The RFP Database
New business relationships start here

Oracle ELA 2020


New Jersey, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

TAC-20-57557 Oracle ELA 2020
IDENTIFY ALTERNATIVE PRODUCTS FOR SEAMLESS AND INTEGRATED ENTERPRISE SOLUTION INTEROPERABLE WITH VA ORACLE INSTALLATIONS
This is a Request for Information (RFI)/Sources Sought notice ONLY issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. All submissions become Government property and will not be returned. Responses should be no longer than 10 pages.

VA is issuing this RFI to identify comprehensive integrated software solutions that exist today that can meet and integrate with the requirements identified below for over 600 enterprise databases, over 1,000 middleware installations, supporting a workforce of more than 600,000 users (including employees, volunteers and contactors) and millions of veterans and family members who utilize VA information technology (IT) solutions for medical care and benefits processing.

VA already has a comprehensive Oracle solution in place, which operates on Linux, Solaris, HP-UX/AIX, UNIX and IBM Operating Systems, that already provides this integrated solution. This existing solution provides a seamless interoperability between legacy systems and new systems running on VA Infrastructure and in 3rd party clouds including AWS and Azure.

VA has an extensive 30+ year investment in the Oracle product suite, thousands of trained technicians, and extensive experience with that technology. VA's desire at this time is not to replace the Oracle investment, but to assess the current marketplace for an alternative to augment and expand the comprehensive, seamless integrated environment provided by the Oracle products currently in place. Manufacturers that can provide a solution that seamlessly integrates with the existing Oracle footprint are requested to provide a description of that product set and provide examples of that environment currently operating in implementations of the same size and scope. VA is focused on determining if the proposed implementations are of the same size and scope, provide the same level of seamless integration, and are as comprehensive as that currently operating and available to VA from Oracle. More specifically, is the solution proposed, equal to or greater than the capabilities of that provided by the Oracle solution operating within VA and is that comprehensive solution successfully deployed and fully operational to the same levels as VA in a seamless integrated environment of the same size and scope as VA? The entire solution must provide security that meets Federal Information Processing Standards (FIPS) 140-2 and be fully compliant with Section 508 of the Americans with Disabilities Act. It must also provide capabilities equal to or greater than those provided by Oracle for high-availability, persistent data protection and prevention of loss of data.

To support our mission, VA intends to continue to maintain, operate, update and upgrade as necessary, the current Oracle solution already owned by VA. The VA currently operates over 550,000 workstations and 35,000 servers to provide a broad range of IT capabilities to every user across the agency. VA holds perpetual licenses for a significant number of Oracle products that operate on these systems (e.g. Database, WebLogic, Primavera, Advanced Compression, GoldenGate, Business Inteligence, Siebel CRM, Tuxedo and others). Responses should not include proposals to replace these existing products/installations.

For new Database, WebLogic, Primavera, Advanced Compression, GoldenGate, Business Inteligence, Siebel for CRM and Tuxedo deployments, VA requires a seamless and integrated enterprise solution that is interoperable with existing VA Oracle installations. VA currently utilizes the Oracle products mentioned above for critical tasks throughout VA, such as claims processing, clinician collaboration, provision of patient care, Veteran medical records data entry, secure transmission of patient data, and real-time access to patient data by clinicians and patients. Proposed solutions must have no negative impact on the performance or availability of any existing VA applications utilizing these Oracle products.

VA requires a seamless and integrated enterprise solution that is compatible with and runs on Linux, Solaris, HP-UX/AIX, UNIX and IBM Operating Systems.

Specifically, VA seeks answers to the questions in the table below for each of the following 8 areas.

Area 1: Oracle Database Enterprise Edition
Area 2: Oracle WebLogic Suite
Area 3: Oracle Advanced Compression
Area 4: Oracle GoldenGate
Area 5: Oracle Business Inteligence Suite Extended Edition
Area 6: Siebel Customer Relationship Management
Area 7: Primavera P6 Enterprise Project Portfolio Management
Area 8: Tuxedo

Complete the following table for each of the above eight areas:

Identify Area being addressed by this product/solution (Areas 1 8)

Name of proposed product/solution
B
Is product/solution 100% compliant with Section 508?
B
When will product/solution be 100% 508 compliant?
B
Variances in capabilities from existing Oracle product identified
B
Is the product/solution 100% backward compatible and will it support files and file type created with the competing Oracle product?

Manner of implementation (on-prem, cloud, etc.). Can it be supported in both AWS and Azure clouds?
B
Type licensing (device, user, concurrent use, processor, core, etc.)
B
Identify implementations of similar size, scope and complexity.
B
Cost to implement the product/solution (i.e. how much will it cost VA to acquire the software, and implement the solution so that it can operate and integrate with the existing Oracle environment
B
Recurring operational costs (software only) (i.e. What is the annual cost to maintain the software licenses so that VA can take advantage of the latest commercially available release of the product?)
B
Cost to add one additional user (software only) (i.e. When VA needs to expand usage, what are the estimated costs to add one additional user to the solution either in terms of additional license costs or additional usage costs?)
B
Recurring cloud-based operational costs (if proposed for Cloud) (i.e. What are the recurring annual costs to operate the proposed solution
B
Identify and describe Transitional impacts
B
Time required to transition
B
Other costs (i.e. what other costs do you foresee that may be incurred if VA elects to change from the existing Oracle product to the product/solution being proposed?)
B
Identify implementation impacts
B
Identify operational impacts
B
Identify end-user operational impacts
B
Is the product/solution compliant with HSPD-12 and NIST for Multifactor Authentication?

Is the product/solution compatible with Smartcard Login?


Additionally, please provide at a minimum the following data:

Name of Company
Address
Point of Contact
Phone Number
Fax Number
Email address
Company Business Size and Status for NAICS
VA anticipates that this effort would fall within North American Industry Classification System (NAICS) Code 541519, Other Computer Related Services, which has a size standard of 150 employees.B B If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale.B
Any Schedules held on General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise Wide Procurement (SEWP) V, or any other schedule not mentioned above to assist in determining acquisition strategy if you are included in one or more. Please also include Contract Number, expiration date, etc.
Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort?
Data Universal Numbering System (DUNS) Number
List of all terms and conditions
Please provide a Rough Order of Magnitude (ROM) for the product/solution being proposed, if possible.


Responses to this RFI shall be submitted via email to Contract Specialist, Kelly Driscoll at Kelly.Driscoll@va.gov no later than 3:00pm EST on November 12, 2019. Product information, brochures, part numbers, and/or other description information may be included with the submission. THIS IS NOT A SOLICITATION. Do not submit a proposal or quote.

Contract Specialist Kelly Driscoll
Kelly.Driscoll@va.gov

kelly.driscoll@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP