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
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 29, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 11:00 PM UTC
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.
Jan 8, 2025, 3:04 AM UTC
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
Sources Sought
Similar Opportunities
Adept Desktop Concurrent User License- Maintenance renewal; Synergy Technologies, LLC
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotes for the maintenance renewal of the Adept Desktop Concurrent User License from Synergy Technologies, LLC. This procurement is a firm fixed-price contract reserved exclusively for small businesses, and it aims to secure brand name software services essential for operational efficiency within the Navy. Interested vendors must submit their best quotes, including technical information and proof of authorization as a distributor, by 4:00 PM EST on April 10, 2025, to Cathleen Emmart at cathleen.m.emmart.civ@us.navy.mil. All submissions must comply with the requirements outlined in the solicitation, including registration in the System for Award Management (Sam.Gov).
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking quotes for a Firm Fixed Price contract for the maintenance and repair of vehicle barrier systems at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring compliance with military and federal standards while enhancing the facility's security infrastructure. This initiative is critical for maintaining effective access control and safety, with a total of forty-four vehicle barriers designated for ongoing operational needs. Interested small businesses must submit their quotes by May 2, 2025, and adhere to specific formatting and content requirements, with evaluations based on a Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
Lightning Protection Systems Repair Building 2024 PSFB CO
Buyer not available
The Department of Defense, through the U.S. Space Force, is soliciting quotes for the repair of the Lightning Protection System (LPS) at Building 2024 on Peterson Space Force Base in Colorado. Contractors are required to replace wind-damaged air terminal masts and ensure compliance with national and military codes, with a project timeline of 30 days for completion. This procurement is crucial for maintaining the safety and functionality of military infrastructure, emphasizing the importance of specialized repairs in federal operations. Interested small businesses must submit their proposals, including a price quote and technical documentation, by April 15, 2025, at 12:00 PM MT, and can contact Aaron Smith at aaron.smith.103@spaceforce.mil or Jason Donovan at jason.donovan.1@spaceforce.mil for further information.
EOS Renewal
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the renewal of a subscription to the EOS Web Online library service, which is critical for managing and cataloging the technical library collection. The procurement includes a 12-month base subscription from September 17, 2025, to September 16, 2026, with options for four additional one-year renewals, contingent upon continued service. The EOS Web service is the only Navy-approved online library service that meets specific cataloging requirements, and failure to renew could disrupt library operations. Interested vendors must submit their quotes by April 11, 2025, with an anticipated award date of May 24, 2025. For inquiries, contact Susan Madison at susan.h.madison.civ@us.navy.mil or call 540-613-3296.
25th Space Range Squadron Ku and C Band Test Support
Buyer not available
The Department of Defense, through the United States Space Force, is seeking industry feedback for the upcoming Satellite Communications Services Contract for the 25th Space Range Squadron, specifically to provide Ku and C Band bandwidth for range testing and evaluation across the continental United States, Alaska, and Hawaii. The procurement aims to secure commercial satellite communication (COMSATCOM) transponded bandwidth, with a base contract period starting August 15, 2025, and two optional six-month extensions. This initiative is crucial for ensuring effective satellite bandwidth availability to meet military communication needs, with specific requirements for Effective Isotropic Radiated Power (EIRP) and Gain-to-Temperature Ratio (G/T) values outlined in the associated documents. Interested vendors must submit their responses, including detailed documentation and company information, by April 18, 2025, and can direct inquiries to John Seacrist at john.seacrist@spaceforce.mil.
RTI SW
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is soliciting quotes for specific software products, including the RTI Connext DDS Secure and the RTI CORBA Compatibility Kit, under the combined synopsis/solicitation N0017825Q6734. The procurement aims to acquire essential software licenses that are critical for the development, testing, and delivery of key components within the LCS SUW MP, with a focus on ensuring compatibility with existing systems. Interested vendors must submit their quotations by April 21, 2025, with the anticipated award date in May 2025; all submissions should be directed to Keith Aubert at keith.m.aubert2.civ@us.navy.mil or by phone at 540-742-8886. This opportunity is not set aside for small businesses, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
ServiceNow for NAVSEA HQ, NSWC Newport, Carderock, and Panama City
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for licenses to support the ServiceNow Service Portal for various Naval Surface Warfare Centers and NAVSEA HQ. This procurement aims to enhance operational efficiency by providing essential software licenses, as the ServiceNow platform is critical for automating HR processes and improving data management across the organization. The solicitation utilizes the Carahsoft Technology Enterprise Software Initiative as the mandatory source for all Department of Defense software requirements, with a firm-fixed price agreement expected. Interested vendors must submit their quotes by April 18, 2025, to the primary contact, Arnel Ngo, at arnel.a.ngo.civ@us.navy.mil, or by phone at 757-478-2013, ensuring compliance with federal acquisition regulations throughout the process.
Brand Name - Mathworks LicenseRenewals
Buyer not available
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.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.