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 #:
47QTCB22D0153
DUNS:
079865330
Cage Code:
7F4L1
UEI Number: KCAQFFJUH4S7
Contract 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
SB: 07/15/2012-07/14/2022
8(a): 06/30/2012-06/29/2022
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
TBD
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 one
socioeconomic 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


Period of Performance
  2 Jan 2019 – 1 Jan 2024
  2 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.


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


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 IIIÂ 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