U.S. Senate Oracle Enterprise Systems Licensing and Support Procurement
ID: 2025-R-034Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA

NAICS

Computer and Computer Peripheral Equipment and Software Merchant Wholesalers (423430)

PSC

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

    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking qualified vendors to provide Oracle Enterprise Systems Licensing and Support Procurement. This procurement involves obtaining firm-fixed-price quotes for various Oracle software products and related services, with an emphasis on compliance with federal regulations and Senate procurement guidelines. The selected contractor will play a crucial role in supporting the Senate's IT infrastructure, ensuring the availability and reliability of essential software systems. Interested parties must submit their quotes by March 14, 2025, and are encouraged to contact Holly McDonald at holly_mcdonald@saa.senate.gov or call 202-224-0657 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an addendum to commercial agreements with the U.S. Senate, specifically the Office of the Sergeant at Arms (SAA), outlining conditions under which contractors may operate if awarded a contract. Key points include that any conflicting terms in a contractor's proposal or commercial agreements will be null and void, ensuring compliance with federal law and Senate regulations. Major provisions address unauthorized obligations, third-party claims, automatic renewals, audit rights, tax responsibilities, and indemnification, clearly stating that the SAA will not be liable for additional fees or taxes. Furthermore, the SAA does not accept clauses that grant unilateral termination rights to contractors or mandate arbitration for disputes. The addendum stipulates the necessity for funds appropriated for contract performance, emphasizes confidentiality, and restricts the contractor from making advertisements that imply endorsement by the Senate. This document serves to define the relationship and obligations of contractors with the SAA, ensuring protection of federal interests and compliance with legal frameworks in public procurement processes.
    The document outlines the instructions and requirements for submitting quotes in response to Request for Quotation 2025-R-034 for Oracle Enterprise Systems Licensing and Support Procurement. Offerors must provide a signed PRICING TABLE in Excel format, including relevant End User License Agreements (EULA) and any Contract Terms. Resellers must submit proof of authorization from the OEM to sell to the Federal Government, and compliance with Section 208 of the Legislative Branch Appropriations Act, 2020, for telecommunications equipment and information systems is mandatory. Offerors are required to be registered in the System for Award Management (SAM) and must confirm the products are sourced from U.S. manufacturers or authorized distributors. The submission must include firm-fixed prices on an F.O.B. Destination basis without hyperlinks to terms. Incomplete submissions may be rejected, and awarded contracts will be based on the Lowest Price Technically Acceptable criterion. This procurement process aligns with Senate Procurement Regulations, and only one award is anticipated. The document emphasizes the importance of compliance with specified guidelines and transparency in the procurement process, reflecting standard practices in government RFPs and contracts.
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for various Oracle software products and related services, focusing on obtaining firm-fixed-price quotes. The pricing table outlines ten specific items, including licenses, support services, and additional software packs, with a requirement for vendors to list prices in USD. The total pricing for all items is currently indicated as $0.00, and vendors must specify whether their quote is based on open market pricing or under government purchasing schedules, like GSA or NASA SEWP. The RFQ stresses compliance with instructions, submission requirements, and potential rejection of quotes that don't adhere to these guidelines. Vendors must provide their company details, tax ID, and DUNS number, with quotations valid until April 30, 2025, and shipping costs to be separately identified. This RFQ highlights the SAA's intent to procure essential software for the Senate's operations while ensuring transparency and adherence to federal procurement standards.
    This document outlines the Purchase Order Clauses applicable to contracts issued by the Sergeant at Arms (SAA) of the U.S. Senate. It details the authority and order of precedence for governing terms, including tax exemption status and compliance with Senate security regulations. Key provisions stipulate acceptance protocols for goods and services, invoice requirements, and payment terms, emphasizing that the Senate is exempt from certain laws like the Prompt Payment Act. The clauses address confidentiality, privacy, cybersecurity standards, and data protection protocols for any Senate data handled by contractors. Significant clauses include provisions against advertising using Senate affiliation without approval, rules against gratuities, and requirements for notifying incidents involving data security. The document also prohibits automatic renewals and outlines consequences for conflicts of interest. Additional critical aspects include regulations around data transfer, incident notifications, and a focus on protecting the Senate's legislative information, ensuring compliance with federal laws. Overall, these clauses establish a comprehensive framework for executing contracts in a manner aligned with Senate regulations and federal law, focusing on accountability, security, and precision in dealings.
    The OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement outlines the adherence of the Original Equipment Manufacturer to Section 208 of the Legislative Branch Appropriations Act, 2020. This section restricts the acquisition of specific telecommunications equipment and particular categories of information systems, based on security criteria established by the National Institute of Standards and Technology (NIST). The document serves as a certification confirming the OEM's compliance with these regulations, aiming to enhance national security and safeguard information systems from potential vulnerabilities associated with certain telecom entities. The statement requires a certifying officer's name, title, date, and signature, ensuring accountability in the procurement process related to federal contracts and grants. This compliance verification is crucial in the context of government RFPs and grants, as it assures responsible use of telecommunications technology in federal operations.
    Lifecycle
    Similar Opportunities
    U.S. Senate Information Technology Support Contract (ITSC) V
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms, is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at providing comprehensive IT services to support Senate operations. The contract will encompass essential services such as workstation and server support, help desk services, software installations, and hardware procurement and maintenance across approximately 140 Senate entities nationwide. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract is structured with a two-year base period and options for four additional one-year renewals, contingent upon funding availability. Interested vendors can contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321 for further details regarding the solicitation process.
    Emergency Supply Kits
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide Emergency Supply Kits under a Request for Quotation (RFQ) for the period from May 2025 to April 2026, with options to extend for four additional years. Vendors are required to submit firm-fixed-price quotations that detail unit prices for various emergency supplies, including gloves, masks, batteries, multitools, and sanitation items, ensuring compliance with SAA submission requirements. These kits are crucial for maintaining preparedness and safety within the Senate, reflecting the importance of having reliable emergency supplies readily available. Interested vendors must submit their pricing tables and other required documentation by March 28, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    U.S. Senate 35-Passenger Turtle Top Bus
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the procurement of a 35-passenger Turtle Top Odyssey XL shuttle bus, as outlined in Request for Quotation (RFQ) 2025-R-036. Vendors are required to provide firm-fixed-price quotations that include shipping charges and must meet specific minimum requirements, such as immediate availability and essential safety features, including a backup camera and USB charging ports. This procurement is crucial for ensuring reliable transportation options for Senate operations. Interested vendors should submit their quotations by June 30, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    USAC RFQ: Splunk Cloud and Enterprise Security Subscription
    Buyer not available
    The Federal Communications Commission (FCC) is seeking quotes for the purchase or renewal of a Splunk Cloud and Enterprise Security Subscription through the Universal Service Administrative Company (USAC). This Request for Quotes (RFQ) aims to secure essential software services that support the FCC's oversight of the Universal Service Fund and its associated support mechanisms. The RFQ is critical for ensuring the effective management of IT and telecom resources, which are vital for the FCC's operations. Interested vendors must submit their quotes by March 31, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    Ungerboeck Subscription Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Supply Fleet Logistics Center Norfolk, is seeking to renew the Ungerboeck subscription for the United States Naval Academy in Annapolis, Maryland. This procurement involves a sole source Firm Fixed Price contract for the licensing and maintenance of the Ungerboeck venue management software, which has been integral in managing over 300 venues at the Academy for over five years. The selected contractor must ensure compatibility with existing systems and provide comprehensive IT support, including license management and system onboarding, while adhering to U.S. Navy regulations. Interested parties can reach out to Jordan Walton at jordan.l.walton.civ@us.navy.mil for further details, and all proposals must be submitted electronically by the specified deadline.
    Command Center Console(s)
    Buyer not available
    The United States Government Publishing Office (GPO) is soliciting proposals for the procurement of Command Center Consoles and associated technology for a newly constructed Command Center dedicated to emergency operations. The project requires the installation of advanced command center operations consoles capable of supporting multiple monitors, conference room furniture with integrated technology, and server systems for radio communications, all aimed at enhancing communication and operational capabilities during crises. This procurement is critical for ensuring effective emergency response and aligns with federal objectives for public service workplaces. Interested vendors must submit their quotations by March 21, 2025, with the contract expected to be awarded shortly thereafter, and installation to be completed within 30 days post-award. For further inquiries, potential bidders can contact Willie Brame at wbrame@gpo.gov or Jasmin Webb at jwebb@gpo.gov.
    BRAND NAME COMMVAULT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is seeking proposals for the procurement of Commvault software under a brand-name only requirement. This acquisition is intended to support the SRF Japan and will be negotiated on a firm, fixed-price basis, with a total small business set-aside as per FAR 19.5, allowing only authorized small business distributors to participate. The procurement emphasizes the importance of compliance with technical specifications and mandatory clauses, including adherence to the Buy American Act, and requires submission of an Authorized Distributor letter from the OEM. Interested vendors must submit their quotes by March 14, 2025, and can direct inquiries to Ferbien Encomienda at ferbien.o.encomienda.civ@us.navy.mil or by phone at 360-476-7587.
    Jira Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, is seeking quotations for the renewal of Jira Service Management licenses, expanding the capacity from 100 to 250 users. This procurement aims to enhance software capabilities essential for operational efficiency within the organization, ensuring that the increased user access aligns with the growing demands of software management. Interested vendors must be authorized Atlassian OEM resellers and provide documentation confirming their status, with all submissions due via email to the primary contact, Cheryl Benthall, by the specified deadline. The procurement is structured as a Firm-Fixed-Price (FFP) contract, and the evaluation will be based on the Lowest Price Technically Acceptable criteria.
    7A21--Theradoc software See attached/within for details
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking information from potential vendors for the procurement of TheraDoc software to support the Michael E. DeBakey VA Medical Center. This software package is designed to assist with pharmacy and infection control, and it requires ongoing support and maintenance. The VA aims to gather insights on vendor capabilities, including manufacturing origin, business size classification, and compliance with the Non-Manufacturer Rule, to inform its procurement strategy. Interested parties must submit their responses by March 17, 2025, at 16:00 Central Time, to Contracting Officer Steven A. Berkeley at Steven.berkeley@va.gov. This opportunity is part of the VA's efforts to enhance services for veterans and is not a solicitation for bids or proposals.
    Actian Ingress and OpenROAD License Subscriptions
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is conducting market research for the procurement of one-year subscriptions for Actian Ingress and OpenROAD software licenses (version 11.2 or higher) to support operations at Fort Eustis, Virginia. The objective is to identify potential vendors, particularly small businesses, capable of providing these licenses for five government computers, as part of an evaluation to determine the best acquisition strategy, whether through a noncompetitive acquisition from Actian Corporation or a competitive bidding process. Interested vendors are invited to submit a statement of interest by March 24, 2025, detailing their qualifications and capabilities, with the NAICS Code assigned as 513210 and a Small Business Size Standard of $47 million. For further inquiries, vendors can contact Chase Brasher at chase.w.brasher.civ@socom.mil.