Inactive
Notice ID:H9821019R0007
NOTICE TYPE: Sources Sought COMPONENT OFFICE: Defense Manpower Data Center REQUIREMENT: Oracle Human Capital Management (HCM) Software-as-a-Service (SaaS) and Infrastructure-as-a-Service (IaaS) 1. The...
NOTICE TYPE: Sources Sought COMPONENT OFFICE: Defense Manpower Data Center REQUIREMENT: Oracle Human Capital Management (HCM) Software-as-a-Service (SaaS) and Infrastructure-as-a-Service (IaaS) 1. The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Government requires contractor services from an Oracle Platinum Partner for cloud services to provide 900,000 Oracle Fusion HCM SaaS licenses and Oracle Fusion IaaS space and support. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 541519 Information Technology Value Added Reseller (size standard 150). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: The Contractor shall provide Oracle Fusion Human Capital Management Base Cloud Services (Part Number B85800), Oracle Fusion Human Resources Help Desk Cloud Services, (Part Number B87388), and Oracle Policy Automation for Workers Cloud Service, (Part Number B88872). SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA or GWAC contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 5 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: • Oracle Platinum Partner and certified reseller status • Satisfy requirements in the draft PWS 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the PWS requirements and any suggestions for improving the PWS language. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party's expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATE: February 4, 2019 The Government requests that all responses be returned by 5:00 PM ET on February 4, 2019. All responses shall be submitted electronically to the DHRA Contracting Directorate (PK) point of contacts: Matthew C. Poole, matthew.c.poole.civ@mail.mil or Frank A. Whorton, frank.a.whorton.civ@mail.mil. Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.