Professional Services, Upgrade and Migration Services for Oracle (EDC/SAE)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The Defense Health Agency (DHA) Operational Medical Systems (OPMED) eIT Project Management Office (eIT PMO) is conducting a Sources Sought / Request for Information (RFI) to identify qualified 8(a) small businesses capable of providing Professional Services, Upgrade and Migration Services for Oracle Electronic Data Capture (EDC) and Serious Adverse Event (SAE) products. This RFI aims to gather market knowledge to inform a potential future Firm Fixed Price (FFP) contract. Responses are due February 3, 2026, at 2:00 PM ET.
Scope of Work
The requirement is for technical support services for Oracle's Health Sciences Global Business Unit (HSGBU) products, specifically EDC and SAE. This includes:
- Training, mentoring, technical support, and FDA validation support for Oracle's Inform GTM Central Designer, Central Coding, Inform Adapter, CRF Submit, and Argus Safety software.
- Support for all named products or their equivalent Oracle products, accounting for potential name changes or replacements.
- The contractor must understand Oracle Database Software, business processes, and technology designs within Oracle HSGBU Clinical Data Capture and Management and Adverse Event Reporting products.
- Services will support the DHA and Services in accordance with DoD and DHA policies and regulations, maintaining FDA compliant capabilities.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI HT9427-26-RFI-702)
- Anticipated Contract Type: Firm Fixed Price (FFP) for future solicitation
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 541511
- Anticipated Period of Performance: 12-month base year plus four 12-month option periods (potential 5 years), from March 28, 2026, through March 27, 2031.
- Place of Performance: Fort Detrick, Frederick, MD 21702
- Response Due: February 3, 2026, 2:00 PM ET
- Published: January 21, 2026
Submission & Evaluation
- Eligibility: Responses are sought from qualified capable 8(a) small businesses ONLY.
- Submission Method: Email responses to jeanette.m.collins4.civ@health.mil.
- Email Subject: "HT9427-26-RFI-702-Professional Services, Upgrade and Migration Services for Oracle (EDC/SAE)"
- Response Format: Limited to three (3) pages, Arial 12-point font, single-spaced, 8.5x11 inch paper with 1-inch margins. Must be in Microsoft Word or searchable Adobe PDF.
- Outline: Include Title, Organization, Responding technical and administrative points of contact, and Topic area.
- Evaluation: Responses will determine the respondent's ability to perform the scope of work and inform future solicitations. No evaluation letters will be issued.
Special Requirements
- Contractor must be an Oracle Partner with demonstrated subject matter expertise and a working relationship with Oracle.
- Personnel must be skilled in SAS-related service requests.
- Compliance with FDA Title 21 CFR Part 11 regulations is required.
- Security requirements include background checks, installation access, and NDA for all assigned staff.
- Support services are required during government duty hours, with 24x7x365 coverage for critical and high-priority incidents.
Attachments
- Attachment 1: DRAFT Performance Work Statement (PWS)
- Attachment 2: Company Information
- B01- 8(a) Sources Sought RFI HT9427-26-RFI-702- Final