Alliant 3 GWAC Presolicitation Notice
ID: 47QTCB24R0009Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/ITS GWACBRANCH A CONT OP QTACASAN DIEGO, CA, 92101, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for the Alliant 3 Governmentwide Acquisition Contract (GWAC), identified by solicitation number 47QTCB24R0009, aimed at providing federal agencies with comprehensive IT services. This procurement seeks qualified contractors to deliver a range of IT solutions, emphasizing the importance of relevant experience in federal projects, cybersecurity supply chain risk management, and small business engagement. The contract will utilize performance-based methods to enhance efficiency and accountability, with a minimum guarantee of $2,500 and no maximum ceiling on individual task orders. Interested offerors must submit their proposals by January 10, 2025, and can direct inquiries to Roman Rodriguez at Alliant3QA@gsa.gov for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The document contains government responses to feedback regarding the Alliant 3 Request for Proposal (RFP). It addresses numerous comments and questions posed by offerors, outlining clarifications on processes, requirements, and submission formats crucial for compliance with the RFP. Key topics include Symphony Tagging for validating claims, submission of relevant experience documentation, guidelines on subcontracting relationships, and specifics regarding forms and templates needed for proposals. Additionally, it emphasizes the importance of accurate and complete information in proposals and outlines the assessment criteria for projects related to Emerging Technology. The document serves to enhance the understanding of and compliance with the RFP's requirements, fostering transparent communication between the government and potential contractors.
    The document outlines a federal Request for Proposal (RFP) related to a rated contract under the Defense Priorities and Allocations System (DPAS). It details the solicitation process for vendors to submit sealed offers to provide specific supplies or services. Key components include the identification of the offeror, the steps for proposal submission, and the evaluation criteria for award determination. The RFP assigns responsibilities for customer service inquiries and includes instructions regarding late submissions and amendments. It also defines the acceptance terms for offers, providing the timeframe in which offers must remain valid. This solicitation exemplifies the structured procurement process within government contracts, aiming to ensure compliance and thorough evaluation of proposals from potential vendors. The overall goal is to facilitate the government's acquisition of goods and services while adhering to regulatory requirements.
    The document appears to be a fragmented and jumbled assembly of code snippets, references to application functionalities, and descriptions of user interactions with a backend system. Various function calls, variable names, and potential UI elements are interspersed with comments, but the lack of coherent structure makes it difficult to ascertain a clear purpose or message. Overall, this document seems to capture elements of a programming interface without delivering a complete narrative or actionable insights.
    The Governmentwide Acquisition Contract (GWAC) Request for Proposal #47QTCB24R0009 is established to provide federal agencies with IT services through a Multiple Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. This contract includes various labor categories (LCATs), specifically delineating Standard IT Service LCATs, Non-Standard IT Service LCATs, and Ancillary Service LCATs to facilitate accurate cost forecasting and reporting. The document outlines contractual authorities, with the GSA Secretary authorized to manage and purchase IT services for federal agencies, while noting the contract's minimum guarantee of $2,500 with no maximum ceiling on individual task orders. Furthermore, performance-based contracting methods will be employed to improve efficiency. Additionally, it stresses the need for compliance with federal labor standards and outlines the types of task order contracts permitted, including fixed-price and cost-reimbursement options. The overarching goal is to streamline the procurement of IT services while ensuring performance and accountability, providing a framework for federal agencies to effectively meet their IT needs.
    The document outlines the Contractor Teaming Arrangement (CTA) Template for the Alliant 3 Unrestricted Government-Wide Acquisition Contract (GWAC), aimed at facilitating project experience validation for offerors part of a prior CTA. It specifies that this form should be completed when an offeror cites experience from an existing or prior CTA. The template serves as a declaration that the project work was solely performed by the offeror, ensuring no other CTA member claims credit. Key sections include identifying the offeror, project details, and a certification from both the offeror and CTA member asserting the accuracy of the information provided. This form is essential in the context of federal RFPs, as it enables the government to assess and verify the qualifications of prospective contractors based on credible past performance, a crucial factor in government contracting pursuits. The completion of this document aligns with federal requirements for validation in proposal submissions under Solicitation No.: 47QTCB24R0009.
    The document appears to contain fragmented text discussing various topics related to data, accessibility, and user experience in software applications, possibly at different versions. It mentions aspects like user interface design, measurement, youth involvement, and specific functionalities of certain software components, but lacks coherence due to a mix of languages and disrupted phrases. Overall, it highlights the importance of user accessibility and interface functionality in software design.
    The provided text appears to be fragmented and includes incomplete phrases concerning product metrics, user statistics, and potentially age-related data. It does not form a coherent summary or convey clear information. More context or a complete document is needed for an accurate summary.
    The Alliant 3 Unrestricted GWAC, under solicitation number 47QTCB24R0009, includes the GSA Form 527, which is essential for prospective contractors. This form captures qualifications and financial data to determine the financial responsibility of applicants. It aims to ensure that contractors can meet their obligations and aligns with GSA's goals of risk mitigation and transparency. The form collects comprehensive information including organization details, taxpayer information, ownership, financial statements, and prior business performance. Additionally, it inquires about any delinquency on federal debts and past bankruptcies, thereby allowing the GSA to evaluate the applicant's fiscal soundness. This detailed financial insight helps inform eligibility for federal contracts and grants, ensuring that awarded work is performed by capable entities. With an OMB control number of 3090-0007, the form adheres to federal requirements concerning information collection. In conclusion, the GSA Form 527 is a crucial element of the procurement process, enabling thorough assessment of contractor qualifications for government projects.
    The document outlines the completion instructions and requirements for a responsibility questionnaire related to the Basic Safeguarding of Covered Contractor Information Systems, in accordance with FAR 52.204-21. It highlights the importance of safeguarding federal contract information and specifies the definitions of key terms, such as "covered contractor information system" and "safeguarding." Respondents must provide detailed contact information and certify the accuracy of their responses with a signature. The questionnaire includes sections for assessing various security measures, including access control, identification and authentication, media protection, and system integrity. Specific questions require binary responses (Yes/No) regarding the organization's compliance with security standards and regulations, including the Federal Acquisition Supply Chain Security Act. Additionally, vendors are advised that a negative response to certain questions may disqualify them from contract award eligibility. The document emphasizes the significance of compliance in protecting sensitive government information and maintaining national security standards as part of the federal procurement process.
    The document appears to be a fragmented collection of terms, references to software elements, and code snippets related to data handling, particularly in relation to COVID-19. It includes indications of communication types, asset management, and possibly user notifications or error handling protocols, but lacks coherent context or structured information. Overall, it is difficult to ascertain a clear purpose or conclusion due to the incoherence and heavy presence of technical jargon.
    The document outlines the cybersecurity and supply chain risk management (SCRM) requirements for contractors working with the federal government. It emphasizes compliance with established laws, regulations, and standards, which are crucial for maintaining competitiveness as government procurement increasingly factors in cybersecurity capabilities. Contractors must ensure that all commercial off-the-shelf (COTS) products meet the specific cybersecurity requirements set by the issuing agency. Key laws referenced include the Federal Information Security Modernization Act (FISMA) and the Cybersecurity Maturity Model Certification (CMMC), among others. Various executive orders further enhance federal cybersecurity frameworks, mandating measures to protect critical infrastructure and improve the cybersecurity workforce. The document is structured into sections detailing pertinent laws, executive orders, policies, and guidance from the National Institute of Standards and Technology (NIST), which provides frameworks for improving cybersecurity across federal systems. Additionally, it outlines reporting requirements and responsibilities for federal information systems, underscoring the importance of safeguarding government information. This summary highlights the essential aspects for government contractors regarding cybersecurity and SCRM, reflecting the increasing priority assigned to these domains in federal contracts and government operations overall.
    The document appears to consist of disjointed fragments and code-related terms, making it difficult to determine a coherent theme or purpose. There are references to software components, copyright issues, and possible data structures, but the overall content lacks clarity due to the jumbling of text. Consequently, a precise summary cannot be created from the existing text, as it does not provide a cohesive narrative or context.
    The Cybersecurity Supply Chain Risk Management (C-SCRM) Plan outlines the strategy for enhancing and maintaining cybersecurity measures across its identified system. The plan details the operational status, system description, and the types of information managed, classifying their impact levels as per Federal Information Processing Standards (FIPS 199). It emphasizes the continuous improvement of the cybersecurity supply chain posture, detailing roles and responsibilities for stakeholders involved in the process. Key sections of the plan include the implementation of minimum security controls encompassing access control, incident response, risk assessment, and continuous monitoring, which align with NIST standards and guidelines. A focus on training, auditing, and physical access control further ensures comprehensive security management. The C-SCRM Plan is reviewed annually, adapting to changes in the operational environment or system components as necessary. This document serves as a crucial guide for federal agencies and contractors to navigate the complexities of supply chain cybersecurity risks, emphasizing a proactive and responsive approach to maintain system integrity, confidentiality, and availability, thereby safeguarding against potential vulnerabilities in the supply chain.
    The Alliant 3 Unrestricted GWAC Solicitation No. 47QTCB24R0009 outlines the Cybersecurity Supply Chain Risk Management (C-SCRM) Controls specified in NIST Special Publication 800-161 Revision 1. It enumerates various controls categorized under different families, including Access Control, Awareness and Training, Incident Response, and Risk Assessment, among others. Each control is assigned a unique identifier, detailing the specific requirements for managing cybersecurity risks within supply chains. The document serves to ensure that organizations adhere to established security protocols throughout the supply chain process, thereby minimizing vulnerabilities. Key controls include management of access permissions, incident response planning, and continuous monitoring of risk assessments. Furthermore, the solicitation emphasizes the importance of component integrity, tamper resistance, and thorough vendor evaluation as part of an effective cybersecurity strategy. This comprehensive overview aims to foster compliance among federal and local entities, reinforcing the significance of fortified cybersecurity measures to protect against supply chain threats.
    The Alliant 3 Unrestricted GWAC solicitation seeks to enhance the understanding of climate-related risks impacting the supply chain and the capacity of industry partners to manage these risks. Each selected industry partner, specifically other-than-small businesses, is required to submit a Climate Change Risk Management Plan post-award. This plan must outline processes for identifying, assessing, and responding to various climate-related risks, such as wildfire smoke, flooding, and sea level rise. Industry partners must detail risks that could significantly affect their operations and provide a comprehensive business continuity plan, including disaster contingency strategies for both acute events and long-term climate trends. Within a year of receiving the notice to proceed, partners must present an overview of their actions towards adapting to identified risks. Compliance with this submission will be evaluated through contract performance assessments like CPARS. This framework emphasizes proactive management of climate impacts on business operations, reflecting the federal government's commitment to sustainability and resilience.
    The Alliant 3 Unrestricted Government Wide Acquisition Contract (GWAC) solicitation, identified by number 47QTCB24R0009, outlines a comprehensive self-scoring worksheet for potential offerors. The document is structured around several key components necessary for proposal submission, including general requirements, relevant experience, past performance, systems and certifications, and sustainability disclosures. Each section has designated point values allocated for various criteria, although many elements currently score zero, indicating insufficient completion or submission. Key components include evaluations of relevant past projects, compliance with NAICS codes, and necessary certifications such as accounting systems and industry standards like CMMI and ISO. The document also emphasizes the importance of demonstrating experience in emerging technologies and includes mechanisms for assessing the engagement of small businesses. Overall, this solicitation reflects the government's rigorous standards for contractor qualifications and operational capabilities within a framework intended to streamline both compliance and evaluation processes in federal contracting and grants. This ensures a fair assessment of proposals submitted for this broad acquisition strategy.
    The Alliant 3 Unrestricted GWAC C-SCRM Plan Preparation Guide provides a systematic framework for offerors to develop comprehensive Cybersecurity Supply Chain Risk Management (C-SCRM) plans, ensuring uniformity and compliance within federal proposals. The guide emphasizes guidance and standardization, effective risk management by identifying cybersecurity threats, and alignment with legal and regulatory compliance for national security. It promotes evaluative consistency across submissions, facilitating fair assessment processes, and aims to enhance the overall cybersecurity posture of supply chains against emerging cyber threats. Key components include operational status definitions, system component inventories, information exchange protocols, and specific control implementation details based on NIST standards. The document encompasses detailed instructions for the preparation and maintenance of C-SCRM plans, reinforcing responsibilities among system security personnel and establishing controls for security assessment. By adhering to this guide, organizations can bolster their cybersecurity capabilities, ensuring effective oversight of the supply chain and protection against vulnerabilities that could compromise sensitive information and services. The ultimate goal is to foster a resilient and secure supply chain environment across federal initiatives.
    The document outlines requirements for the Alliant 3 Unrestricted Governmentwide Acquisition Contract (GWAC), specifically focusing on the Labor Rate Attestation process as stipulated in the solicitation No. 47QTCB24R0009. Offerors proposing labor-hour rates that exceed established government benchmarks must provide evidence of previously accepted higher rates on federally awarded contracts. The attachment serves as formal confirmation of compliance, requiring details such as the contract number, task order number, and worksite locations for each labor category. Offerors must ensure accurate completion of the form, including the signature of an approving official, and submit it along with supporting documentation in a specified format. This process aims to uphold transparency and accountability in labor pricing in government contracts, aligning with overarching policies on procurement integrity. The document is structured to guide contractors in providing necessary information while emphasizing the need for truthfulness and ongoing updates on any changes in their submissions.
    The Alliant 3 Unrestricted GWAC solicitation (No. 47QTCB24R0009) outlines a template for Offerors to provide relevant experience for federal projects. The document includes sections for project identification, reference information, project descriptions, and verification methods. Offerors are required to detail project specifics, including title, value, and performance history, as well as indicate if they worked as a subcontractor. Key components include confirming project criteria compliance, providing contact information for project officials, and ensuring narrative responses are concise and within a 5,000-character limit. The submission must be signed to affirm accuracy and completeness, with implications for falsehoods highlighted. The overall purpose of this document is to facilitate the evaluation of contractor qualifications in alignment with federal procurement standards, emphasizing transparency and accountability in submitting project experience relevant to federal contracts.
    The Alliant 3 Unrestricted GWAC solicitation (No. 47QTCB24R0009) includes a template for submitting relevant experience related to emerging technologies. It requires offerors to provide detailed identification of their projects, including the offeror name, contract details, project title, project value, duration, and specifics on whether work was performed as a subcontractor. The submission must clarify how the emerging technology was integral to the project, keeping responses concise within a 5,000-character limit. Additionally, mandatory verification through signatures affirms the validity of the submitted information. This document facilitates the evaluation of ofreceors’ qualifications for government contracts by emphasizing the importance of emerging technologies in project execution, and ensuring accuracy and accountability in the information provided. The template aligns with federal RFP standards, aiming to streamline the contracting process while fostering innovation and technology use in government initiatives.
    The Alliant 3 Unrestricted GWAC solicitation outlines requirements for subcontractor experience submissions. It comprises a structured template requiring details on the offeror’s and prime contractor’s identities, project identifiers, and funding details. Subcontractors must indicate whether their projects involved cost-reimbursement or foreign locations and if they stem from previous contractor arrangements. The project description must include a comprehensive narrative of the subcontractor's experience, linked to specific sections in the original documents. It is capped at 5,000 characters and must be supported by relevant documentation. Additionally, a prime contractor attestation ensures the accuracy and completeness of provided information. The document's purpose is to standardize the submission process for subcontractor experience in government procurement and grants, ensuring that participants meet specific eligibility and quality standards in federally funded projects.
    The Alliant 3 Unrestricted GWAC solicitation document, identified as No. 47QTCB24R0009, serves as a template for small business engagement in federal contracts. It encompasses multiple sections: Part I focuses on project identification, where offerors provide contractor details and specify the engagement’s NAICS code and date; Part II requests project reference information, including key contacts, project durations, and financial values; Part III invites a detailed narrative on the small business's relevant experience, supported by references within the proposal, limited to 5,000 characters; and Part IV requires an attestation from the prime contractor representative, affirming the accuracy of provided information under legal accountability. This document is structured to ensure that small business participation is clearly defined and validated in government contracting processes, establishing an accountability framework for claims regarding experience and engagement. It emphasizes transparency and integrity, crucial in the context of federal RFPs and grants.
    The document outlines the Past Performance Rating Template for the Alliant 3 Unrestricted Government-Wide Acquisition Contract (GWAC) Solicitation No. 47QTCB24R0009. It is designed for Offerors to detail their previous project experience, including essential project information such as project title, contract numbers, duration, and relevant NAICS codes. The rater evaluates the Offeror's performance across six key areas: Quality of Service, Schedule, Cost Control, Management, Small Business Subcontracting, and Regulatory Compliance. Each area is rated on a scale from Exceptional to Unsatisfactory, with detailed definitions provided for each rating level. Additionally, raters must provide comments, particularly for lower ratings, to justify evaluations. This comprehensive framework aims to assess the Offeror's past performance effectively, ensuring that contracts meet federal standards and promote small business participation. The document's structure facilitates a consistent evaluation of Offerors in the context of competitive bids for government contracts, enhancing accountability and decision-making in the procurement process. Overall, it emphasizes the significance of thorough performance assessments in fostering trustworthy contractor relationships within federal contracting.
    The Alliant 3 Unrestricted Governmentwide Acquisition Contract (GWAC), outlined in Solicitation No. 47QTCB24R0009, includes Attachment J.P-7, which provides a Federal Procurement Data System (FPDS) Crosswalk sample. This document guides applicants on how to utilize FPDS to verify their relevant experience claims as part of the solicitation process. The attachment details steps for accessing FPDS and emphasizes the requirement to cross-reference specific data fields to substantiate reported project information such as contractor name, contract number, project value, and location. It also specifies data verification aspects critical for completed and ongoing projects, highlighting the importance of adhering to federal contracting protocols. The crosswalk table integrates elements from proposal submissions with FPDS data fields, ensuring organized and verifiable submissions for effective evaluation. This robust framework underscores the government’s commitment to transparency and accuracy in contract reporting, aiding both the applicants and evaluators in the procurement process.
    The document outlines the price template for labor rates as part of the solicitation #47QTCB24R0009 for the Time-and-Material, Labor-Hour (T&M/L-H) contract. It requires offerors to propose fully-burdened maximum hourly labor rates for various labor categories across different contract years. The template includes sections for Government Worksite and Contractor Worksite, along with instructions for data entry across four tabs: 1_GovernmentWorksite, 2_ContractorWorksite, 3a_GovtRateEvidence, and 3b_ContractorRateEvidence. Specific labor categories and their corresponding proposed labor rates are listed, alongside a BLS escalation factor of 3.93% applicable for years two through fifteen. Offerors must provide evidence for any proposed rates that exceed the published maximum rates from previous Alliant contracts. The final total price will be automatically calculated based on inputted labor rates and hours, to be used as an evaluation factor for selecting proposals. The document emphasizes compliance with set regulations and the necessity of providing supporting documentation for proposed rates.
    The document appears to contain a fragmented and nonsensical collection of text that includes various terms related to data management, programming, and system functionality without a coherent theme or message. It includes references to items like "savings," "photographs," and mentions of organization and architecture, but lacks clarity and purpose. Therefore, it is impossible to extract meaningful content or context from this text.
    The Alliant 3 RFP Attachment J.P-9 provides a Model Individual Subcontracting Plan Template aimed at ensuring prime contractors allocate part of federal contract funds to small businesses. This template outlines required federal regulations and goals surrounding small business participation in contracts over a specified dollar threshold, emphasizing the importance of creating equitable subcontracting opportunities. The document guides contractors on how to input and calculate subcontracting goals based on various small business categories, including Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses. Key components include identifying the primary subcontracting program administrator, development of goals based on historical data and market research, and ensuring compliance with federal guidelines. The plan must demonstrate good faith efforts to engage small businesses, provide equitable opportunities, and maintain detailed records for oversight during contracting. Overall, the document enables successful incorporation of small business subcontracting into government acquisitions, reinforcing federal mandates while supporting economic inclusivity.
    This document outlines an amendment relating to a government solicitation, specifically focusing on required acknowledgments and modifications to submission documents. Offers need to acknowledge receipt of the amendment by the specified deadline to avoid rejection. The amendment includes specific details on the acknowledgment process and informs potential bidders that signing is not mandatory. Key modifications include updates to the subcontracting goals and adjustments to various RFP attachments to correct issues with technical compatibility and file display. Notable changes include an increase of the Small Disadvantaged Business Goal from 7% to 15%, reformatting the GSA Form 527, and providing an updated C-SCRM Plan Template that aligns with the Preparation Guide. These updated documents must be utilized in final proposal submissions. For inquiries, bidders are directed to a specific online question form. This amendment underscores the government's commitment to clear and effective communication in the solicitation process, ensuring all contractors have the necessary tools and information for their proposals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS Region 7
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract focused on construction, repair, and alteration services, including design-build and incidental abatement, for facilities within GSA/PBS Region 7. This procurement is exclusively set aside for small businesses and encompasses various geographic zones across Arkansas, Louisiana, New Mexico, Oklahoma, and Texas, with task orders ranging from $2,000 to $5,000,000. The contracts will be awarded based on a best value approach, emphasizing technical merit and past performance, with a total potential contract duration of five years. Interested contractors must submit their proposals by October 16, 2024, at 9:00 AM Central Time, and are encouraged to direct inquiries to Tamara Trotter at tamara.trotter@gsa.gov.
    MD Repair & Alteration IDIQ Solicitation Number Change
    Active
    General Services Administration
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity multiple award term contract for repair and alteration construction services under the Simplified Acquisition Threshold. This contract is to provide repair and alteration construction services for Government owned and leased facilities in the State of Maryland. The individual task orders to be placed under the contract will range in dollar value from $2,000 to $150,000, with a Maximum Order Limitation (MOL) of $7,500,000. The contract will be utilized by the Baltimore Field Office personnel and will have a total potential contract period of five (5) years. The procurement is set aside for the 8(a) program and offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen using the Best Value trade-off process. The complete solicitation package will be available electronically on the FedBizOpps website. Offerors must be registered in the Contractor's Central Registration (CCR) database and the System for Award Management (SAM) to participate in this procurement.
    FY25 NGAP Solicitation No 47PA0724R0009
    Active
    General Services Administration
    The General Services Administration (GSA) is issuing Solicitation No. 47PA0724R0009 for the procurement of natural gas supply services for various government accounts across multiple utility service territories for fiscal year 2025. The objective is to secure a contractor who can provide the full natural gas requirements for up to sixty monthly billing cycles, ensuring the lowest price while maintaining technical acceptability through a competitive auction process facilitated by Enel X. This procurement is critical for sustaining federal operations, as it involves managing nominations, balancing gas supplies, and ensuring compliance with pipeline specifications. Interested contractors must submit their technical proposals via email by 3:00 PM EST on October 2, 2024, with all inquiries directed to Ebony Atkinson or Nilka Diaz at the provided email addresses.
    Request for Information - Next Generation of the GSA SmartPay® Master Contract
    Active
    General Services Administration
    The General Services Administration (GSA) issues a Request for Information (RFI) regarding the next generation of the GSA SmartPay® Master Contract, a commercial charge card and payment services program for federal agencies. GSA's Center for Charge Card Management seeks market feedback to develop the new contract, with a current end date of November 28, 2031, aiming to address potential challenges and enhancements. Companies are invited to share their insights, especially on contract improvements, using a designated template. This preliminary RFI focuses on industry capabilities, experiences, and recommendations, with key dates yet to be determined. GSA seeks detailed responses from industry partners, particularly on pricing structures, security, data reporting, and ordering procedures, to ensure an informed development process. The agency wants to understand the capabilities of potential contractors in the payments industry, their interest in the program, and suggestions for accommodating a dynamic payments landscape. Contact details are available for Nichole Ammon and Jennifer Richards at the GSA. Businesses are encouraged to respond using the provided template, with submissions due before the new contract's development progresses further.
    ASCEND BPA Pool 3
    Active
    General Services Administration
    The General Services Administration (GSA) is conducting market research for the Ascend BPA Pool 3, focusing on cloud-related IT professional services. The objective is to gather insights from cloud service providers to develop the scope and requirements for three priority sub-pools: Application Rationalization, Multi-Cloud Management, and Cloud Migration and Operations. These services are crucial for assisting federal agencies in migrating applications and systems to commercial cloud solutions, ensuring effective management and operational continuity. Interested providers are encouraged to complete the Market Research as a Service (MRAS) questionnaire by September 20, 2024, and should direct any inquiries to cloudenterprisewide@gsa.gov, including "Ascend Pool 3" in the subject line.
    AFVentures SBIR Evaluations Tool
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified businesses to provide a Software-as-a-Service (SaaS) solution for the Air Force Research Laboratory's AFVentures SBIR Evaluations Tool. The primary objective of this procurement is to develop an automated, online system that supports the Department of the Air Force's Small Business Innovation Research (SBIR) and Small Business Technology Transfer (STTR) processes, enhancing data reporting and user experience. This initiative is crucial for optimizing government-funded research operations and ensuring accurate data collection for compliance with Department of Defense and Small Business Administration reporting requirements. Interested businesses must submit their capability statements within 14 days of the notice posting, with the anticipated contract valued at approximately $3.2 million. For further inquiries, contact James J Franey at james.franey@gsa.gov or Matthew Huber at matthew.huber@gsa.gov.
    23--Medium and Heavy Duty Trucks / Wreckers and Carrie
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the Medium and Heavy-Duty Trucks / Wreckers and Carriers (MHWC) Program under Solicitation 47QMCA22R0013. This opportunity allows existing contractors to submit next model year (NMY) information and enables new offerors to propose new models that comply with the 2025 Federal Vehicle Standards. The procurement is crucial for modernizing the federal vehicle acquisition process while ensuring adherence to updated federal standards, including emissions regulations and the integration of telematics devices. Interested parties should attend the virtual Industry Day on August 27, 2024, and submit their proposals via AutoBid starting September 3, 2024. For further inquiries, contact Eric VanderVeen at eric.vanderveen@gsa.gov or Amanda Vance at amanda.vance@gsa.gov.
    CSS3 Request for Proposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Cyber Support Services 3 (CSS3) Request for Proposal, aimed at sustaining the existing Air Force IT Infrastructure. This procurement is a Total Small Business Set-Aside under FAR 19.5, and it seeks to engage qualified small businesses to provide essential IT and telecom network support services. Proposals must comply with the solicitation requirements and be submitted in a timely manner, with the primary contact for inquiries being Daniel Koble, who can be reached at daniel.koble@us.af.mil or by phone at 781-225-0147. The solicitation has been amended to clarify the due date and time for proposals, emphasizing the importance of adherence to the specified guidelines.
    2025 Wheelchair Accessible Light Vehicles
    Active
    General Services Administration
    The General Services Administration (GSA) is preparing to solicit proposals for the acquisition of 2025 Wheelchair Accessible Light Vehicles, specifically targeting various models of wheelchair-accessible vans. This procurement aims to enhance the federal vehicle fleet's accessibility, with the GSA seeking full and open competition for an indefinite delivery/indefinite quantity contract that spans 60 months, ensuring compliance with federal standards. Interested vendors must participate in a pre-solicitation conference on August 20, 2024, and submit their proposals between September 4 and October 3, 2024, with the final solicitation closing on January 16, 2025. For further inquiries, vendors can contact April Stanch at april.stanch@gsa.gov or Zachary Shepherd at zachary.shepherd@gsa.gov.