Ascend BPA Draft Solicitation Pool 1
ID: RFQ1694175Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA FAS AAS REGION 4ATLANTA, GA, 30308, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)
Timeline
    Description

    The General Services Administration (GSA) is advancing the Ascend Blanket Purchase Agreement (BPA) Pool 1, aimed at sourcing cloud solutions for federal agencies. This competitive, multiple-award BPA will encompass Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), and related IT professional services, facilitating the government's need for secure and integrated cloud services. Interested vendors are encouraged to review the final draft solicitation available on GSA eBuy and SAM.gov, and submit their questions and comments by 4 p.m. EST on October 18, 2024, to the primary contact, Faith V. Shelton, at cloudenterprisewide@gsa.gov. The anticipated award dates are yet to be determined, and further updates will be provided through the aforementioned platforms.

    Point(s) of Contact
    Files
    Title
    Posted
    The ASCEND Blanket Purchase Agreement (BPA) is designed to facilitate the procurement of cloud services and related IT professional services from authorized vendors, enhancing adherence to legal and best practice standards. Established under federal guidelines, it supports the U.S. government's strategic sourcing of Infrastructure as a Service (IaaS), Platform as a Service (PaaS), and Software as a Service (SaaS). The BPA outlines performance requirements, including cybersecurity, compliance with Section 508 for accessibility, and a structured process for onboarding contractors. It establishes three primary pools— IaaS/PaaS, SaaS, and cloud-related IT professional services— with each pool further divided into specific sub-pools tailored to distinct service criteria. Essential for promoting cost efficiency and security in government IT operations, the BPA mandates continuous cybersecurity assessments and alignment with standards from the Federal Risk and Authorization Management Program (FedRAMP). All contractors must provide detailed documentation of their cybersecurity practices, ensuring a controlled and secure environment for managing sensitive data. This initiative reflects the government's commitment to leveraging cloud technology effectively while managing risks associated with data security and compliance.
    The document pertains to the draft Performance Work Statement (PWS) for the Ascend Blanket Purchase Agreement (BPA) and includes a framework for addressing questions, comments, and recommended solutions. It is structured to capture input concerning the parameters and expectations set forth in the PWS, facilitating improvements in responses to federal and local Requests for Proposals (RFPs) and grants. The specified sections highlight a collaborative process aimed at ensuring clarity, efficiency, and effectiveness in the procurement strategy. Key points within the document emphasize the need for clarifications on particular aspects of the PWS, with a focus on refining proposed solutions and rationales for suggestions made. The intention is to foster an open dialogue among stakeholders to enhance the quality of proposals and adherence to governmental regulations. The PWS serves as a critical instrument for aligning project objectives with funding opportunities at multiple governmental levels, reinforcing the importance of transparency and collaboration in the bidding process.
    The Federal Acquisition Service (FAS) has issued Request for Quotation (RFQ) #1671198 to establish a Multiple Award Blanket Purchase Agreement (BPA) for cloud computing services under GSA Multiple Award Schedule (MAS) Special Item Number (SIN) 518210C. This RFQ is aimed at obtaining quotes from eligible vendors to provide cloud-related IT professional services, with the government evaluating submissions on compliance, technical capability, past performance, and pricing. The BPA will have a total duration of up to eight years, including options, and will maintain a firm fixed price structure. Interested vendors must submit their quotes electronically, adhering to detailed submission requirements that include compliance documentation, a technical proposal, and a past performance narrative. The evaluation criteria prioritize compliance with authorization levels, relevance of prior experience, and technical adherence to the Performance Work Statement (PWS). Vendors are encouraged to offer discounts and ensure pricing aligns with their existing MAS contract. The government retains the right to make no awards based on the evaluation of quotes received. This RFQ promotes competition and aims to secure reliable cloud computing services for government operations.
    The ASCEND BPA aims to streamline the procurement of compliant, secure, and efficiently managed cloud services and cloud-related IT professional services for eligible users. The BPA is divided into three primary pools: Infrastructure as a Service (IaaS) and Platform as a Service (PaaS), Software as a Service (SaaS), and Cloud-Related IT Professional Services. Contractors must adhere to the requirements outlined in the BPA, which are organized hierarchically and inherit requirements from higher levels. The BPA also includes authorized assessment and evaluation entities, authorized resellers, and various types of cloud service providers.
    This document is an appendix listing abbreviations and acronyms commonly used in federal government Request for Proposals (RFPs), grants, and contracts. It serves as a reference for various terms relevant to government operations, cybersecurity, and information management. The structure is organized alphabetically, providing the acronym followed by its expansion, which helps streamline communication and understanding among government officials, contractors, and stakeholders. Key topics include cyber-related terms like A&A (Assessment & Authorization), AI (Artificial Intelligence), and various access control methods (e.g., RBAC for Role-Based Access Control, PBAC for Policy-Based Access Control). It also includes terms related to procurement, such as FAR (Federal Acquisition Regulations) and BPA (Blanket Purchase Agreement), highlighting frameworks for contracting procedures. The primary purpose of the document is to facilitate a common understanding of terminology essential for navigating government processes, thereby enhancing operational efficiency and compliance with federal guidelines. Providing clarity on these terms is crucial for effective communication and execution of government contracts and services.
    The document outlines a comprehensive list of resources, organizations, and tools pertinent to federal and local government procurement, cybersecurity, and risk management. It includes links to essential entities such as the Global Electronics Council, the Linux Foundation, and various Department of Defense issuances governing cloud security and industrial security programs. The table categorizes resources by department, highlighting key programs, guidelines, and regulatory frameworks such as the Federal Acquisition Regulation (FAR), the Cybersecurity & Infrastructure Security Agency (CISA), and the National Institute of Standards and Technology (NIST). Furthermore, it emphasizes initiatives related to cybersecurity, including Zero Trust principles, post-quantum cryptography, and acquisition policies that support federal grants and RFPs. This document serves as a vital reference for government officials, contractors, and organizations navigating the complex landscape of governmental contracts and security compliance protocols, ensuring adherence to regulatory standards and promoting effective collaboration across various sectors.
    The document is an extensive compilation of legislation, regulations, and policies governing various aspects of federal acquisitions, cybersecurity, and public service operations in the United States. It encompasses an array of resources, from federal regulations on administrative personnel and small business sizes to directives from the Department of Defense (DoD) regarding cybersecurity measures and cloud computing. Notably, the document includes executive orders focused on enhancing national cybersecurity and promoting equity in federal procurement. Supporting details elucidate the parameters of federal procurement practices, contractor obligations concerning environmental sustainability, and safeguarding classified information. It aligns with the broader context of federal requests for proposals (RFPs) and grants, delineating compliance and operational standards vital for successful government contracting. The structure presents information organized by agency and regulatory body, providing references to existing legislative texts and guidelines, ensuring clarity for stakeholders engaged in government contracting and funding. This resource serves as a critical reference for ensuring adherence to necessary legislative mandates while conducting public transactions.
    The document outlines various specifications and standards relevant to federal, state, and local Requests for Proposals (RFPs) and grants. It includes guidelines from several standard-setting organizations, such as the American National Standards Institute (ANSI), Telecommunications Industry Association (TIA), International Organization for Standardization (ISO), and the National Institute of Standards and Technology (NIST), among others. Key standards mentioned cover areas like data center design, information technology management, recycling practices, and cybersecurity protocols. The inclusion of links to the respective standards ensures accessibility for compliance and implementation. This document serves as a centralized reference for government entities and contractors, aiming to promote uniform approaches and enhance the effectiveness of funded projects by adhering to recognized guidelines and best practices. Overall, it plays a crucial role in ensuring that RFPs and grants align with established regulatory frameworks, thereby supporting national standards in various operational sectors.
    The document outlines required and optional data elements for invoices submitted by authorized vendors under various contract types, including Firm Fixed Price (FFP), Requirements Task Orders (RTO), Labor Hour (LH), Order Level Materials (OLM), and Time and Materials (T&M). Essential data elements include identifiers such as GSA UEI, contract numbers, award numbers, service start and end dates, service pricing, and total price calculations, all following specific formats. For example, financial figures must be stated in US dollars and can include space for discounts and optional identifiers such as SKU. Optional elements can enrich invoices but are not mandatory. The structured data format ensures consistency and compliance with federal requirements and facilitates accurate processing of invoices related to cloud-related IT professional services. Overall, the document serves as a guide for vendors to comply with the invoicing standards necessary for transactions with the U.S. federal government, reflecting its emphasis on accuracy and transparency in federal contracting processes.
    The document outlines the Service Catalog Formats for cloud services utilized by authorized vendors working with the federal government. It specifies both required and optional data elements to be included in their cloud services catalogs, with an emphasis on standardized formats for identification, description, and pricing. Key required data elements include identifiers such as GSA UEI, contract numbers, and specific information about the cloud service, including its model, description, pricing, and geographical location of the services. Optional data elements encompass additional identifiers and categorizations pertaining to Zero Trust Architecture components and environmental attributes. The objective of this catalog is to create a uniform system for reporting cloud services that meet federal requirements, facilitating better comparison and selection by government entities. By establishing specific data formats and elements, the document aims to enhance transparency, reliability, and accessibility of cloud service offerings. Overall, it underscores the federal commitment to cybersecurity, energy efficiency, and improved procurement processes through structured service documentation.
    The document outlines a Request for Quotation (RFQ) for establishing a Multiple Award Blanket Purchase Agreement (BPA) for cloud computing services under GSA Multiple Award Schedule Special Item Number (SIN) 518210C. The Federal Acquisition Service (FAS) requests quotes from qualified vendors holding the GSA schedule, emphasizing compliance with specific evaluation criteria, including technical and past performance assessments. Contractors must submit thorough and compliant quotes that will be evaluated for technical merit and pricing. The process allows for the potential awarding of up to ten BPAs over an eight-year period, with prices being fixed and based on existing MAS contract pricing. The submission includes prerequisites such as valid FedRAMP/Dual-Use Certification and sufficient remaining duration on their GSA MAS contract. Post-award, the INFORM process encourages transparency by facilitating communication about evaluation outcomes to all bidders. This RFQ exemplifies government efforts to procure cloud services while ensuring strict adherence to federal regulations and encouraging vendor competition.
    The document outlines the deliverables and schedule for a Blanket Purchase Agreement (BPA) focused on climate risk management and sustainability practices. The deliverables include the Climate Risk Management Plan, annual updates, a follow-up report, and several other related documents to be submitted in specified formats, primarily as PDFs and Excel sheets. Key deliverables, such as the Climate Risk Management Plan and GHG Reduction Progress Report, have set due dates ranging from six months to 24 months post-BPA award, with specific classification as unclassified and distribution directed to the Administrative Agency's Contracting Officer. The BPA specifies a range of deliverables that are either one-time or recurring, with instructions for timely submission to ensure compliance with federal standards. The document serves as a guideline to monitor and document required actions related to climate risk and sustainable practices in alignment with governmental expectations for transparency and environmental responsibility.
    The document serves as a comprehensive glossary of definitions pertinent to cloud services within the context of federal government RFPs and grants. Key terms include "Cloud Service Provider (CSP)," which refers to entities that operate and manage cloud technologies; "Service Models," categorizing cloud offerings into Infrastructure as a Service (IaaS), Platform as a Service (PaaS), and Software as a Service (SaaS); and "FedRAMP," which standardizes security for cloud services in line with federal policies. The glossary covers various operational aspects, including "Active Service," describing cloud resources in active use, and "Measured Service," highlighting automatic resource monitoring for efficient usage. Additionally, terms related to cybersecurity, user access, and service types aid in understanding cloud service deployment models and regulatory requirements. This glossary is vital for ensuring clarity and compliance in government projects leveraging cloud technology.
    Appendix C provides a comprehensive list of abbreviations and acronyms commonly used in federal government requests for proposals (RFPs), grants, and various contracts. It serves as a reference tool to facilitate understanding among stakeholders in government transactions, covering a wide array of fields such as cybersecurity, procurement, project management, and federal regulations. The document categorizes terms alphabetically, ranging from A (like A&A for Assessment and Authorization) to Z (such as ZTA for Zero Trust Architecture), ensuring quick access to definitions related to areas like information technology, compliance, and operational directives. Key sections include terms relevant to the Department of Defense, risk management strategies, and crucial frameworks like FedRAMP (Federal Risk and Authorization Management Program). Essentially, the appendix underscores the importance of standardized terminology in enhancing communication and efficiency in federal engagements, aiming to assist contractors and agencies in navigating complex regulatory landscapes effectively.
    The document outlines required and optional data elements for contractors' cloud service catalogs under the Cloud Services BPA (Blanket Purchase Agreement). It specifies multiple data fields such as Unique Entity Identifier (UEI), GSA MAS Contract Number, Ascend BPA Award Number, service descriptions, pricing details, and environmental certifications like ENERGY STARⓇ and EPEAT™. Each data element must meet format criteria and adhere to its definitions, ensuring consistency and compliance across submissions. For example, a cloud service price must be in U.S. currency and have four decimal places, while service names should match legal business names in registration databases. The purpose of this document is to provide standardized guidelines for contractors, enhancing transparency and facilitating the procurement process for cloud services in government RFPs and grants. It emphasizes the importance of accurate information, as discrepancies can affect contract compliance and service provision. Overall, the structured approach ensures that all necessary data is captured for an effective evaluation and service offering, aligning with federal standards and best practices.
    The document outlines the required and optional data elements for contractor invoices under various federal contracts, including Firm Fixed Price (FFP), Requirements Task Order (RTO), Labor Hour (LH), Order Level Materials (OLM), and Time and Materials (T&M). It specifies the format and examples for each data element, emphasizing the need to use "NULL" for non-applicable or value-less entries. Key elements include the identification of the eligible user, contact information, contract numbers, pricing details, and service descriptions. The structure is organized into required and optional sections, ensuring comprehensive documentation for invoicing processes. This systematic approach enhances clarity and consistency, facilitating compliance in federal procurement and grant management contexts, which are crucial for maintaining accountability and transparency in government financial operations.
    The document outlines the Ascend Blanket Purchase Agreement (BPA) established by the Federal Chief Information Officer to efficiently source cloud services, including Infrastructure as a Service (IaaS), Platform as a Service (PaaS), Software as a Service (SaaS), and associated IT professional services. It sets baseline requirements for contractors, emphasizing compliance with federal legislation, cybersecurity protocols, and data management standards. The BPA consists of three primary pools, with Pool 1 focusing on IaaS and PaaS services where contractors must provide comprehensive cloud solutions and adhere to specified performance, cybersecurity, and operational requirements. The document contains substantial details on cybersecurity measures, data protection, incident reporting, and environmental sustainability practices, highlighting the importance of secure cloud usage in alignment with government best practices. Notably, the agreement aims to streamline cloud procurement processes, facilitating better management, cost efficiency, and compliance across multiple government entities.
    The document appears to be a structured outline of pricing information related to various contractors, including details on products, pricing, and discounts. Each entry includes a Contractor Name with a unique Entity Identifier (UEI), sections indicating the Product Work Statement (PWS) details, manufacturer part numbers, Stock Keeping Units (SKUs), descriptions, and multiple price points, specifically the Multiple Award Schedule (MAS) price, Blanket Purchase Agreement (BPA) price, discount percentages, and final prices for items. This format suggests that the document serves a purpose within the framework of federal or state RFPs, as it supplies comprehensive data necessary for evaluating bids or pricing within competitive government contracts. Such documents are essential for ensuring transparency and standardization in government procurement processes.
    The document outlines the minimal requirements and information necessary for Federal Government contracts focused on cloud services and related IT professional services. It specifies eligibility criteria for users, including details about organizational structures, points of contact, and contract specifics such as task order (TO), blanket purchase agreements (BPA), and various identifiers. Key elements include direct and indirect cost definitions, pricing structures, discounts, and start/end dates for services. The document also emphasizes the importance of clarity in pricing, tracking costs, and ensuring compliance with established GSA standards. By providing a structured format for presenting information, it aims to streamline the bidding process, enhance transparency, and ensure that cloud-related services meet both federal and local jurisdiction needs.
    The General Services Administration (GSA) has issued a Past Performance Questionnaire as part of the Ascend BPA RFQ1671198 evaluation process. This document is designed to assess a contractor's performance on a specific contract or task. Key components include the contractor's compliance with requirements, management controls, cost management, schedule adherence, and customer satisfaction. Evaluators are required to rate the contractor on a scale from exceptional to unacceptable and provide comments for each criterion, aiding in a comprehensive performance analysis. The final section prompts evaluators to indicate whether they would hire the contractor again, with space for justifying their decision. Responses must be submitted via email by the outlined deadline. This questionnaire serves as a critical tool in the federal procurement process, ensuring informed decision-making regarding contractor performance for future contracts based on historical data.
    The document pertains to the Ascend Blanket Purchase Agreement (BPA) Draft Performance Work Statement (PWS), containing inquiries and recommended responses regarding the proposed service requirements. It outlines a series of questions and comments that seek clarification or elaboration on the PWS, indicating where responses or solutions may enhance the drafting process. The structure of the document includes sections for PWS references, accompanied by suggested answers or solutions along with rationales for those responses. The key focus is on obtaining precise information to refine the PWS, ensuring it meets the necessary expectations for potential contractors involved in the BPA. Overall, this document serves as a preliminary review tool, facilitating constructive feedback to optimize the final PWS prior to formal issuance, which is crucial for aligning the procurement process with federal standards and ensuring clarity for bidders.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Alliant 3 GWAC, Request for Proposal (RFP)
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), aimed at providing federal agencies with comprehensive IT services through a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Offerors are required to submit detailed proposals that include relevant experience, past performance, and compliance with cybersecurity standards, particularly focusing on the Cybersecurity Supply Chain Risk Management (C-SCRM) requirements. This contract is significant as it facilitates the procurement of IT services across various federal agencies, ensuring adherence to performance-based contracting principles and promoting small business participation. The proposal submission deadline has been extended to January 10, 2025, and interested parties can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further information.
    Governmentwide Rideshare / Ride-Hail Passenger Services
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for on-demand Rideshare/Ride-Hail Passenger Services under Request for Quotes (RFQ) number 47QMCB24Q0004. The procurement aims to establish Blanket Purchase Agreements (BPAs) with qualified Transportation Network Companies and Innovative Mobility Technology Companies to meet the Federal Government's travel needs across the top 50 domestic markets and optionally the top 10 OCONUS markets. This initiative is crucial for enhancing operational efficiency and accessibility in federal transportation services while ensuring compliance with regulatory requirements. Interested parties must submit their proposals electronically by 5:00 PM Eastern on November 5, 2024, and direct any inquiries to Elizabeth McEwen at elizabeth.m.mcewen@gsa.gov.
    Multiple Award Schedule
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking vendors for its Multiple Award Schedule, a comprehensive procurement initiative. GSA's Furniture Systems Management Division requires a range of commercial items, with a focus on miscellaneous services. This combined synopsis and solicitation follows a streamlined format, and interested parties should submit their proposals accordingly. Contact the National Customer Service Center for detailed information, or refer to the provided email and phone number.
    Lease of Office Space via AAAP - 25AAAP_October
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking competitive lease proposals for office space through its Automated Advanced Acquisition Program (AAAP) for the period of October 1, 2024, to October 21, 2024. The procurement aims to satisfy new leasing requirements and potentially replace existing leases across GSA Regions 1-11, with a lease term of up to 17 years. This opportunity is crucial for providing necessary office space for federal operations, and interested parties must register on the AAAP website to submit offers during the specified Open Period. For further inquiries, contact the AAAP Manager at AAAP.Manager@gsa.gov.
    Request for Information - Next Generation of the GSA SmartPay® Master Contract
    Active
    General Services Administration
    The General Services Administration (GSA) is conducting a Request for Information (RFI) for the next generation of the GSA SmartPay® Master Contract, aimed at enhancing commercial charge card and payment services for approximately 250 federal agencies and organizations. The GSA seeks input from potential contractors regarding their qualifications, experiences, and insights on the existing GSA SmartPay 3 program, with a focus on areas such as pricing structures, security requirements, data management, and overall feedback on the current contract. This initiative is crucial as the GSA SmartPay program has facilitated over $37.5 billion in transactions, generating significant refunds for participating entities. Interested parties are encouraged to submit their responses using the provided template by contacting Nichole Ammon at nichole.ammon@gsa.gov or Jennifer Richards at jennifer.g.richards@gsa.gov, with the current contract period ending on November 28, 2031.
    Plastic Storage Boxes for GSA BPA Source Sought
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking information from potential vendors for the procurement of plastic storage boxes as part of a National Stock Number (NSN) Program. Interested contractors are invited to respond to a Sources Sought Notice by submitting a completed questionnaire, which will help GSA determine the appropriate set-aside for a future Blanket Purchase Agreement (BPA) under the GSA Multiple Award Schedule Program. The procurement is significant for ensuring the availability of essential storage solutions for government agencies, with compliance to technical specifications and past performance being key evaluation factors. Responses must be submitted via the eBuy system by September 18, 2024, at 9:00 am ET, and inquiries can be directed to Tracy Harper at tracy.harper@gsa.gov or by phone at 689-261-9671.
    Enterprise Business Management Support Services 2.0 (EMBSS 2.0)
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, US Customs and Border Protection is planning to recompete its Enterprise Business Management Support Services (EBMSS) BPA. The EBMSS 2.0 will provide support for program management and support services. The draft request for quote (RFQ) will be published on the GSA eBuy platform, with industry day to follow. Interested parties will have approximately fifteen (15) days to respond. The industry day will be held prior to the deadline for draft RFQ responses. The notice will be updated if there are any changes to the publishing location.
    GSA: PJM Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the supply of Carbon Pollution-Free Electricity (CFE) and retail electricity to support federal sustainability goals, specifically aiming for 100% CFE by 2030 as outlined in Executive Order 14057. The contract will cover approximately 1.1 billion kWh annually across 182 accounts located in the PJM Interconnection market area, with a ten-year delivery period commencing with specified meter read dates. This initiative is crucial for advancing the federal government's commitment to environmental sustainability and reducing carbon emissions, ensuring compliance with regulatory standards while providing reliable energy sources. Interested contractors must submit their proposals by the specified deadline and can direct inquiries to Bonnie Bueter at bonnie.bueter@gsa.gov or Brenna Lanphear at brenna.lanphear@gsa.gov.
    LOW-CODE APPLICATION CLOUD PLATFORM TOOL PLATFORM AS A SERVICE (PaaS)/SOFTWARE AS A SERVICE (SaaS)
    Active
    State, Department Of
    The U.S. Department of State's Bureau of Diplomatic Technology is seeking input from Authorized Public Sector Resellers for a cloud-based low-code/no-code application platform that meets a range of functional requirements. The platform should facilitate workflow automation, support ITIL-aligned service management processes, and enable agile project management, all while adhering to robust security standards compliant with FedRAMP High requirements. This initiative is crucial for enhancing operational efficiency across the State Department's global bureaus and posts, ensuring flexibility and scalability in application development. Interested vendors are encouraged to submit their company information, capability assessments, and past performance examples by the specified deadlines to John Warner at WarnerJ1@state.gov, as this Request for Information (RFI) aims to inform future procurement strategies without guaranteeing contract awards.
    Brand Name NSNs, Industry Feedback Request
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.