The document is a justification review for procuring Oracle software licenses, stating the necessity for brand name procurement due to the complexities and costs associated with switching to different database software, which could disrupt operations. It highlights that a CHESS Statement of Non-Availability allows for this procurement to be posted as a Total Small Business Set-Aside on SAM.gov. The contracting officer supports the justification, confirming that the anticipated costs will be fair and reasonable.
This document presents a question and answer exchange for Solicitation W911YP26QA001, focusing on licensing and user access for a database environment. The key points address the type of environment requiring licensing, which is identified as a database, and the quantity of users needing access. It specifies that approximately four users will require support for these licenses. This information is crucial for understanding the scope of licensing and support requirements within the context of a federal government solicitation.
This government solicitation, W911YP26QA001, issued by W911YP USPFO ACTIVITY UT ARNG, is a Request for Proposal (RFP) for Oracle Renewal FY26, specifically for Oracle Advanced Security, Database Enterprise Edition, and Partitioning software. The total award amount is USD 34,000,000.00. The acquisition is a total small business set-aside with NAICS code 541519. Key clauses include those related to small business programs, combating human trafficking, and restrictions on foreign-made telecommunications and drone equipment. The contract requires electronic invoicing through Wide Area WorkFlow (WAWF) and includes provisions for post-award small business rerepresentation and compliance with Federal Acquisition Supply Chain Security Act (FASCSA) orders, mandating contractors to identify and report any prohibited covered articles or sources.