CONTRACT VEHICLES

-

CONTRACT VEHICLES -

  • GSA Schedule # 47QTCA18D00EY

    Services #(SIN: 54151S, 541611, 518210C)

    Products # 7QTCA19D00MM, 47QSEA19D0002 and GS-35F-0563U


    Overview

    GSA IT Schedule 70 is a multiple-award, indefinite-delivery/indefinite quantity (IDIQ) contract engineered to provide cutting-edge technology solutions from industry leaders to federal agencies. IT 70 is the Government’s top choice for IT Acquisitions of all sizes across the full range of IT NAICS and PSC Codes.

    Contract Scope

    The scope of the current IT70 Government Wide Acquisition Contract (GWAC) is centered on Special Item Numbers (SINs) derived from the North American Industrial Classification System (NAICS). The contract offers simple to complex IT service solutions such as: IT help desk support, information assurance, cyber-security, virtualization, IPV6, Web 2.0, and more.

    Ordering

    Prior to issuing orders under IT 70, federal contracting officers are required to receive training on the use of the IT 70 contract and be granted a written delegation of procurement authority from the GSA Small Business GWAC Center. Training is offered at no cost via:

    *A self-paced, online course;

    *Onsite training conferences and events;

    *Web or video conferences; and

    *Conference calls.

  • GSA STARS III website: https://www.gsa.gov/stars3

    Contract #:47QTCB22D0153DUNS:079865330

    Cage Code:7F4L1

    UEI Number: KCAQFFJUH4S7Contract

    Ordering Period:07/02/2021 to 07/01/2026

    Overview

    8(a) STARS III is a governmentwide best-in-class (BIC), easy-to-use, streamlined multiple award IDIQ (MA-IDIQ) that provides flexible access to customized information technology solutions from a large, diverse pool of 8(a) prime contractors. This fourth generation builds upon the framework of 8(a) STARS II including an even greater focus on emerging technologies as well as requirements outside of the continental United States (OCONUS).

    Features

    $50 billion program ceiling

    Five-year base period with one three-year option period

    Fixed Price, Incentive, Time and Materials, and Labor Hour contracts

    Pre-competed, easy to use contracts

    No protests on orders under $10 million unless the order increases the scope, period, or maximum value

    NAICS: 541512 – Computer Systems Design Services (Primary), Others but not limited to: 541511, 541513, 541519, 518210

    Benefits

    Access to proven 8(a) small business IT providers

    Easy-to-use contracts

    Contract type flexibility

    Streamlined ordering procedures reducing lead time, saving time and money

    8(a) socioeconomic credit transferrable to the agency

    Low user access fee (0.75%) built into contractor’s ceiling prices

    Additional Information

    Task Order Performance can go 5 years beyond Contract ordering end date.

    There are no functional areas on STARS III so they should not be referenced, 8(a) STARS III was awarded under NAICS: 541512, Computer Systems Design Services. Requirements that align with other IT services NAICS codes are within the scope of the STARS III GWAC. These NAICS codes include, but are not limited to 541511, 541513, 541519, 518210.

    Directed awards allowed for orders up to the 8(a) Competitive Threshold.

    EIDOS Technologies 8(a) STARS III Program Manager:

    Helleni Moon

    Phone: 703-819-3860

    Email: STARS3@eidos-tek.com

  • Period of Performance:

    https://nitaac.nih.gov/gwacs/cio-sp4

    Overview

    The National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC) completed its evaluation of proposals in all three phases in accordance with the subject solicitation including its source selection procedures. The NIH is awaiting the SBA to confirm small business size standards for the apparent successful offerors, while we continue to perform our responsibility checks in accordance with FAR 9.104. Therefore, we are posting a “preliminary” notice of apparent successful offerors until such time that we can post the actual apparent successful offeror notice. This “preliminary” listing may not yet be comprehensive and complete. The “preliminary” listing does provide the company name and DUNS number and is grouped per socioeconomic category.

    Please note that some offerors may have more than onesocioeconomic grouping. The actual listing will be provided after the SBA and responsibility checks which should be in approximately one to three weeks and will be final at that time. Awards will not be made until and unless successful completion of these respective checks. Finally, this announcement is being released under FAR 5.201(c) to improve small business access to future acquisition information and to enhance future competition. It is not intended to fulfill the requirements of FAR 15.503. NITAAC appreciates the robust competition under this solicitation. I hope that all offerors will look for teaming opportunities and continue to participate in future procurements.

    EIDOS Technologies, LLC is identified in the following categories:

    Small Business (SB)

    8(a)

    Woman Owned Small Business (WOSB)

    HubZone

  • Overview

    T4NG2 is a contract vehicle for the VA to buy IT services and solutions. It is a follow-on to the first T4NG contract, which had a ceiling value of $22.3 billion and 37 active IDIQ contracts1. The T4NG2 contract has a ceiling of $60.7 billion and is structured to meet/exceed VA’s socioeconomic contracting goals, specifically SDVOSB/VOSB goals.

    The VA plans to make 30 awards to companies with the highest scores and best pricing. A2E Digital has been named as one of the preliminary awardees. EIDOS Technologies, LLC is a managing member on the JV. Further details will be posted as the official awards are made.

  • Period of Performance: 1 Jan 2024 – 1 Jan 2029

    SeaPort contract #N001782D90054

    Overview

    EIDOS is on a team who is a prime on this vehicle. The purpose of this vehicle is to meet Sea Power 21 objectives and to increase overall efficiencies, the Naval Sea Systems Command (NAVSEA) established the Seaport Enhanced (SeaPort-e) indefinite delivery, indefinite quantity (IDIQ) multiple award contract (MAC) vehicle. In 2018, the Navy awarded the follow on contract to SeaPort-e called Seaport-NxG to provide direct support to the Navy. The scope encompasses a wide variety of engineering and program management support services. It uses a web-based electronic procurement system to facilitate performance-based service acquisition. All task orders issued under the contract are competitively solicited, awarded, and managed using the SeaPort-NxG system.

    “SeaPort” is the electronic procurement tool by which all Navy and Marine Corps contracting offices can obtain services through competitive and efficient means. Task Order requirements are developed, solicited, awarded and administered all within the SeaPort Portal.

    “SeaPort NxG” is both the electronic module within the SeaPort Portal as well as the set of Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs) that is available for use in conducting competitive procurements among its vendor participants.

  • Period of Performance

    X JanXXX – X Jan XXX

    eFast Contract #: ######

    Overview

    The Electronic Federal Aviation Administration (FAA) Accelerated and Simplified Tasks (eFAST) is the FAA’s preferred contracting vehicle for small business contracts. eFAST streamlines the procurement process for all stakeholders using a web-based acquisition tool and automated workflows compliant with applicable FAA standards. eFAST supports the following contract types: Firm-Fixed Price, Cost Reimbursable, Time and Materials, Labor Hour and others as appropriate. EIDOS Technologies, as an eFAST MOA Holder, offers services in the following functional areas:

    Business Administration & Management

    Computer/Information Systems Development

    Computer Systems Support

    Documentation & Training

  • Period of Performance

    https://nitaac.nih.gov/gwacs/cio-sp3

    SB: 07/15/2012-07/14/20228(a): 06/30/2012-06/29/202207/02/2021 to 07/01/2026

    Overview

    EIDOS is a teaming partner with one of the Top 10 Companies for FY’13. Chief Information Officer Solutions & Partners 3 (CIO-SP3) Small Business is a $20 billion, 10-year, Government-Wide Acquisition Contract (GWAC) sponsored by the National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC) for IT services/solutions that can be used by any federal civilian or DoD agency to fulfill IT requirements and socioeconomic goals. CIO-SP3 provides 137 labor categories for task orders in support of everything IT covering ten task areas. Our team support the following task areas:

    • Task Area 1: IT Services for Biomedical Research, Health Sciences, and Healthcare

    • Task Area 2: Chief Information Officer (CIO) Support

    • Task Area 3: Imaging

    • Task Area 4: Outsourcing

    • Task Area 5: IT Operations and Maintenance

    • Task Area 6: Integration Services

    • Task Area 7: Critical Infrastructure Protection and Information Assurance

    • Task Area 8: Digital Government

    • Task Area 9: Enterprise Resource Planning

    • Task Area 10: Software Development

  • Period of Performance:

    Overview

    ENCORE III, a follow-on to ENCORE II, is a contract vehicle to provide global IT capabilities, attributes, or services under multiple award, Indefinite-Delivery/Indefinite-Quantity (ID/IQ) task order type contracts that support the Department of Defense (DoD), and other Federal agencies.

    Individual Task Orders shall be used to perform the 19 performance areas which form the basis for providing information technology (IT) solutions for the development, installation, fielding, training, operation and life-cycle management of components and systems in the operational environments of Combatant Commands and their subordinate components, the military services, Defense agencies, Office of the Secretary of Defense (OSD) and other Federal agencies. Defense Information Systems Agency (DISA) Defense Information Technology Contracting Organization (DITCO) is responsible for administration of ENCORE III contracts and all task orders.

    ENCORE III will be able to provide assistance to Service/Agency efforts as they transition legacy systems to the JIE and associated enterprise services or the Core Data Center construct.

    ENCORE III is flexible and readily adaptable to satisfy the specific requirements of a variety of customers. Enterprise services will be defined independently from specific network and systems technology, as needed. Exploitation of new technology will be made easier by the flexibility of the service architecture, which fits in an environment with multiple providers of services.

    A goal of ENCORE III is to maximize the use of commercial Enterprise IT products and technology, and to focus the limited Government research and development capacity on unique requirements.

    Performance Areas

    Performance Areas provide a comprehensive template for the contracting of all life-cycle phases of IT solutions. IT services, hardware, software, and enabling products will be obtained on an as-needed basis (i.e. through the issuance of task orders).

    Performance Area 1 – Enterprise IT Policy and Planning

    Performance Area 2 – Integrated Solutions Management

    Performance Area 3 – Process, Performance, and Strategic Benchmarking

    Performance Area 4 – Business Process Reengineering (BPR)

    Performance Area 5 – Requirements Analysis

    Performance Area 6 – Market Research and Prototyping

    Performance Area 7 – Information and Knowledge Management

    Performance Area 8 – Custom Application Development

    Performance Area 9 – Product Integration

    Performance Area 10 – Test and Evaluation (T&E)

    Performance Area 11 – Asset Management

    Performance Area 12 – Network Support

    Performance Area 13 – Cyber Security Assessment, Authorization, and Authorization

    Performance Area 14 – Information Communications Technology

    Performance Area 15 – Computer-Telephony Integration (CTI)

    Performance Area 16 – Web Services

    Performance Area 17 – Operations Support

    Performance Area 18 – IT Support Services

    Performance Area 19 – Cloud Professional Services