Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOURCES SOUGHT

D -- Third-Party Self-Certification Support - Oracle

Notice Date
4/13/2018
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Securities and Exchange Commission, Office of Acquisitions, Office of Acquisitions, 100 F Street, NE, MS-4010, Washington, District of Columbia, 20549, United States
 
ZIP Code
20549
 
Solicitation Number
50310218S0001
 
Archive Date
5/5/2018
 
Point of Contact
Kathleen J. Ferte, , Anke C. Taylor, Phone: 2025518716
 
E-Mail Address
fertek@sec.gov, taylorank@sec.gov
(fertek@sec.gov, taylorank@sec.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION about self-certifying the deployment for unlimited use products as required by Oracle after the expiration of the SEC's Unlimited License Agreement (ULA). The SEC does not intend to award a contract solely on the basis of this notice. This is not a Request for Proposal (RFP) and does not commit the SEC to solicit or award a contract now or in the future or otherwise pay for the information solicited. Respondents shall be responsible for all costs associated with the information submitted in response to this notice. DESCRIPTION: The SEC is coming up on the expiration of its ULA with Oracle. As such, the SEC Office of Information Technology (OIT) is seeking assistance in certifying its deployment for unlimited use products as required by Oracle. The SEC OIT is seeking potential sources and information regarding the requirements to certify the usage of Oracle products, including an Unlimited Deployment Program, and: • Timeframe required to perform an Oracle certification process; • Estimated costs associated with performing an Oracle certification process; • Contractor's past experience with performing an Oracle certification process; • Access required to perform an Oracle certification process (physical, logical); • Lessons learned with performing an Oracle certification process; • Standard Operation Procedures; • Methodology for performing the certification process. All large and small business concerns capable of and available to providing such services to a federal agency are encouraged to respond to this notice. This includes Small Business (SB), Veteran-Owned (VOSB), Service-Disabled Veteran Owned (SDVOB), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Small Disadvantaged Business (SDB), and Section 8(a) Small Business Concerns. PLACE OF PERFORMANCE: Securities and Exchange Commission Office of Acquisitions 100 F Street, NE Washington, DC 20549 SUBMISSION DETAILS: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541512 - Computer Software Consulting Services or Consultants. Responses must include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Business; 4) Cage Code and DUNS; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT 12:00 PM Eastern Time on 4/20/2018 to fertek@sec.gov and taylorank@sec.gov. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description. Documentation should be in bullet format. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing responses to this notice will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SEC/OAPM/PCB/50310218S0001/listing.html)
 
Place of Performance
Address: 100 F Street, NE, Washington, District of Columbia, 20549, United States
Zip Code: 20549
 
Record
SN04889456-W 20180415/180413230859-469b3eefaf60636a5ac429f84a547971 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.