Oracle Database Sources Sought Notice
ID: PANMCC-25-P-0000-009163Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 3:00 PM UTC
Description

The Department of the Army is seeking vendors capable of providing an Oracle Database License for the Enterprise instance of the Training Management Scheduling System (TMSS) hosted in the Microsoft Azure cloud. This Sources Sought Notice aims to identify potential suppliers and encourage responses from both large and small businesses, particularly those in various socio-economic categories, to express their capabilities and interest in competing for the upcoming procurement. The Oracle Database 12c is essential for optimizing database management, offering features such as multitenant architecture, dynamic performance optimization, and reduced downtime, which are critical for federal and local government operations. Interested parties must submit their capabilities statements by January 10, 2025, and can direct inquiries to Victoria Claytor at victoria.g.claytor.civ@army.mil or Hattie Brown at hattie.l.brown8.civ@army.mil.

Point(s) of Contact
Files
Title
Posted
Jan 2, 2025, 4:08 PM UTC
The document outlines the product specifications for Oracle Database 12c, emphasizing its cloud architecture benefits tailored for federal and local government needs. Key features include the ability to consolidate multiple databases into a multitenant environment, which enables Database Administrators (DBAs) to efficiently manage databases and reduce the frequency of necessary patches and backups. The software optimizes storage and performance dynamically, supports smart data compression, and ensures minimal downtime by deploying across a server pool. It lists specific deliverables, including software licenses and maintenance for the base year and subsequent option years, addressing the need for clarity in transactional details. This documentation serves as part of a federal request for proposals (RFP), indicating the government’s commitment to adopting advanced technologies for improved IT efficiency, reduced complexity, and cost savings in database management.
Jan 2, 2025, 4:08 PM UTC
The U.S. Government has issued a Sources Sought Notice to identify vendors capable of providing an Oracle Database License for the Enterprise instance of the Training Management Scheduling System (TMSS) in the Microsoft Azure cloud. This notice serves to inform businesses of potential procurement opportunities and does not constitute a formal request for quotes or proposals. All interested large and small businesses, particularly those in various socio-economic categories, are encouraged to express their capabilities. Respondents are asked to submit a capabilities statement including firm information, interest in competing as a prime contractor, previous experience, and suggestions on structuring contract requirements to enhance competition, particularly among small businesses. The submission deadline is set for January 10, 2025. The Government will not accept unsolicited proposals or pay for submitted information, emphasizing that responses marked as proprietary will be protected. This notice reflects the government’s intent to support competition while evaluating the feasibility of upcoming procurement actions.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
DA10--Retail Merchandising System (RMS) and Oracle Store Inventory Management (SIM) (VA-25-00055285)
Buyer not available
The Department of Veterans Affairs (VA) is seeking information regarding the upgrade of its Retail Merchandising System (RMS) and the Oracle Store Inventory Management (SIM) systems through a Request for Information (RFI) designated as solicitation number 36C10B25Q0245. The primary objective is to migrate to a more secure and sustainable Oracle solution, specifically Oracle 19C, while addressing current operational challenges such as security vulnerabilities and ensuring a seamless transition to cloud-based services for the SIM module. This initiative is crucial for enhancing the Veterans Canteen Service's (VCS) technology infrastructure, which plays a vital role in streamlining retail operations and improving service delivery to veterans. Interested vendors must submit their capability statements by April 15, 2025, at 4:00 PM EST, to the designated contacts, Justin Daniel and Evan Schlisserman, via email, adhering to a 15-page limit and specific submission guidelines.
U.S. Army Fire & Emergency Services (F&ES) Enterprise Wide Information Technology Cloud-Based Software License Solution & Ancillary Support Services
Buyer not available
The Department of the Army is seeking a contractor to provide a FedRAMP-compliant cloud-based software license solution and ancillary support services for its Fire & Emergency Services (F&ES) program, which operates across 273 fire stations. The contractor will deliver a Commercial-Off-the-Shelf (COTS) solution that includes setup, installation, training, and 24/7 help desk support, with the aim of standardizing data management, improving accessibility, and enhancing reporting capabilities across 109 F&ES organizations. This initiative is crucial for ensuring data security, real-time access to reports, and compliance with federal regulations, thereby modernizing the Army's emergency services capabilities. Interested parties must respond to the Sources Sought Notice by April 18, 2025, providing relevant company details and previous experience, with inquiries directed to Teresa Agostino at teresa.m.agostino.civ@army.mil or Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil.
RFI - Salesforce Software Licenses
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Rock Island (ACC-RI), is seeking information from qualified vendors capable of providing a comprehensive suite of Salesforce software licenses. The Army is interested in obtaining licenses for various Salesforce products, including Sales Cloud, Service Cloud, Marketing Cloud, Commerce Cloud, Experience Cloud, and Analytics Cloud, among others, to enhance their operational capabilities. This Request for Information (RFI) aims to gather insights on vendor capabilities, including full suite availability, reseller information, and any value-added services offered, without committing to a contract or proposal at this stage. Interested vendors should submit their responses electronically to the designated contacts by April 15, 2025, with a concise response limited to two pages.
Litigation Case Management Software Solution
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking vendors to provide a cloud-based Litigation Case Management Software Solution to enhance its legal operations. The objective is to replace the existing SQL-based system with a comprehensive Software as a Service (SaaS) solution that can manage a variety of legal cases, including Federal Court litigations and contract disputes, while ensuring compliance with DoD security requirements. This procurement is crucial for improving efficiency and accountability in legal services, with the contract expected to span one base year and four optional years. Interested parties must submit their responses to the Sources Sought notice by April 14, 2025, at 10:00 A.M. ET, via email to the primary contact, Jordan Baker, at jordan.d.baker@usace.army.mil, and the secondary contact, Giorgiana Chen, at giorgiana.chen@usace.army.mil.
Total Management System
Buyer not available
The Department of Energy is seeking responses for a Total Management System (TMS) to support its Learning Management System (LMS) requirements, specifically through the MSTS – DOE CONTRACTOR office. The procurement aims to acquire LMS software licenses, service agreements, hosting support, and training for personnel, ensuring compliance with DHS and DOE standards, including FedRamp moderate and 508 compliance. This system is crucial for managing training, testing, and certification information for law enforcement and public safety, with the capability to support at least 20,000 active users annually and the integration of various training modules. Interested vendors must submit their responses, including company details and capability statements, to Chris Rosser at RosserCQ@nv.doe.gov by April 21, 2025, at 4:30 PM PST.
Sources Sought Announcement (SSA) for Procurement of Tactical Network Transport – On The Move (TNT-OTM) Parts
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is issuing a Sources Sought Announcement (SSA) for the procurement of Tactical Network Transport – On The Move (TNT-OTM) parts. This initiative aims to identify capable businesses, particularly small businesses, that can meet the upcoming contract requirements for these essential military components, which are critical for enhancing communication capabilities on the battlefield. Interested vendors are invited to submit their capabilities, past performance, and engineering qualifications by April 17, 2025, to inform the government's acquisition strategy. For inquiries, potential respondents can contact Justin Young at Justin.y.young2.civ@army.mil or the DLA Land and Maritime Small Business Office at smbizlandcols@dla.mil.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity (USAMRAA), is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services. The procurement aims to acquire a Commercial Patent Docketing and Database Software System to support the United States Army Medical Research and Development Command (USAMRDC) in managing patenting and licensing processes, ensuring compliance with legal requirements, and enhancing data management capabilities. This initiative is critical for effective intellectual property management within the medical research community, with the contract expected to be awarded by May 12, 2025. Interested parties should direct inquiries to Lisa Kuhns at 301-619-2336 or via email at lisa.z.kuhns.civ@health.mil, and proposals must adhere to the specified submission guidelines to be considered.
DA01--RFI 36C10B25Q0187 Asset Management VA-25-00053184
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from vendors regarding an Asset Management Solution under Request for Information (RFI) number 36C10B25Q0187, aimed at potentially replacing the existing VistA Automated Engineering Management System/Medical Equipment Reporting System. The RFI specifically targets solutions capable of managing extensive asset and supply chain operations across VA facilities, which currently support over 150,000 users and handle significant asset values, with a focus on products like IBM's Maximo Application Suite. This initiative is part of the VA's ongoing efforts to enhance asset management capabilities while ensuring compliance with federal standards and interoperability with existing systems. Interested parties must submit their responses by April 15, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Michelle Prinston at michelle.prinston@va.gov.
Notice of Intent to procure Atlassian Software Renewals – CHESS RFQ- #524927
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is seeking quotes for the procurement of Atlassian software license renewals under the CHESS RFQ 524927. This opportunity is exclusively for small businesses and involves firm-fixed-price orders for brand name software licenses, including Jira Service Management, Bitbucket, and Confluence, with a subscription period from April 21, 2025, to April 21, 2026. The procurement is critical for maintaining efficient project management and collaboration tools within the Army, ensuring compliance with established IT procurement guidelines. Interested vendors must submit their all-inclusive quotes through the CHESS IT MART by April 15, 2025, at 11:00 AM EST, and direct any inquiries to Daphne Philson at daphne.b.philson.civ@army.mil.
ILTE Product Support for AH-64 FOTE II
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking ILTE Product Support for AH-64 FOTE II. This procurement is for the Integrated Live Virtual Constructive Test Environment (ILTE) for AH-64E Follow-On Operational Test II. ILTE is used to support the testing of the AH-64E Apache helicopter and provides Real Time Casualty Assessment (RTCA) information and Time Space Position Information (TSPI) during test events. The testing will take place at three locations in Texas: Ft. Hood, Dyess Air Force Base, and Naval Air Station Corpus Christi. The ILTE system includes data collection onboard the AH-64E during flight tests and wireless communication with ground stations. The ground stations then communicate wirelessly with ground platforms outfitted with network radios and Aviation-specific Tactical Engagement Simulation System (AVNTESS) instrumentation. AVNTESS is an advanced weapons training system used for live training and testing. The government is seeking capable contractors to deploy and operate the instrumentation for these AH-64E operational tests. The contractors must provide evidence of airworthy certifications for flight instrumentation, J/F-12 licenses for radios, DIACAP or RMF certifications for systems and components, and reports showing prior success with these systems and components. The NAICS code assigned to this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The government anticipates awarding a Firm Fixed-Price contract for this effort with a period of performance estimated to be 12 months. Interested parties must provide company information, including size and small business status, points of contact, and readiness to comply with Limitations of Subcontracting requirements. A white paper response confirming capabilities, certifications, accreditations, and reports must also be provided. Responses are due by November 4, 2016. This notice is for market research purposes and does not constitute a solicitation.