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
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.
    Oracle Software License and Support
    Buyer not available
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for the renewal of Oracle software licenses and support under solicitation W911YP26QA001. This procurement includes Oracle Advanced Security, Database Enterprise Edition, and Partitioning software, with a total award amount of $34 million, and is designated as a total small business set-aside under NAICS code 541519. The selected vendor will provide essential software services to support approximately four users in a database environment, with a contract period of performance from January 12, 2026, to January 11, 2027. Interested small businesses must submit their quotes by 10:00 PM MST on December 29, 2026, to the primary contact, Kris Braun, at kristinna.a.braun.civ@army.mil.
    OK NP MULTI PMS(1), Pavement Preservation Oklahoma and TX NP MULTI PMS(2), Pavement Preservation North Texas
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting proposals for the Pavement Preservation projects in Oklahoma and North Texas, specifically under Solicitation No. 69056725R000017. This opportunity is exclusively available to seven pre-selected prime contractors, focusing on the preservation of approximately 24.58 miles of pavement, with an estimated project value between $10 million and $20 million. The work is critical for maintaining infrastructure within National Parks and surrounding counties, ensuring safe and reliable transportation routes. Proposals are due by December 19, 2025, at 1400 local time, and interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. The project involves grinding, paving, and striping approximately 1.02 miles of roadway, along with additional tasks such as soil erosion control, asphalt concrete placement, and installation of traffic control measures. This initiative is crucial for enhancing road safety and infrastructure in the Deschutes National Forest area. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date in Fall 2025 and a completion date expected by Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    H--Annual software maintenance and support for Enoserv RTS
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) intends to issue a sole source contract for annual software maintenance and support for the Enoserv RTS system. This procurement aims to ensure the continued functionality and support of critical software used in energy management and operations. Interested parties are invited to submit capability statements demonstrating their ability to meet the government's requirements, as this notice serves informational purposes only and is not a request for competitive quotes. Responses must be submitted within five calendar days of this notice, and inquiries can be directed to Mary K. Pfeifle at pfeifle@wapa.gov or by phone at 605-353-2643.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP CRGNSA MULT(2) and WA FLAP CRGNSA MULT(2) projects, which involve sign inventory, maintenance, and replacement within the Columbia River Gorge National Scenic Area in Oregon and Washington. The scope of work includes custom wood signing and guardrail installation across an 82-mile stretch, with key tasks such as construction survey, quality control, and traffic control measures. This project is crucial for enhancing roadway safety and compliance with federal standards in scenic regions, ensuring that motorists receive appropriate guidance. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further inquiries and are encouraged to monitor SAM.gov for solicitation updates expected in Winter 2025/2026.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.