Endeca (Oracle) for TRADOC Annual Renewal
ID: PANMCC25P0000011112Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT EUSTISFORT EUSTIS, VA, 23604-5538, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)
Timeline
    Description

    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eustis, Virginia, is seeking proposals for the annual renewal of the Endeca (Oracle) Information Access Platform for the Training and Doctrine Command (TRADOC) G-37. This procurement is a brand name requirement, intended to continue the services provided under purchase order W911S024P0009, and is classified under the NAICS code 541512 for Computer Systems Design Services. The successful contractor will be selected based on the lowest price among technically compliant bids, with a focus on authorized resellers of the specified brand. Interested parties should refer to the "Combined Synopsis and Solicitation (Endeca)" attachment for detailed submission instructions and compliance requirements, and may contact Victoria Claytor or Hattie Brown via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines key provisions and clauses relevant to a federal Request for Proposals (RFP) involving commercial products and services. It specifies necessary certifications, contract terms, and conditions, as per the Federal Acquisition Regulation (FAR) and Department of Defense (DoD) regulations. Key provisions include requirements for representations and certifications, system for award management, and safeguarding of contractor information systems. The document emphasizes the need for compliance with specific statutes and executive orders, including prohibitions related to certain entities and practices. Moreover, it describes the evaluation process based on the lowest price among technically compliant bids, specifying that only authorized resellers of the brand name item will be considered. Other critical areas include contract financing requirements, electronic submission of payment requests, and adherence to clauses concerning labor standards, equal opportunity, and environmental considerations. Overall, the document serves as a comprehensive guide for potential contractors, detailing the compliance and procedural requirements to successfully participate in federal contracting opportunities, thereby ensuring regulatory adherence and fostering transparency in award decisions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Request for Proposals (RFP) for TRADOC Deputy Chief of Staff for Intelligence (G-2) Operational Environment (OE) and Core Functions
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Eustis, Virginia, is soliciting proposals for operational environment and core functions support services for the U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief for Intelligence (G-2). The procurement aims to enhance intelligence operations by providing non-personal service support, including a 30-day phase-in period, base year services, and optional extensions through four additional years. This initiative is critical for understanding and analyzing operational variables impacting military engagements, ensuring the contractor adheres to stringent federal contracting standards. Interested small businesses must submit their proposals by the specified deadline, and inquiries can be directed to Mackensy Beckwith or Curtis M. Arthur via their provided email addresses.
    70--Endgame software subscription renewals
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR NORFOLK for Endgame software subscription renewals. The software is intended for use by Naval Information Forces (NAVIFOR). The contract will be a Firm Fixed Price contract for a five-year period, starting from August 12, 2019, to August 11, 2024. The acquisition is classified under the NAICS code 314614 with a size standard of 1,250 employees. The RFP package will be available for download on or about July 22, 2019, from the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    Axon Evidence.com Software Licensing
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations East (MCIEAST), is preparing to procure Axon software licensing along with 30GB of data storage to support the use of AXON A3 Body Cameras. This requirement is classified as an unrestricted, brand name procurement, and the government intends to issue a firm fixed price contract under the NAICS code 518210, which pertains to Computing Infrastructure Providers and Data Processing Services. The solicitation for this opportunity will be posted on or about three days after this notice, and interested vendors are encouraged to monitor the Contract Opportunities portal at https://www.sam.gov for updates. For further inquiries, Kaitlin Conway, the Contract Specialist, can be reached at (910) 451-9199 or via email at kaitlin.d.conway.civ@usmc.mil.
    OEM Runtime CPU License to RTI Data Distribution Service, Core Libraries and Utilities (17+ Cores)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting quotes for the procurement of 18 OEM Runtime CPU Licenses for the RTI Data Distribution Service, Core Libraries, and Utilities, specifically for systems with 17 or more cores. These licenses are crucial for the operation of the RTI Data Distribution Service, which plays a significant role in real-time data sharing and communication within defense systems. The selected vendor must deliver the licenses to the Center for Surface Combat Systems in Dahlgren, Virginia, by February 28, 2024, under a Firm Fixed Price contract. Interested vendors are required to submit their quotes via email by 2:00 PM on February 4, 2025, and inquiries must be directed to the primary contact, Jeffrey Sirkin, at jeffrey.m.sirkin.civ@us.navy.mil, or the secondary contact, Benjamin Fisher, at benjamin.d.fisher8.civ@us.navy.mil, by February 3, 2025.
    U--DMSS-N training for NAVIFOR
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, NAVSUP Fleet Logistics Center Norfolk, for DMSS-N training for Naval Information Forces (NAVIFOR). The training is intended to be conducted under a Firm Fixed Price contract using the procedures of FAR part 13. The requirement is brand-specific and will be solicited with Other Than Full and Open Competition. The resulting contract will be for a one-year period, starting on September 20, 2019, and ending on September 19, 2020. The NAICS code for this acquisition is 611420 with a size standard of $12 million. The complete RFP package will be available for download on or about September 5, 2019, on the NECO Website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the POC identified in the synopsis.
    Triton TO2 SIS
    Dept Of Defense
    The Department of Defense is seeking proposals for the Triton Task Order 02 under the OASIS+ Small Business Pool-1, as posted on GSA eBuy. This procurement focuses on administrative management and general management consulting services, which are critical for supporting various defense operations. Interested vendors must submit their questions by February 7, 2025, at 1:00 p.m., and can find additional details and attachments on the unclassified ARC website. For further inquiries, potential bidders may contact Alexis Patillo at Alexis.B.Patillo@nga.mil or Mrs. Bernie Williams at Bernie.C.Williams@nga.mil.
    Procure DEFORM software renewal
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the renewal of the DEFORM software license from Scientific Forming Technologies. This procurement aims to secure a third-year renewal license for the 3D DEFORM software, which is critical for the ongoing Model Based Manufacturing (MBM) project, NISE-219, and includes provisions for software upgrades and technical support. The DEFORM software is essential for ensuring continuity in manufacturing capabilities and addressing potential knowledge gaps associated with new software features. Interested parties must submit their capabilities by February 6, 2025, at 10 AM EST, and should direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.
    Exxact Brand components and associated parts
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division in Newport (NUWCDIVNPT), is soliciting quotes for Exxact brand components and associated parts, specifically targeting small businesses. The procurement includes various computing and networking equipment, such as servers, solid-state drives, and KVM switches, with a focus on brand name items to ensure compatibility with existing systems. This initiative is part of a broader strategy to modernize technological capabilities within government operations, emphasizing compliance with original equipment manufacturers (OEMs) and the need for new products. Interested vendors must submit their offers by February 6, 2025, and can contact Laina J. Ouellette at laina.j.ouellette.civ@us.navy.mil or call 401-742-5804 for further information.
    Defense Commissary Agency (DeCA) Commercial Solutions Open (CSO)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is issuing a Commercial Solutions Opening (CSO) for the modernization of the Defense Commissary Agency's Enterprise Business Systems (EBS 2.0). This initiative aims to enhance operational efficiency and effectiveness in managing commissary services for military families by integrating various business functions, including financial management and supply chain processes. The CSO is a competitive solicitation that will remain open until August 12, 2025, with the possibility of extension, and interested parties must submit a solution brief by October 22, 2024, to be considered. For inquiries, potential offerors can contact Tanya Buttner at Tanya.d.buttner.civ@army.mil or Chere Benson at Chere.v.benson.civ@army.mil.
    70--MANAGEMENT UNIT,ELE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.