed-price contract with a 30-day delivery requirement post-award and has specified a submission deadline for quotations by September 30, 2024. The document outlines necessary terms and conditions as per Federal Acquisition Regulations (FAR), including compliance clauses and provisions that must be acknowledged by the contractors. Additionally, it emphasizes the centrality of small business utilization and highlights protections against conflict and confidentiality violations. This RFP illustrates HUD's commitment to facilitating efficient software solutions while ensuring adherence to recognized federal procurement standards. The effective contract timeline spans from December 1, 2024, to November 30, 2025, with further option periods extending through 2029.
    Lifecycle
    Title
    Type
    Oracle Java Licenses
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    242 Industry Data and Credit Analytics (IDCA)
    Active
    Housing And Urban Development, Department Of
    The Department of Housing and Urban Development (HUD) is seeking contractor support for a subscription-based web portal that provides comprehensive data and analytics on American acute-care hospital organizations. The Office of Healthcare Programs (OHP) aims to enhance its mortgage insurance program by acquiring access to rating agency reports, financial analyses, operational benchmarks, and industry outlooks, along with live analyst support and quarterly updates. This procurement is crucial for informed decision-making and proactive loan monitoring, ensuring effective oversight in healthcare financing. Interested parties must submit their capability statements by October 9, 2024, at 10:00 AM EST, with an anticipated contract value between $500,000 and $1 million for a base period of 12 months and four optional extensions. For inquiries, contact Kimberly M. Campbell at Kimberly.M.Campbell@hud.gov.
    Oracle Database Enterprise Edition, Software Update License & Support
    Active
    Energy, Department Of
    Solicitation from the Department of Energy for Oracle Database Enterprise Edition, Software Update License & Support. This procurement is for the renewal support service of the Oracle software, which is used for database management and support. The place of performance is in Upton, NY, with a zip code of 11973, in the United States. The primary contact for this procurement is David Blackmore, who can be reached at dblackmore@bnl.gov. The solicitation requests vendors to provide a quote for 1 unit of the Oracle SULS24-17243052 Software Update License & Support. The period of performance for this service is from January 1, 2024, to December 31, 2024. The solicitation also mentions the requirement for vendors to be registered in the System For Award Management (SAM) database. The lowest total price and meeting technical requirements will be the basis for awarding the contract. The pricing provided by vendors should remain valid for 60 days. The deadline for submitting quotations is December 14, 2023.
    Housing and Urban Development Mortgagee Compliance Management (MCM) Services
    Active
    Housing And Urban Development, Department Of
    The U.S. Department of Housing and Urban Development (HUD) seeks market intelligence from potential vendors for its Mortgagee Compliance Manager (MCM) role. HUD aims to manage compliance related to its acquisition of single-family homes through the Federal Housing Administration's (FHA) mortgage insurance program. This Sources Sought notice requests capability statements from vendors able to support pre- and post-conveyance services, including mortgage case management, administrative remedies, and customer service. Respondents should have a physical office and experience in mortgagee compliance to help HUD protect its interests nationwide. HUD emphasizes that this is a market research exercise with no financial commitment. Vendors are encouraged to respond by the deadline, providing a capability statement aligned with the draft Performance Work Statement. Contact Quotia Pitts or Charles W. Hoyle Jr. for more information.
    Scanwriter Premier Software
    Active
    Treasury, Department Of The
    The Bureau of the Fiscal Service, on behalf of the U.S. Department of Housing and Urban Development Office of the Inspector General (HUDOIG), intends to award a sole-source contract to Personable Inc. for its ScanWriter Premier Software. This software is crucial for converting significant volumes of physical text records into electronic formats using Optical Character Recognition (OCR) technology, particularly for analyzing financial documents such as bank statements and checks. The unique capabilities of ScanWriter, which include instant audit trails and handwriting conversion, have been determined to be unavailable from other providers, justifying the sole-source award under FAR 6.302-1(b)(1). Interested parties must submit a capability statement by September 19, 2024, to purchasing@fiscal.treasury.gov, and should include company details, UEI number, product offerings, and a brief capabilities statement, adhering to specified file formats.
    D--LSJ SAM Posting - HR License
    Active
    Interior, Department Of The
    The Department of the Interior is seeking to renew a Human Resources (HR) software subscription from Gartner, Incorporated, through a Limited-Sources acquisition. This procurement aims to provide ongoing access to essential HR research and advisory services, which are critical for supporting the Federal Consulting Group and the National Park Service in their employee recruitment and diversity initiatives. The decision to continue with Gartner is based on their unique capability to meet the established needs, as confirmed by market research, emphasizing the importance of maintaining strategic HR development within the National Park Service. For further inquiries, interested parties can contact Elsa Aguon at elsaaguon@ibc.doi.gov or by phone at 571-560-0475.
    7A--Molecular Operating Environment (MOE) License Renewals
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking to renew licenses for the Molecular Operating Environment (MOE), a critical software tool used for molecular modeling and simulations. This procurement aims to ensure continued access to the MOE software, which is essential for various environmental research and analysis applications. The renewal of these licenses supports the EPA's mission to protect human health and the environment through advanced scientific tools. Interested vendors can reach out to Phillip Williams at williams.phillip@epa.gov or call 919-541-1580 for further details regarding this opportunity.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Conflict of Interest Software *No Substitutes*
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is seeking quotes for a Conflict of Interest Software, specifically the COI RiskManager by Diligent Corporation, under a Firm Fixed Price (FFP) request for quotation (RFQ). The procurement aims to secure a software solution that effectively manages conflicts of interest disclosures, ensuring compliance and transparency in external activities and financial interests, with features such as configurable disclosures, compliance monitoring dashboards, and robust case management functionalities. This initiative is critical for maintaining high standards of integrity and accountability within government operations, with the contract performance period extending from November 18, 2024, through November 17, 2029, and an option to extend for up to four additional years. Interested vendors must submit their quotations by October 15, 2024, at 5 PM EST, and are encouraged to contact Aaron Hagler at ahagler@bnl.gov for further inquiries.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    Operating Fund Web Portal Digital Training Videos
    Active
    Housing And Urban Development, Department Of
    Sources Sought HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF is seeking digital training videos for their Operating Fund Web Portal. These videos will be used to provide education and training in the field of information technology and telecommunications. The procurement is set aside for 8(a) small businesses. The place of performance is in Denver, CO, USA. For further information, please refer to the attached sources sought notice. The primary contact for this procurement is Rebecca Alward, who can be reached at rebecca.m.alward@hud.gov.