Oracle Software License and Support

SOL #: W911YP26QA001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7N3 USPFO ACTIVITY UT ARNG
DRAPER, UT, 84020-2000, United States

Place of Performance

UT

NAICS

Other Computer Related Services (541519)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 25, 2025
2
Last Updated
Dec 10, 2025
3
Submission Deadline
Dec 29, 2025, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

OLICITATION:  W911YP26QA001  

AGENCY/OFFICE:  Utah Army National Guard / USPFO  

DELIVERY LOCATION:  Utah Army National Guard / G6, 12953 S Minuteman Dr., Draper, UT 84020 

PERIOD OF PERFORMANCE:  12 months, tentatively 12 JAN 2026 – 11 JAN 2027

SUBJECT:  ORACLE DATABASE RENEWAL 

RESPONSE DUE DATE1000 PM MST 29 DECEMBER 2026 

CONTRACTING POC:  Kris Braun; Email:  kristinna.a.braun.civ@army.mil;  Phone:  801-432-4145   

1.0  SYNOPSIS / DESCRIPTION: 

  *****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND-NAME TOTAL SMALL BUSINESS SET-ASIDE.  ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED***** 

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart  12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.  The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006.  This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. 

This acquisition is being solicited as a BRAND-NAME TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 541519 - “Other Computer Related Services” which has a Small Business Size Standard of $34.0 million (www.sba.gov).  FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.  Wholesaler NAICS codes will not be accepted.  Delivery shall occur within 30 days ARO (if applicable).  This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. 

Oracle Software Updated License and Support: 

1 Job (2 each) Oracle Advanced Security - Processor Perpetual; CSI: 23203438; SSN: 20551279 (PoP:  12 JAN 2026 – 11 JAN 2027) 

1 Job (2 each) Oracle Database Enterprise Edition - Processor Perpetual; CSI: 23203438; SSN: 20551279 (PoP:  12 JAN 2026 – 11 JAN 2027) 

1 Job (2 each) Oracle Partitioning - Processor Perpetual; CSI: 23203438; SSN: 20551279 (PoP:  12 JAN 2026 – 11 JAN 2027) 

1.1  SET-ASIDE / FAR REGULATION: 

Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows: 

In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.  If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. 

1.2  CONTRACT TYPE / EVALUATION CRITERIA:   

This RFP is subject to availability of funds per FAR 52.232-18.  The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed.  Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award.  The offer must be registered in System for Award Management (SAM) to be eligible for award. 

1.3  SAM REGISTRATION / ELIGIBILITY FOR AWARD:   

All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing.  All qualified responses will be considered by the Government.  In addition to providing pricing, each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.   

Prospective offerors may obtain information on registration at WWW.SAM.GOV.  IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award.  Lack of SAM registration shall be a determining factor for award, and your bid may be disqualified for not being registered and active in SAM.gov. 

1.4  QUOTES:   

Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1000 PM MST 29 DECEMBER 2026.  All submissions should be sent via email to:  kristinna.a.braun.civ@army.mil.  Facsimiles will not be accepted.  Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer questions prior to the closing of this posting.  Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.  

***Vendors must have completed the Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.  If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment.  The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.” 

https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0

https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0 ***

People

Points of Contact

Files

Files

Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Dec 10, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 3, 2025
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Nov 25, 2025