Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SPECIAL NOTICE

70 -- Intent to Sole Source - Oracle Corporation Java Binaries

Notice Date
10/26/2023 6:58:43 AM
 
Notice Type
Special Notice
 
NAICS
513210 —
 
Contracting Office
BUREAU OF THE FISCAL SERVICE
 
ZIP Code
00000
 
Solicitation Number
SS-FSA-24-021
 
Response Due
11/27/2023 1:00:00 PM
 
Archive Date
11/28/2023
 
Point of Contact
Todd Ashcroft, Procurement Inbox
 
E-Mail Address
todd.ashcroft@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(todd.ashcroft@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
 
Description
Under the authority of FAR 6.302-1, the United States Department of the Treasury, Bureau of the Fiscal Service (Fiscal Service), on behalf of Fiscal Service�s Office of Information and Security Services, intends to make award on a sole source basis to Oracle Corporation, 2300 Oracle Way, Austin, Texas 78741 for Oracle Java binaries, which will be utilized at Fiscal Service�s offices in Parkersburg, West Virginia. Fiscal Service�s Secure Payment System (SPS) provides a mechanism by which Federal Program Agencies (FPA) can create and certify payment data in a secure financial environment.� SPS is the front-end system to a larger payment system; it allows personnel at FPA locations to submit payment information to the U.S. Department of the Treasury, Bureau of the Fiscal Service (Fiscal Service) via Internet access.� Fiscal Service is the central payment provider for the Government; Fiscal Service has a critical role in the Government�s financial infrastructure, including revenue collection and financial disbursements.� The disbursements made by Fiscal Service include lifeline benefit payments to Supplemental Security Income (SSI) and veteran recipients, Federal employee salaries, vendor payments, and other mission-critical payments on behalf of over 250 federal program agencies.� In Fiscal Year 2022, Fiscal Service utilized SPS to disburse 1.4 billion payments, the sum total of which is $5.3 trillion. SPS relies on Oracle Java Runtime Environment binaries for system functionality and ability to disburse payments.� The binaries form the core of SPS; they allow SPS to maintain system stability and a high level of security, both of which are required for a system with the mission-critical nature of SPS.� The high level of security needed for SPS is achievable with the binaries because of the extensive public key infrastructure (PKI) libraries and support that are available with Java.� Furthermore, the Java binaries provide SPS with the ability to code once and compile on the Red Hat and Microsoft Windows platforms, which reduce the complexity of SPS and allows the reuse of code that has been thoroughly tested and proven to be secure while simultaneously providing the high level of performance needed by SPS.� No other software package provides the Government with the functionality, performance, and security offered by the Java binaries. Going forward, the use of the Java binaries is the only way Fiscal Service can maintain its payment activity continuity of operations and prevent failure associated with changing to another software application.� The use of the binaries reduces the risk associated with the Government�s need to make disbursements on a regular basis, and the use of the binaries improves system security.� A failure of the Government to make its disbursements on a timely basis would be highly detrimental to the perception of the United States Government in world financial markets and among the Government�s creditors, and it would result in a decline in the Government�s credit-worthiness in world bond markets. The period of performance for the contract is anticipated to be twelve months from the date of award. All responsible sources may submit a written response for consideration by Fiscal Service.� Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, shall reference SS-FSA-24-021, Oracle Java Binaries, ATTN: TAshcroft in the subject line, shall be submitted no later than 4:00pm Monday, November 27, 2023, and shall include sufficient evidence that clearly shows the qualified contractor is capable of providing the requested products and services described in this notice.� All responses will be evaluated; however, a determination by the Government not to compete the proposed acquisition based upon responses to this notice received by the deadline is solely within the discretion of the Government.� If no written response is received by the deadline above that clearly demonstrates the qualified contractor�s ability to meet all requirements, is more advantageous to the Government, Fiscal Service will make award on a sole-source basis to Oracle Corporation. Qualified contractors shall provide the following information: 1.� Company name and location and business size (large business, small business, small disadvantaged business, 8(a), service disabled veteran owned small business, woman-owned small business, HUBZone, etc.) based on NAICS code 513210, size standard $47.0 million, PSC 7A21, and contact information. �Qualified contractors shall insure that contact information includes the name, e-mail address, and telephone number of their points of contact should the Government have questions regarding individual responses. 2.� Company UEI number. 3.� Proof that the qualified contractor is an Oracle-authorized reseller of the required Java binaries. 4.� Specific details of the product(s) or service(s) that the qualified contractor is offering in response to this notice. 5.� Whether the qualified contractor�s services are available through a Government contract vehicle or via open market. 6.� A capabilities statement, not to exceed 5 pages, that includes a description of your company's standard line of business and as a list of customers to which the qualified contractor provides the products and services described in this notice. The following file extensions are not allowable for submitted documents, and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office-compatible documents are acceptable. No other information regarding this notice is available, and no solicitation is available.� A request for more information will NOT be considered an affirmative response to this special notice. Telephone responses or inquiries to this notice will NOT be accepted. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this notice are advised that responses submitted are NOT requests to be considered for contract award. �Should a solicitation results from this notice, all interested parties will be required to respond separately from responses submitted to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd7effc3c67e4b35af3f289bc0a68ebf/view)
 
Place of Performance
Address: Austin, TX 78741, USA
Zip Code: 78741
Country: USA
 
Record
SN06868804-F 20231028/231026230050 (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.