10 SOPS Oracle Premier Care License
ID: FA255025Q0007Type: Sources Sought
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 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 4:00 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
NATIONAL MAINT. RENEWAL
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking quotations for the renewal of software service programs, specifically for LabVIEW and related services, under a volume license agreement. The procurement aims to ensure the continued availability of essential software and associated technical support, maintenance, and updates from June 1, 2025, to May 31, 2026. This opportunity is set aside for small businesses and requires compliance with various Federal Acquisition Regulations, emphasizing the importance of maintaining operational capabilities within the Department of the Navy. Interested vendors must submit their brand name quotes by April 24, 2025, at 4 PM, and can direct inquiries to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil.
SiliconExpert Software Renewal
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to renew its subscription for the SiliconExpert P5 Platform tool, which is critical for managing counterfeit risk information related to electronic components. This procurement is classified as a sole source requirement, as SiliconExpert is the only vendor capable of fulfilling the government's needs for this specialized software, which includes unique features such as historical datasheet libraries and compliance modules. The renewal is essential for maintaining operational efficiency and systems readiness within the U.S. Army's DEVCOM AvMC Systems Readiness Directorate. Interested parties may submit capability statements or proposals for consideration, although no competitive quotes will be solicited, and the contract award is anticipated in June 2025. For further inquiries, contact Tracie Marbury at tracie.a.marbury.civ@army.mil or Dianna Cooper at dianna.cooper2.civ@army.mil.
Delta 8 Mission Furniture Refresh Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a firm-fixed price solicitation aimed at refreshing mission furniture across multiple rooms at Schriever Space Force Base in Colorado. This procurement is intended to meet the evolving mission needs associated with the Delta 8 initiative and the realignment of satellite communications under the Space Operations Command, ensuring that the furniture aligns with the Department of the Air Force's Office Workplace Furniture Ordering Guide. The solicitation is set aside for small businesses, and only four authorized Tier II contractors will be eligible to submit quotes, with the expectation of receiving at least two responses. Interested parties can reach out to Cheri Kuzio at cheri.kuzio@spaceforce.mil or Emily Heck at emily.heck@spaceforce.mil for further information, as the solicitation documents will not be publicly posted. The deadline for submissions is April 14, 2025.
Vendor-Specific Supply Chain Risk Information Licenses
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for four licenses of Vendor-Specific Supply Chain Risk Information Software to enhance risk identification and management within supply chains. The software must provide comprehensive data on organizations, including company backgrounds, financial health reports, and risk assessments, to facilitate informed decision-making regarding supply chain risks. This procurement is crucial for ensuring compliance with federal oversight and regulations, with proposals due by 3:00 PM EST on April 28, 2025, and should be submitted via email to the primary contacts, Meredith Setterfield and Lisa Belew. The anticipated award date for the contract is May 5, 2025.
Amendment 1 - Peterson Space Force Base Vehicle Barrier Maintenance and Repair
Buyer not available
The Department of Defense, through the United States Space Force, is seeking proposals for the maintenance and repair of vehicle barriers at Peterson Space Force Base in Colorado. The contract aims to provide preventive maintenance, inspection, and minor repairs for operational vehicle barriers, ensuring their functionality and compliance with safety standards. This procurement is critical for maintaining the security infrastructure of the base, which includes a total of forty-four operational vehicle barriers and associated control systems. Interested small businesses must submit their quotes by May 9, 2025, following a scheduled site visit on April 28, 2025, and can direct inquiries to Tiana Glenn at tiana.glenn@spaceforce.mil or Philip Choate at philip.choate.1@spaceforce.mil.
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.
Satellite Frequency Converters - Amendment 1
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of Frequency Converters to be delivered to Peterson Space Force Base in Colorado. This opportunity is categorized as a Small Business Set-Aside under NAICS code 334220, and it specifically seeks dual and triple band frequency converters with detailed technical specifications outlined in the solicitation. The selected vendor will be awarded a Firm-Fixed Price contract based on the lowest priced quote that meets the technical requirements, with all submissions due by 10:00 AM (MT) on April 29, 2025. Interested vendors must ensure compliance with all solicitation instructions and be registered in the System for Award Management (SAM); for further inquiries, they can contact Zachary Hodges at zachary.hodges.10@spaceforce.mil or Brittney Rosenbaum at brittney.rosenbaum@spaceforce.mil.
Microsoft 365 Renewal FY25
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to renew its contract for Microsoft 365 Software A5 Education for FY25, with the intent to award a sole source contract to Insight Direct, Inc. This procurement aims to secure 300 faculty licenses, ensuring continuity in IT services and mitigating the risks associated with transitioning to a new distributor, which could lead to significant data loss and operational disruptions. The Microsoft 365 A5 platform is critical for maintaining a secure and collaborative digital education environment, essential for the U.S. Army War College's mission. Interested vendors, particularly small businesses across various socioeconomic categories, are encouraged to respond to the Sources Sought Notice by providing their capabilities and suggestions for enhancing competition. For further inquiries, vendors may contact Jennifer Wohlford at jennifer.a.wohlford.civ@army.mil or William Byrne at william.a.byrne.civ@army.mil.
Altair Software Renewal
Buyer not available
The Department of Defense, specifically the United States Air Force, intends to award a sole source contract to Altair Engineering, Inc. for the renewal of the Altair Enterprise Suite, which provides critical structural analysis and optimization capabilities. This procurement is aimed at fulfilling the simulation and analysis requirements essential for the RQVS and RQVC mission objectives, with a Firm-Fixed-Price Purchase order expected to be issued around April 30, 2024, and a performance period set from September 1, 2025, to August 31, 2026. While competitive quotations are not being solicited, the Government encourages responsible sources to submit capability statements that demonstrate compliance with the specified product characteristics within five days of the notice. Interested parties should direct their responses to Travis McCullough at travis.mccullough.1@us.af.mil by April 28, 2025, at 12:00 PM EST.
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.