PRIMAVERA ORACLE P6 SOFTWARE, ORACLE CORP PRODUCTS
ID: 693C7325Q000007Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE (DH10)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking to procure Oracle Primavera P6 software and related Oracle Corporation products. The primary objective is to renew the software maintenance agreement to ensure consistent project management practices across all Federal Lands Highway (FLH) offices, which currently utilize this software as their Project Management Information System (PMIS). This procurement is critical for maintaining compliance with IT security requirements and operational efficiency as part of the One FLH initiative, following a directive to standardize project management tools. Interested vendors must be authorized Oracle resellers and submit their quotations by February 9, 2025, before 11:00 AM EST, with inquiries directed to Regina P. McDonald at Regina.McDonald@dot.gov or by phone at 703-404-6268.

    Point(s) of Contact
    Files
    Title
    Posted
    The provision 52.204-8 outlines the Annual Representations and Certifications required for federal acquisitions. It mandates the insertion of the North American Industry Classification System (NAICS) code and small business size standard relevant to the solicitation. The document specifies particular conditions under which small business size standards apply, particularly for proposals involving end items not produced by the submitting concern. The provision includes instructions for offerors regarding their registration in the System for Award Management (SAM) and the applicable representations and certifications based on the nature and value of the solicitations, including compliance requirements related to independent pricing, sub-contracting with certain entities, and demographics of the workforce. Moreover, it highlights the importance of the certifications for federal contracts exceeding specific thresholds and lists numerous provisions that may apply based on the characteristics of the contract. Offerors must verify their SAM information is current and reflect any necessary changes directly in their submissions. This helps ensure compliance, transparency, and integrity during the procurement process, reinforcing the government's commitment to fair business practices in federal contracting.
    The Eastern Federal Lands Highway Division is seeking to renew its software maintenance agreement for Oracle products, including Primavera P6 Enterprise Project Portfolio Management, to ensure consistent project management practices across all FLH offices. Following a directive from the Office of the Secretary of Transportation (OST) in 2014, the FLH evaluated various Project Management Information Systems (PMIS) and determined that Oracle Primavera provided a more cost-effective solution with greater flexibility and functionality than its competitor, Deltek Open Plan. This acquisition is essential to comply with IT security requirements and maintain operational efficiency as part of the One FLH initiative. The justification for this specific brand procurement emphasizes the need for uniformity and technical support associated with existing Oracle software to ensure continued compliance and best practices in project management for federal projects.
    The document outlines the provision 52.204-24 regarding representations related to telecommunications and video surveillance services and equipment, as mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifically prohibits federal agencies from procuring any equipment or services that incorporate covered telecommunications technologies deemed a risk to national security. Offerors must represent whether they provide or use such equipment in their contracts with the government. Key definitions of relevant terms and a requirement for a reasonable inquiry into the offeror's compliance are provided. The representation process includes detailed disclosures concerning any covered equipment and services offered. This guideline aims to align federal procurement processes with security protocols, ensuring that the government does not engage with vendors associated with potentially compromising technologies. This provision forms a critical part of federal regulations to enhance the integrity of government contracts amidst emerging technological threats.
    The document outlines the representation requirements related to "covered telecommunications equipment or services" for federal contracts as specified in provision 52.204-26. It defines key terms and mandates that offerors must review the System for Award Management (SAM) for entities excluded from federal awards due to these telecommunications concerns. The offeror must indicate whether they provide or use covered telecommunications equipment or services in their contracts. This provision ensures compliance with existing regulations aimed at safeguarding government contracts from potential security risks associated with certain telecommunications technologies. The overall purpose is to facilitate transparency and accountability in government procurement by enforcing a review process to mitigate risks related to telecommunications equipment and services.
    The document is a Request for Quotation (RFQ) from the Eastern Federal Lands Highway Division, seeking prices for various Oracle software licenses for a contract period from February 1, 2025, to January 31, 2026. The RFQ includes specific software requirements, detailing the quantities needed for Oracle Analytics Publisher and Primavera P6 licenses. Vendors must be authorized Oracle resellers and provide relevant documentation with their responses. The submission deadline is set for February 9, 2025, before 11:00 AM EST, with responses accepted via email or mail. Key provisions include mandatory registration in the System for Award Management (SAM) for contract eligibility and payment processing, and adherence to Federal Acquisition Regulations (FAR) regarding invoicing procedures. The document also emphasizes that all deliverables must meet Section 508 accessibility standards for ICT, ensuring inclusivity for individuals with disabilities. Clear instructions for submitting electronic payment requests through the Delphi e-Invoicing web portal are provided, alongside information on regulatory compliance, including various FAR clauses applicable to the procurement effort. This RFQ represents a strategic acquisition by the federal government to enhance its operational capabilities through the specified software solutions.
    The Department of Transportation's document outlines compliance procedures related to Section 889(a) of the John S. McCain NDAA for Fiscal Year 2019, which prohibits federal agencies from engaging with certain telecommunications equipment and services linked to national security risks. Specifically, the agency must determine if an offeror (vendor) provides or uses "covered telecommunications equipment" from specific Chinese firms that pose security concerns. Offerors are required to complete a representation form addressing their compliance status for government contracts. The forms can facilitate purchase card transactions outside formal solicitations if compliance is verified. Definitions clarify terms such as "covered telecommunications equipment," "backhaul," and "critical technology," emphasizing the importance of reviewing communications equipment and services for security threats. An addendum confirms that compliance status is valid for one year, with a requirement to update the federal authorities if any status changes occur. This document establishes strict protocols to ensure national security in procurement processes across federal, state, and local levels, reinforcing accountability and risk management in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Oracle Database Enterprise Ed
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory operated by Brookhaven Science Associates, LLC (BSA), is seeking quotes for the procurement of Oracle Database Enterprise Edition software and related support services for the year 2025. The specific requirements include four units each of Oracle Database Enterprise Edition, Oracle Tuning Pack, Oracle Diagnostics Pack, and Change Management Pack, along with two units of Oracle Database Standard Edition, all on a perpetual license basis. This procurement is critical for maintaining the operational efficiency and data management capabilities at the laboratory, ensuring compliance with federal regulations and quality assurance standards. Interested vendors must submit their quotes by December 4, 2024, at 5 PM EST, and can direct inquiries to David Blackmore at dblackmore@bnl.gov.
    QUANTUM SCALAR SERVICE RENEWAL FOR SCALAR i2000/i6000
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking to procure a Quantum Scalar Service Contract for Scalar i2000/i6000 systems from authorized Quantum resellers. This service is essential for maintaining compliance with government security standards and ensuring the effective use of existing tape data libraries critical to the agency's operations. The contract period will commence upon award and extend through January 31, 2026, with all quotations due within 10 days of the posting date. Interested vendors must provide documentation proving their status as authorized resellers and can contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.
    Oracle Enterprise License Agreement and Maintenance Support
    Buyer not available
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking information regarding the Oracle Enterprise License Agreement and Maintenance Support through a Request for Information (RFI). The primary objective of this RFI is to gather insights for project planning related to the consolidation of Oracle software maintenance for Tier 2 databases, ensuring compliance with security guidelines as per the IRS Internal Revenue Manual. This initiative is classified as a total small business set-aside and will utilize the NASA Solutions for Enterprise-Wide Procurement vehicle, emphasizing the need for high-quality service and rapid response from a qualified Oracle maintenance vendor. Interested firms must submit their responses, including company profiles and capability information, by February 12, 2025, at 6 PM EST, and can direct inquiries to Erik Stephenson at erik.stephenson@irs.gov or by phone at 240-613-7419.
    Licensing, maintenance/support, and escrow for the Acquisitions Dashboard
    Buyer not available
    The Department of Transportation is seeking a contractor to provide licensing, maintenance, support, and escrow services for the Acquisitions Dashboard, a critical web-based tool for managing Purchase Requests and contracts at the Volpe National Transportation Systems Center in Cambridge, Massachusetts. The procurement is justified as a sole source to i5 Services, Inc., the original developer of the application, which requires specialized ongoing support to meet IT security standards and ensure operational efficiency. The contract will cover services from February 2025 to January 2026, with a firm fixed price purchase order expected to be awarded based on submitted quotations. Interested vendors must submit their quotes by 12:00 PM EST on February 6, 2024, and direct any inquiries to Karen M. Marino at karen.marino@dot.gov.
    Service Contract, PAVER tm Maintenance and Updates
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking responses from qualified firms for a service contract focused on the maintenance and updates of the PAVER software, a critical tool for pavement management. This Sources Sought Notice aims to identify capable small businesses or other than small business firms that can fulfill the requirements outlined, which include a documented history of updating the PAVER software system and relevant project experience. Interested contractors are encouraged to submit their qualifications, including company details and past project references, by February 14, 2024, to the designated contacts, Kelly Hopper and Jessica Beckman, via email. This opportunity does not guarantee a future solicitation and is intended for planning purposes only.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    Pro Plus Subscription
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), intends to negotiate a single source purchase order for a Pro Plus Subscription with Politico, LLC. This procurement aims to provide FHWA leadership and decision-makers with essential access to timely legislative and transportation news, including real-time updates, customizable newsletters, and AI-generated bill summaries, which are critical for the agency's mission. FHWA has determined that Politico Pro is the premier source for these services after extensive research, highlighting the unique capabilities it offers compared to other vendors. Interested parties may submit their firm's capabilities by February 10, 2025, at 12:00 PM Eastern Time, and inquiries should be directed to Jason Motala at jason.motala@dot.gov.
    BRCA GASBOY SOFTWARE UPGRADE
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations from small businesses for a Gasboy Software Upgrade at Bryce Canyon National Park in Utah. The procurement aims to enhance the existing software in accordance with a detailed statement of work, with a performance period set from February 17 to May 31, 2025. This upgrade is crucial for maintaining efficient fuel management operations within the park, ensuring compliance with telecommunications standards and enhancing service delivery. Interested vendors must submit their quotations via email by February 7, 2025, including required documentation and pricing schedules, and can direct inquiries to Luke Bowman at lukebowman@nps.gov or by phone at 928-638-7363.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP Douglas 251(1) project, which focuses on access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails significant construction work over a 1.3-mile access route, including earthwork, aggregate installation, drainage enhancements, precast concrete block wall construction, and guardrail installation, all while adhering to environmental protection measures. This initiative is crucial for improving public access and safety in a popular recreational area, with an estimated contract value between $2 million and $5 million and a tentative completion date set for November 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Licenses to Operate NUCARS software
    Buyer not available
    The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, is seeking to renew two licenses for the NUCARS software, which is critical for conducting rail dynamics studies. The NUCARS software is the only validated simulation package capable of predicting the nonlinear dynamic response of North American railroads, making it essential for accessing decades of simulation results previously generated by Volpe Center engineers. The procurement is classified as a sole source award to Transportation Technology Center, Inc. DBA MxV Rail Software Products, due to the proprietary nature of NUCARS and the significant costs and delays associated with transitioning to alternative software. Interested parties can contact Darcy Hubbard at darcy.hubbard@dot.gov or by phone at 617-494-3816 for further details.