10 SOPS Oracle Premier Care License
ID: FA255025Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2550 50 CONS PKPSCHRIEVER SFB, CO, 80912-2116, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, specifically the 50th Contracting Squadron at Schriever Space Force Base, is seeking quotes for the renewal of the Oracle Premier Care License Subscription for the period from February 1, 2025, to January 31, 2026. This procurement is essential for maintaining operational integrity and support for Oracle's proprietary systems, which are critical to the agency's functions. Interested vendors must submit firm-fixed price quotes by January 30, 2025, and ensure compliance with solicitation instructions, including registration in the System for Award Management (SAM) and provision of necessary documentation. For further inquiries, vendors can contact Cheri Kuzio at cheri.kuzio@spaceforce.mil or Emily Heck at emily.heck@spaceforce.mil.

    Files
    Title
    Posted
    The document outlines a sole source justification for renewing the Oracle Premier Care License maintenance subscription for the 50th Contracting Squadron at Schriever Space Force Base. The need for renewal arises from the proprietary nature of Oracle's systems, necessitating continued support to maintain operational integrity. The subscription, procured as a commercial item, will be in effect from February 1, 2025, to January 31, 2026, and is valued at an estimated firm fixed price. Market research, conducted through a sources sought notice on SAM.gov, indicated multiple authorized vendors, but ultimately reaffirmed that only Oracle or its certified resellers could provide the needed maintenance without compromising warranties or system functionality. There were no feasible alternatives identified during this research, confirming the necessity for a brand-name acquisition. The Contracting Officer believes competitive quotes from authorized resellers will ensure fair pricing. The agency plans to incorporate ongoing market research and explore options to mitigate future proprietary barriers, but acknowledges the challenges associated with Oracle's proprietary rights in this circumstance.
    This document outlines a federal government solicitation for the ORACLE Premier Care License Maintenance Subscription. Interested vendors must submit firm-fixed price quotes by 28 January 2025, and to be eligible, they must possess an active System for Award Management (SAM) account and provide essential information, including a Commercial and Government Entity (CAGE) number and a Unique Entity Identifier (UEI). The government will award the contract based on the lowest-priced quote that meets technical requirements, evaluated in phases where initially two lowest-priced quotes are assessed for technical acceptability. Vendors are advised to submit their best pricing with no expectation of negotiation after submission. The document emphasizes HUBZone preference for eligible small businesses and outlines provisions for ensuring the contractor's financial responsibility and compliance with various federal regulations. Attachments detail the specific items included in the maintenance subscription, covering various Oracle server components, systems, and software licenses. This solicitation highlights adherence to federal acquisition regulations, encouraging competition among contractors while maintaining standards for quality and price efficiency.
    The government document is a Combined Synopsis/Solicitation for Oracle Annual License Maintenance Support, valid from February 1, 2025, to January 31, 2026. It invites qualified vendors to submit Firm-Fixed Price quotes for this service, specifying that responses must be emailed by January 29, 2025. To be eligible, vendors must hold an active System for Award Management (SAM) registration and provide essential company information, including a CAGE number and estimated delivery timelines. The evaluation criteria prioritize price and technical acceptability, explicitly outlining that the award will go to the lowest-priced offer conforming to the requirements. The document notes special considerations for HUBZone small business participants and emphasizes the necessity of adequate financial and technical resources for contract performance. Detailed clauses and provisions, along with a comprehensive list of items requiring Oracle support, accompany the solicitation, addressing compliance and operational regulations. This RFP reflects the government's commitment to transparent procurement processes and ensures that selected contractors meet specified eligibility and technical standards.
    This document is a combined synopsis and solicitation for Oracle Annual License Maintenance Support for the period from February 1, 2025, to January 31, 2026, issued by the government entity located in Point Mugu, CA. Interested vendors are required to submit firm-fixed price quotes via email by January 30, 2025, with detailed compliance to the solicitation instructions to be considered for contract award. All submissions should include essential information such as CAGE number, Unique Entity Identifier, contact details, and an estimated delivery date. The evaluation of quotes will focus on two main factors: technical acceptability and price, with low-priced offers receiving primary consideration. Preference is given to HUBZone small businesses when applicable. Further, vendors must be registered in the System for Award Management (SAM) and demonstrate adequate financial resources to fulfill the contract terms. Attached to the solicitation are lists of items requiring maintenance and justifications for the sole-source designation of Oracle products. The document underscores the government's structured approach to procurement, ensuring fairness and transparency in awarding contracts for the requested services.
    The document outlines a federal solicitation for the procurement of Oracle Premier Care License Maintenance Subscription with a specified delivery period from February 1, 2025, to January 31, 2026. It details the requirements for vendors to submit quotes via email by January 28, 2025, including necessary documentation such as CAGE number, Unique Entity Identifier (UEI), and contact information. The contracting approach is a Firm-Fixed Price (FFP) basis, and quotations must demonstrate technical acceptability to be considered for award. Evaluation will prioritize the lowest-priced quote meeting technical criteria. Late submissions will be processed in accordance with applicable regulations. Additional criteria include HUBZone preferences, vendor financial responsibilities, and necessary compliance with various clauses and provisions relevant to federal contracting. The list of items requiring the Oracle subscription indicates the specific hardware and licenses involved, emphasizing the technical and operational requirements of the service. This solicitation exemplifies typical government procurement practices aimed at ensuring compliance, cost-effectiveness, and fair competition among vendors.
    The Independent Government Estimate Form for Oracle Premier Care License Subscription, prepared by 10 SOPS, outlines anticipated equipment and support services for the period from February 1, 2024, to January 31, 2025, and extending to January 31, 2026. The document lists various Oracle products, including multiple server types (SPARC T8-1, SPARC S7-2, SPARC T4-1, etc.), storage solutions (ZFS Storage, StorageTek), and other relevant hardware components. Each product is associated with specific quantities and designated as support services. The purpose of this estimate is to facilitate budgeting for the purchase of Oracle services and support over the outlined periods, ensuring compliance with federal standards and agreements (i.e., TAA compliance). While individual costs remain unspecified, the document emphasizes the importance of obtaining these products for maintaining operational effectiveness within the government sector. Overall, this estimate reflects the government's strategic planning in technology procurement to ensure efficient and effective service delivery for agency operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oracle Software Maintenance and Support Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to renew Oracle software maintenance and support services through a federal contract. This procurement aims to ensure continued operational efficiency and support for critical IT and telecom service delivery management systems utilized by the Army. The maintenance and support services are vital for the ongoing functionality of hardware and perpetual license software, which play a significant role in the Army's IT infrastructure. Interested vendors can reach out to Darrell May at darrell.e.may.civ@army.mil or Taylor Wellman at hobart.t.wellman.civ@army.mil for further details regarding this opportunity.
    OrCAD SWM
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of OrCAD software maintenance and related products. The requirement includes maintenance renewals for OrCAD PCB Design Professional with PSpice, essential for uninterrupted production and functionality of existing licenses. This procurement is critical for maintaining operational efficiency and compliance with federal regulations, with a total award amount of $47 million anticipated. Interested parties must submit their quotes by December 17, 2025, at 12:00 PM EST, and can direct inquiries to Marcia Rennie at marcia.m.rennie.civ@us.navy.mil.
    Redgate SQL Toolbelt
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for a firm-fixed-price contract for a Redgate SQL Toolbelt Subscription for fiscal year 2026. The procurement is specifically for brand name software, and interested offerors must provide detailed technical information, including a published price list and compliance with federal regulations, as part of their submission. The Redgate SQL Toolbelt is essential for database management and development, ensuring efficient operations within the Navy's IT framework. Quotes must be submitted via email to Benjamin Flores by 12:00 PM on December 17, 2025, with a requested delivery date of January 6, 2026.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    USSF COMSATCOM Forecast to Industry Future Requirements Fiscal Year (FY) 2025-2026 (May 2025)
    Dept Of Defense
    The United States Space Force (USSF) is preparing to issue Requests for Proposals (RFP) for Commercial Satellite Communications (COMSATCOM) services for Fiscal Year 2025-2026. The anticipated procurement will focus on three primary service categories: COMSATCOM Transponded Capacity (CTC), COMSATCOM Subscription Services (CSS), and Complex Commercial SATCOM Solutions (CS3), which are essential for supporting military operations through satellite bandwidth leasing and custom solutions. The projected lifecycle values for these contracts range from under $300,000 to approximately $905 million, with specific projects including Ku Band and C Band bandwidth for range testing and high-throughput services for data applications. Interested parties should note that the timeline for anticipated RFQ releases is from June to December 2025, with awards expected in late 2025 and early 2026. For further inquiries, contact John Seacrist at john.seacrist@spaceforce.mil.
    Brand Name - Mathworks LicenseRenewals
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Edwards Air Force Base, is soliciting proposals for the renewal of a MATLAB Software Subscription, specifically for Master License 30968726. This procurement is essential for maintaining the unique capabilities of MATLAB, which are critical for defense-related data analysis and engineering operations, and is justified under FAR 6.302-1 as MathWorks is deemed the only responsible source capable of meeting the agency's specific requirements. The renewal period is set from January 1 to December 31, 2025, and interested parties must submit their proposals electronically to Josiah Broadway by December 19, 2025, at 10 AM Pacific Standard Time, ensuring they are authorized resellers of renewal licenses to avoid technical support issues.
    Saratech Maintenance Renewal
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking quotes for the annual maintenance license renewal of Saratech Siemens CAD software, which is essential for the Air Vehicle Stores Compatibility (AVSC) Team in supporting various aircraft platforms. This procurement includes maintenance for critical software modules such as FEMAP with NX Nastran, NX License Borrow Option, and NX Mach 3 Product Design, which are vital for conducting computerized physical fit checks and structural analysis. The contract is set to be awarded on a sole source basis to Saratech Optimizing Engineering Investments, with a delivery deadline of December 31, 2025, to Patuxent River, MD. Interested vendors must submit their quotes by December 16, 2025, and can direct inquiries to Johnny E. Smith or Roberta Nethercutt via the provided email addresses.
    FlowJo Software License Renewals
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the renewal of 25 FlowJo Software Licenses for the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). The procurement requires licenses that support flow cytometric data analysis, accept FCS files from BD and Beckman Coulter cytometers, and provide features such as usage reports and simultaneous user access, among others. This opportunity is a total small business set-aside, with a firm fixed price (FFP) structure, and quotes are due by January 5, 2026, following a release on December 12, 2025. Interested vendors should direct inquiries to Jayme Fletcher or Emily K. O'Hara via their provided email addresses.
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    USSF COMSATCOM CSCO Forecast to Industry Future Requirements Fiscal Year (FY) 2026 (as of Oct 2025)
    Dept Of Defense
    The United States Space Force (USSF) is seeking industry input regarding future requirements for Commercial Satellite Communications (COMSATCOM) for Fiscal Year 2026. The procurement will focus on potential Requests for Proposals (RFPs) and Requests for Quotes (RFQs) related to satellite communication capabilities, which include services such as COMSATCOM Transponded Capacity, Subscription Services, and Complex Commercial SATCOM Solutions. This initiative is critical for enhancing satellite communication capabilities, which support various military operations and strategic objectives. Interested parties can reach out to John Seacrist at john.seacrist@spaceforce.mil for further information, with the forecast document being current as of September 30, 2025.