SPECIAL NOTICE
70 -- Oracle systems integrator and services provider license
- Notice Date
- 10/1/2025 5:38:05 AM
- Notice Type
- Justification
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- CWMD ACQ DIV Washington DC 20528 USA
- ZIP Code
- 20528
- Solicitation Number
- FY25-00316
- Archive Date
- 10/31/2025
- Point of Contact
- Brendan Benisek, Phone: 202-381-0240
- E-Mail Address
-
Brendan.Benisek@hq.dhs.gov
(Brendan.Benisek@hq.dhs.gov)
- Award Number
- 70RWMD25PR0000001
- Award Date
- 09/30/2025
- Description
- SSJ No.: FY25-00316 Date: 9/30/25 PR Number: 192125ASS000P0005 1. Nature and/or description of the item/service being procured and anticipated cost: DHS/OPO intends to procure a Microsoft Oracle Enterprise license for a three-month period. DHS intends to procure this software product from Mythics, 4525 Main Street, Suite 1500, Virginia Beach, VA 23462. Mythics is an authorized Oracle systems integrator and services provider and is the current provider of the license used by the Modified Infrastructure Survey Tool (MIST) program, required by Federal Protective Service (FPS). The cost of this procurement to maintain a license for a three-month period is estimated at $_________. 2. Sole Source Justification Rationale in accordance with FAR 13.106-1(b)(1)(i) and (ii). (Check one and explain below): ____X_____Only one source reasonably available. _________ Urgent and compelling circumstances exists. _________ Exclusive licensing agreement exists. _________ Brand name. If the brand name requirement applies to a portion of the procurement, please identify that portion. _________ Industrial Mobilization _________ Other. Explain: The requirement is to maintain the Microsoft Oracle Enterprise license used by the MIST program for a three-month period. This license is required for the MIST application as it migrates into the DHS Enterprise Cloud environment in Fiscal Year 2026. When the MIST Interagency Agreement is renewed, the new period of performance will begin on January 1, 2026, and a standard 12-month license will be procured for an approximate cost of $_____. The purpose of this procurement is to maintain this license without a break in service, which would cost the agency approximately $______ to establish a new license. 3. The anticipated price will be determined fair and reasonable based on one or more of the price analysis techniques described below in accordance with FAR Part 13.106-3(a)(2). (Check one and provide short explanation or description of action taken): _________ Market Research. ____X_____ Comparison of the proposed price with prices found reasonable on previous purchases. ___X__ Current price List. _________ Comparison with similar items in a related industry. _________ Comparison to IGCE. _________ Contracting Officer�s personal knowledge. _________ Other. Pricing was reviewed from the prior requirement�s fair and reasonable pricing and standardized for 3-months vs. 12-months of performance. The requirement�s officials also reviewed contractor price lists. 4. Approval: _______________9/30/25 Contracting Officer Date
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8917d905e2e244cbbd6f0ab55be83d88/view)
- Place of Performance
- Address: Virginia Beach, VA, USA
- Country: USA
- Country: USA
- Record
- SN07609774-F 20251003/251001230041 (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 |