Oracle DoD ESI Request for Information
DESCRIPTION: The Naval Information Warfare Center Pacific (NIWC PAC), in support of the Program Executive Office (PEO) Digital Strategic Sourcing Services (SSS) Program Office and the Department of De... DESCRIPTION: The Naval Information Warfare Center Pacific (NIWC PAC), in support of the Program Executive Office (PEO) Digital Strategic Sourcing Services (SSS) Program Office and the Department of Defense Enterprise Software Initiative (DoD ESI), is seeking information from industry to identify potential resellers of Oracle products and services. This is a request for information only. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government will not formally evaluate or provide feedback to the RFI responses. This RFI does not commit the Government to a contract for any supply or service whatsoever. The Government is not seeking proposals and will not accept unsolicited proposals. Respondents (resellers) are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI; all costs incurred or associated with responding to this notice will solely be at the expense of the respondent. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If an RFP is issued, it will be synopsized on the System of Awards Management (SAM) website at SAM.gov and the NAVWAR E-Commerce Central website at https://e-commerce.dc3n.navy.mil. It is the responsibility of the potential responders (resellers) to monitor these sites for additional information pertaining to this requirement. BACKGROUND: The DoD ESI is a strategic sourcing initiative sponsored by the DoD Chief Information officer (CIO) to save on costs on commercial software, and information technology (IT) hardware and services; in addition to streamlining ordering procedures and creating greater visibility of DoD-wide requirements. Through its joint team of experts, requirements are consolidated, and agreements are established with IT providers resulting in standardized contracting processes and vendor management strategies across the DoD. DoD ORACLE ESI HISTORY: Historically, the DoD ESI had an Oracle ESI Agreement from fiscal year (FY) 2006 through FY2018. As a result, three (3) General Services Administration (GSA) Blanket Purchase Agreements (BPAs) were awarded with Affigent, LLC (previously TKC Integration Services LLC), DLT Solutions, LLC, and Mythics, Inc. In total, the DoD issued approximately 1,600 task orders with a total obligation of approximately $1.6B. Since the end of this ESI, the DoD has been purchasing Oracle through individual enterprise license agreements such as at the Department of Navy & Department of the Air Force enterprise agreements for net new and maintenance, or the Department of Army for enterprise maintenance. Outside of these agreements, collectively, there may be smaller agreements in place, or requiring activities are using Government Wide Acquisition Contracts (GWACs) such as the National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement (NASA SEWP) or procuring requirements through open market purchase orders and contracts. SUMMARY: The DoD ESI intends on establishing an Enterprise Licensing Agreement (ELA) providing Oracle software (on-prem, and SaaS), licenses (perpetual and subscription), maintenance, hardware, and services. The intent is to include ALL Oracle products and services available to the DoD through Oracle Authorized Resellers. The intent of the DoD Oracle ESI will be to provide a single strategic ordering vehicle for the entire DoD with other authorized activities to include the U.S. Coast Guard and Intelligence Community. Once established, this ESI is planned to be designated as a Core Enterprise Technology Agreement (CETA) in accordance with DoD Directive 8470.01E. The below products and services are examples and may not be an all-inclusive list that will be included. The DoD is requesting resellers to provide the Oracle Products and Services that they would offer. In doing so will provide the DoD the ability to produce a standardized listing of products and services to include in the solicitation. A listing of individual products (i.e. by SKU #) is not being requested, rather a listing of product family/grouping or by business unit, similar to the below list. Oracle Software Products (Perpetual, Subscription, & SaaS) •Technology•Linux & Oracle VM •eBusiness Suite •MySQL •Fusion Applications•Java •Business Intelligence•Fusion Cloud •Siebel•Crystal Ball •PeopleSoft •Construction & Engineering •JD Edwards •Human Capital Management •NetSuite•Supply Chain & Manufacturing Oracle Hardware •Off-the-Shelf Hardware •Engineered Systems Oracle Services •Advanced Customer Service• Market Driven Support •Implementation and Migration• Training & Certification (Oracle University) •Oracle Consulting Services REQUESTED INFORMATION: CONTRACT TYPE: DoD ESI is considering a multiple award, indefinite delivery/indefinite quantity (ID/IQ) type contract with a five-year base ordering period and an additional five-year option ordering period. In accordance with FAR 16.504(c)(ii) the Contracting Officer will need to make decisions on multiple awards versus single award and consideration of the number of contracts to be issued. The Government is requesting information to assist in this determination, such as, discount or price differences between a multiple award or single award, and any terms and conditions that would make one more favorable over the other. The ability to order Time-and-Material (TM) and or Labor-Hour (LH) is being considered for any services that are commonly sold to the general public on a TM/LH basis. The DoD is requesting any information to support a determination and finding (D&F) for the inclusion of these contract types. Information is requested to address why providing for an alternative to a firm-fixed- price or fixed-price with economic price adjustment pricing structure and such services are commonly sold to the general public through use of time-and-materials or labor-hour contracts. In what kind of situations or requirements would a TM/LH contract type be preferred where a firm- fixed price contract is not practicable? EXISTING STRATEGIC CONTRACT VEHICLES: The DoD is requesting information on existing or expired, within the last 24 months, strategic type contract vehicles for Oracle products or services. Types of strategic vehicles would include IDIQ, BPA’s, Blanket Ordering Agreements (BOA’s), SEWP Agency Catalogs, contracts or orders for enterprise licensing agreements. The DoD is only requesting this information for DoD to include 4th Estate (DLA, DCMA, DHA, etc.), and the U.S. Coast Guard. NAICS/SMALL BUSINESS: The Government is looking for input on the North American Industry Classification System (NAICS) code, with the understanding the non-manufacturer rule (FAR 19.505(c)) applies and a small business set-aside is not being considered. The Government is considering using NAICS 513210 Software Publishers (SBA Size Standard $47.0M) Small business reserves (FAR 19.503) will be considered as applicable and or allowed. Set-asides at the order level will be subject to the non-manufacturing rule. Interested small businesses are encouraged to provide information on services, if any, that are anticipated to be included in the contract that could result in a small business set- aside at the ordering level. VENDOR/RESELLER INTEREST: The DoD will need to determine if a limit on the number of contracts issued is necessary consistent with 16.504(c)(1)(i). To assist the DoD in making this determination, it will need to know which Oracle resellers, with an Oracle Public Sector Addendum, are interested in a DoD ESI contract. The DoD is requesting what authorizations you have to sell Oracle products and services (e.g., Support Renewal Authorization, Linux & VM, Oracle University, Software, Hardware, Cloud, etc.). VENDOR/RESELLER SUPPORT: As a DoD ESI Reseller, there are certain requirements to managing the contract such as producing sales reports, program management reviews, and support in minimizing sales leakage to name a few. All interested vendors are encouraged to review the attached ESI Terms and Conditions Template to understand what is expected of ESI Contractor’s and submit any questions or suggestions. RESPONSES: Interested vendors/resellers that respond to this RFI are requested to complete or provide the following information listed in the attached Oracle Reseller RFI Matrix spreadsheet as a minimum, respectively. INDUSTRY EXCHANGES: NIWC Pacific representatives may or may not choose to meet with potential vendors for additional market research prior to the issuance of a solicitation. Such exchanges will be consistent with FAR 15.201. QUESTIONS: Questions regarding this announcement shall be submitted in writing by e-mail to lawrence.r.mark2.civ@us.navy.mil and susan.a.chamberlin.civ@us.navy.mil. Verbal questions will not be accepted. The Government reserves the right not to answers questions received. The Government does not guarantee that questions received after the RFI closing date will be answered. Questions will be answered by posting answers to the NAVWAR E-Commerce Central website; accordingly, questions shall not contain proprietary or classified information. To access the NAVWAR E-Commerce Central website, go to https://e-commerce.dc3n.navy.mil and click on “How to use e-CC” to request an account. Interested vendors/resellers are invited to request an account at the NAVWAR website to ensure receiving any important information updates associated with this RFI. DISCLAIMER: This RFI is not a Request for Proposal (RFP) or a Request for Quote (RFQ) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, “Request for Information or Solicitation for Planning Purposes”, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked “Proprietary” will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »