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.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    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.
    Adept Software License Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the renewal of 50 Adept Desktop Concurrent User License Maintenance units for Oracle Version, under solicitation number 70Z03826QM0000002. This procurement is essential for maintaining software support for the Coast Guard, with a performance period set from January 1, 2026, to December 31, 2026. The contract will be awarded on a firm-fixed price basis to the lowest-priced technically acceptable offeror, emphasizing compliance with various security and operational regulations. Interested vendors must submit their offers by December 19, 2025, at 12:00 PM EST, and direct any inquiries to Jeremy A. Wood at jeremy.a.wood@uscg.mil.
    Adacore Software Subscription
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center in China Lake, CA, is seeking quotes from Women-Owned Small Businesses (WOSB) for the procurement of Adacore Software subscriptions. The requirement includes subscriptions for GNAT Pro Enterprise for Ada and C/C++, which are essential for developing software for x86 VxWorks 7.x (64 bits) cross-hosted on x86 Windows, with each subscription allowing access for five unique users. This procurement is critical for supporting software development efforts within the Navy, and the contract is expected to be awarded on a Firm Fixed Price basis. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM, and can direct inquiries to Amy Lamberth at amy.s.lamberth.civ@us.navy.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.
    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.