Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2023 SAM #7768
SOURCES SOUGHT

D -- Oracle ELA 2023 - VA-23-00013940

Notice Date
3/3/2023 5:02:50 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B23Q0166
 
Response Due
3/10/2023 11:00:00 AM
 
Archive Date
05/09/2023
 
Point of Contact
Kelly Driscoll, Contract Specialist, Phone: 848-377-5106
 
E-Mail Address
Kelly.Driscoll@va.gov
(Kelly.Driscoll@va.gov)
 
Awardee
null
 
Description
US Department of Veterans Affairs Oracle ELA 2023 Request for Information/Sources Sought This is a Request for Information (RFI) only issued for conducting market research. Accordingly, this RFI constitutes neither a Request for Quote (RFQ), Request for Proposal (RFP), nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS) or Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Product information, brochures, part numbers, and/or other description information may be included with the submission. VA is under no obligation to provide feedback to the RFI respondent, or to contact the RFI respondent for clarification of any information submitted as part of the response. VA is issuing this RFI to identify comprehensive integrated software solutions that exist today that can meet and integrate with the requirements identified below for over 600 enterprise databases, over 1,000 middleware installations, supporting a workforce of more than 600,000 users (including employees, volunteers and contactors) and millions of veterans and family members who utilize VA information technology (IT) solutions for medical care and benefits processing. VA already has a comprehensive Oracle solution in place, which operates on Linux, Solaris, HP-UX/AIX, UNIX and IBM Operating Systems, that already provides this integrated solution. This existing solution provides a seamless interoperability between legacy systems and new systems running on VA Infrastructure and in 3rd party clouds including AWS and Azure. VA has an extensive 30+ year investment in the Oracle product suite, thousands of trained technicians, and extensive experience with that technology. VA's desire at this time is not to replace the Oracle investment, but to assess the current marketplace for an alternative to augment and expand the comprehensive, seamless integrated environment provided by the Oracle products currently in place. Manufacturers that can provide a solution that seamlessly integrates with the existing Oracle footprint are requested to provide a description of that product set and provide examples of that environment currently operating in implementations of the same size and scope. VA is focused on determining if the proposed implementations are of the same size and scope, provide the same level of seamless integration, and are as comprehensive as that currently operating and available to VA from Oracle. More specifically, is the solution proposed, equal to or greater than the capabilities of that provided by the Oracle solution operating within VA and is that comprehensive solution successfully deployed and fully operational to the same levels as VA in a seamless integrated environment of the same size and scope as VA? The entire solution must provide security that meets Federal Information Processing Standards (FIPS) 140-2 and be fully compliant with Section 508 of the Americans with Disabilities Act. It must also provide capabilities equal to or greater than those provided by Oracle for high-availability, persistent data protection and prevention of loss of data. To support our mission, VA intends to continue to maintain, operate, update and upgrade as necessary, the current Oracle solution already owned by VA. The VA currently operates over 550,000 workstations and 35,000 servers to provide a broad range of IT capabilities to every user across the agency. VA holds perpetual licenses for a significant number of Oracle products that operate on these systems (e.g. Database, WebLogic, Primavera, Advanced Compression, GoldenGate, Business Inteligence, Siebel CRM, Tuxedo and others). Responses should not include proposals to replace these existing products/installations. For new Database, WebLogic, Primavera, Advanced Compression, GoldenGate, Business Inteligence, Siebel for CRM and Tuxedo deployments, VA requires a seamless and integrated enterprise solution that is interoperable with existing VA Oracle installations. VA currently utilizes the Oracle products mentioned above for critical tasks throughout VA, such as claims processing, clinician collaboration, provision of patient care, Veteran medical records data entry, secure transmission of patient data, and real-time access to patient data by clinicians and patients. Proposed solutions must have no negative impact on the performance or availability of any existing VA applications utilizing these Oracle products. VA requires a seamless and integrated enterprise solution that is compatible with and runs on Linux, Solaris, HP-UX/AIX, UNIX and IBM Operating Systems. Specifically, VA seeks answers to the questions in the table below for each of the following 8 areas. Area 1: Oracle Database Enterprise Edition Area 2: Oracle WebLogic Suite Area 3: Oracle Advanced Compression Area 4: Oracle GoldenGate Area 5: Oracle Business Intelligence Suite Extended Edition Area 6: Siebel Customer Relationship Management Area 7: Oracle Real Application Clusters (RAC) Area 8: Tuxedo Complete the following table for each of the above eight areas: Identify Area being addressed by this product/solution (Areas 1 8) Name of proposed product/solution   Is product/solution 100% compliant with Section 508?   When will product/solution be 100% 508 compliant?   Variances in capabilities from existing Oracle product identified   Is the product/solution 100% backward compatible and will it support files and file type created with the competing Oracle product? Manner of implementation (on-prem, cloud, etc.). Can it be supported in both AWS and Azure clouds?   Type licensing (device, user, concurrent use, processor, core, etc.)   Identify implementations of similar size, scope and complexity.   Cost to implement the product/solution (i.e. how much will it cost VA to acquire the software, and implement the solution so that it can operate and integrate with the existing Oracle environment   Recurring operational costs (software only) (i.e. What is the annual cost to maintain the software licenses so that VA can take advantage of the latest commercially available release of the product?)   Cost to add one additional user (software only) (i.e. When VA needs to expand usage, what are the estimated costs to add one additional user to the solution either in terms of additional license costs or additional usage costs?)   Recurring cloud-based operational costs (if proposed for Cloud) (i.e. What are the recurring annual costs to operate the proposed solution   Identify and describe Transitional impacts   Time required to transition   Other costs (i.e. what other costs do you foresee that may be incurred if VA elects to change from the existing Oracle product to the product/solution being proposed?)   Identify implementation impacts   Identify operational impacts   Identify end-user operational impacts   Is the product/solution compliant with HSPD-12 and NIST for Multifactor Authentication? Is the product/solution compatible with Smartcard Login? Requirement: The Department of Veterans Affairs, Office of Information and Technology (OI&T), Office of Strategic Sourcing has a requirement for an Enterprise License Agreement (ELA) that includes software maintenance and additional licenses for Brand Name Oracle products. Oracle software products provide underlying core functionality (Oracle Database and Middleware software) crucial for the development and deployment of many new VA applications as well as applications already relying on Oracle software products. Oracle software has already been implemented in support of a wide range of VA applications critical to the operation and success of the VA enterprise. Draft RFI Attachment A list requirements. RFI Submission Instructions: VA requests a clear, concise, and complete response to this RFI. Please submit your RFI response in accordance with the following: Include the following identification information: Name of Company Address Point of Contact Phone Number Email address CAGE/ UEI Number under which the company is registered in SAM.gov Company Business Size and NAICS code(s) Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc. Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Describe value added capabilities that would allow VA to achieve cost reductions in an efficient manner. Describe how the vendor will provide VA support to manage the distribution and accounting for Oracle products procured and deployed throughout VA under this effort. The Government will not review any other information or attachments included, that are in excess of the 10-page limit.  The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. All interested parties shall respond no later than 2:00 PM EST on March 10, 2023 via e-mail. If you have any questions on the RFI, please submit via e-mail as well. Please note Oracle ELA 2023 in the subject line of your response. The TAC point of contact for this RFI is Contract Specialist, Kelly Driscoll, Email address: Kelly.Driscoll@va.gov, and Contracting Officer, Edward Hebert, Email address: Edward.Hebert@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0dc83c9281347438a8398e5a368feb4/view)
 
Record
SN06608525-F 20230305/230304211930 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.