SP4701-26-R-0002 -RFP-ERP Cloud Hosting and Subscription Licenses with Managed Services

SOL #: SP4701-26-R-0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO PHILADELPHIA
PHILADELPHIA, PA, 19111, United States

Place of Performance

Philadelphia, PA

NAICS

Software Publishers (513210)

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

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Feb 26, 2026, 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.

Quick Summary

The Defense Logistics Agency (DLA) has issued Solicitation SP4701-26-R-0002 for brand-name SAP Enterprise Resource Planning (ERP) Cloud Hosting and Subscription Licenses with Managed Services. This unrestricted opportunity seeks a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to support DLA's mission-critical SAP Platform (J62X) workloads via a Software-as-a-Service (SaaS) model. The contract has a ceiling of $903,000,000.00 over a 7-year period. Offers are due by February 26, 2026, at 12:00 PM EST.

Purpose & Scope

DLA requires SAP cloud services to host its ERP environment in a FedRAMP Impact Level 4 (IL4) certified GovCloud, specifically on Amazon Web Services (AWS) NS2 Secure HANA Cloud (SHC). The scope includes:

  • Cloud Hosting: Provision of IL4 certified environments (Sandbox, Dev, Test, Stage, Prod, HA, COOP) for SAP and non-SAP applications.
  • Managed Services: Comprehensive support including environment planning, capacity management, performance monitoring, service delivery, application administration, patching, ticket resolution, and cybersecurity activities like code scanning and penetration testing.
  • Cybersecurity: Adherence to stringent requirements including FedRAMP IL4, NIST standards, DoD security policies, and continuous monitoring.
  • Licensing: Provision of necessary SAP licenses, including Procurement for Public Section (PPS), Business Technology Platform (BTP) Work Zone Tool, and Integrated Business Planning (IBP) Licenses.

Contract Details

  • Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), Single Award.
  • Maximum Value: $903,000,000.00.
  • Guaranteed Minimum: $100,000.00.
  • Period of Performance: A 7-year ordering period, consisting of a 12-month base period (March 29, 2026 - March 28, 2027) and six 12-month option periods, extending through March 28, 2033.
  • Set-Aside: Unrestricted.
  • NAICS Code: 513210 ($47.0 Million size standard).
  • Place of Performance: Primarily at the Contractor's site in Philadelphia, PA.

Submission & Evaluation

  • Proposal Submission Deadline: February 26, 2026, at 12:00 PM EST.
  • Questions Submission Deadline: February 20, 2026, at 12:00 PM EST.
  • DoD SAFE "Drop-Off Request" Deadline: February 20, 2026, at 12:00 PM EST.
  • Submission Method: Electronically via DoD SAFE. Offerors must notify the Contracting Officer to initiate a "Drop-Off Request."
  • Evaluation Criteria: Proposals will be evaluated based on Technical Approach and Price. Award will be made to the offeror with the best combination of a reasonably priced, technically acceptable offer.
  • Service Level Agreements (SLAs): Attachment D details performance standards, including system availability (99.9% for Production), incident resolution levels, and potential service credits.

Additional Notes

This acquisition is justified for other than full and open competition (FAR 6.302-1) due to the brand-name SAP requirement, with SAP (via SAP NS2) identified as the sole source capable of providing the proprietary technology, native integration, SaaS delivery, and specialized security/compliance capabilities required. Market research, including an RFI in October 2024, was conducted.

People

Points of Contact

Cecilia GeraghtyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Solicitation
Posted: Feb 26, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 18, 2026
Version 2
Solicitation
Posted: Feb 11, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 15, 2026
View