If you are a small business ready to move forward on your business journey with the Federal Government, we have some good news for you: several upcoming contract vehicles are lined up for release this year. Many of these opportunities include set-asides for small businesses. If you are not aware of them yet, don’t worry! We’ve got you covered.
A contract vehicle is a streamlined method used by the government to purchase various supplies and services it needs. Contract vehicles are typically managed by a federal agency that oversees them centrally to reduce acquisition administrative costs and increase time and resource efficiencies. Contract vehicles provide government contractors with easily accessible opportunities for winning contracts and selling their products and services to the government. Preparing as soon as possible is the key to getting ahead of the competition and winning a contract vehicle.
This blog describes some of the most anticipated contract vehicles you can pursue in 2023.
- Evolve IDIQ
- OASIS+
- MQS2-NG
- Alliant 3
- ProTech 2.0
- JETS 2
Also Read: Breaking down the Department of Homeland Security’s PACTS III
1. Evolve IDIQ
Overview
The Department of State’s much-awaited “Evolve” is a multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) acquisition program for IT services that aims at improving the Department’s security standing and furthering innovation and IT modernization within the organization. The $10 Billion IDIQ is all set to help the Department of State do away with duplication, benefit from economies of scale, and centralize the IT services management under a single vehicle. The Department of State, Bureau of Information Resource Management (IRM) has a continuing requirement to provide a secure IT network infrastructure for the State Department. The Government intends to award a multiple-award IDIQ to support the needs currently met under Vanguard 2.2.1 and Information Technology End-User Support Services (ITESS) Task Orders. Evolve will have a Period of Performance of seven years. Upon award, Evolve contracts will be managed by the IRM IT Acquisitions office (IRM/BMP/ITA/CM) centrally. The Department of State is expecting to issue up to 36 IDIQ awards.
Functional Categories
Evolve will consist of five (5) competition functional categories (FCs). To compete for an award within a given functional category, an offeror must have the capability to meet each of the requirements listed in the descriptions. Only one proposal per functional category will be allowed. These lists represent the services that will be delivered.
Download Evolve’s Functional Categories Overview Sheet
How you can benefit from Evolve
- The Department has taken several steps to maximize small and disadvantaged business opportunities within the Evolve acquisition in collaboration with the Office of Small and Disadvantaged Business Utilization (OSDBU). The Government may award up to 36 IDIQ contracts across the FCs, designated for Full and Open and Small Businesses. The Department anticipates a greater amount and percentage share of the overall contract value total under Evolve for small businesses than they currently receive. This assurance sounds promising for small businesses, to whom Evolve will potentially provide opportunities for working with the Department.
- Additionally, Evolve encourages all offerors to propose subcontracting plans that align with Department’s small business utilization goals and have stringent pass/fail small business commitment requirements for all large business offerors. This is good news for you if you are a small business looking forward to this opportunity.
- Furthermore, Evolve will not negatively impact work currently performed by small businesses since existing IT services work performed via contracts in the 8(a) program will remain in the 8(a) program outside of Evolve.
Latest Developments
On December 2nd, 2022, the Department of State released a Request for Proposals (RFP) for EVOLVE. This is a phased solicitation and Phase 1 proposal submissions are due January 25, 2023, at 2:00 PM Eastern Time. The RFP is available at SAM.gov. All questions regarding the RFP should be submitted using the link found within the RFP at SAM.gov. The Contracting Officer can also be reached directly at evolve@state.gov.
Track all the latest updates on EVOLVE IDIQ here!
2. OASIS Plus Multi-Agency Contract (OASIS+)
Overview
OASIS+ (formerly known as “Services MAC” or “BIC MAC”) is GSA’s New Services Multi-Agency Contract meant to offer innovative and flexible solutions for complex professional and engineering services. It will be a Next Generation Professional Services Vehicle that expands beyond the heavy professional engineering services focus of the existing OASIS contract. OASIS+ will be FAS’s next-generation BIC IDIQ MAC for non-IT services-based solutions. It covers various service disciplines and contract types. It combines three professional services multi-agency vehicles: OASIS; OASIS Small Business; Human Capital and Training Solutions (HCaTS); and Building, Maintenance, and Operations (BMO).
OASIS+ Domains
OASIS+ scope is organized by Domains. The term Domain refers to functional groupings of related services. Domains are designed to align order requirements to qualified industry partners. There will be eight (8) total Phase I Domains, seven (7) in the Small Business Scope and eight (8) in the Unrestricted Scope. Enterprise Solutions Domain is only in Unrestricted. GSA will add Phase II Domains in future on-ramps.
OASIS+ – Domains | iQuasar
How you can benefit from OASIS+
With a 10-year Period of Performance, OASIS+ will not have a contract ceiling – allowing for the adoption and growth of the contract program and enabling vendors to make considerable profits and do business with the government. While the exact value is unknown at this time, Deltek estimates the value to be $133.7B+. GSA intends to conduct frequent on-ramps for OASIS+ with no cap on the number of awardees, which means more opportunities for government contractors, including small businesses, to participate in the solicitation process.
Latest Developments
The agency has issued draft RFPs for the first two of six socioeconomic categories: Unrestricted and Small Business programs. The draft RFP, released on SAM.gov, includes all sections of the solicitation and Qualification Matrices for the Unrestricted and Total Small Business vehicles. The qualification matrices for all socioeconomic vehicles that are expected to be included in the final RFP will mirror the Total Small Business qualification matrices. GSA is seeking industry feedback on all areas in anticipation of a complete draft RFP to be released in FY2023. The comment deadline is December 31, 2022. The final RFP for OASIS+ is expected to be released in Q2 of FY23.
Track all the latest updates on OASIS+ here!
3. Medical Q-Coded Support and Services Next Generation (MQS2-NG)
Overview
The Medical Q-coded Support and Services Next Generation (MQS2-NG) is the follow-on for the Defense Health Agency’s MQS contract for small businesses, which had an estimated dollar value of $7.5B.
Scope
The scope of the IDIQ is to provide professional medical, dental, and medical support services for the Department of Defense (DOD) Military/Dental Treatment Facilities located within the 50 United States, the District of Columbia (DC), Puerto Rico, and Guam, divided into five Areas of Responsibility (AOR). This contract vehicle will provide personal or non-personal medical services to improve the medical staff at DoD Military Treatment Facilities (MTF) with qualified Health Care Workers (HCWs). Upon award, contractors will be required to recruit, qualify, place, manage and maintain contract workers to support routine staffing, temporary increases in workload, new mission support, reorganization support, short-term and part-time requirements, and workload fluctuations in the following labor segments to meet all schedule, cost and performance requirements and standards outlined in individual Task Orders (TOs). The services include credentialed (privileged and non-privileged) and non-credentialed contract workers in various labor categories grouped into the following five (5) labor segments procured under Product Service Codes (PSC) Q201 to Q802:
MQS2-NG – Labor Segments | iQuasar
At the moment, there are sixty-two (62) small businesses on the two vehicles that are being consolidated under MQS2-NG. DHA expects to award 5 to 10 vendors in the small business category and 5 in the unrestricted category in each of the five geographic areas of responsibility, with multiple on- and off-ramps anticipated. The competition will be fierce, with so many “quasi-incumbents” competing for a few slots in each geographic area on the new vehicle.
Firms may compete for one or all five Areas of Responsibility (AORs) but will only be awarded one contract that encompasses all AORs within which they are determined to be awardable. It is important to note that firms may participate in only one offer – regardless of whether in a prime, subcontractor, or teaming role.
Scope Exclusions
MQS2-NG (SB) scope does not include the following services: Advisory and Assistance (A&AS); Information Technology (IT); Hospital Environmental Cleaning (HEC); Nonprofessional Medical Services (NPMS), which are coded as R services in the Product and Services Code (PSC) manual; or TRICARE Health Plan (THP).
How you can benefit from MQS2-NG
MQS2-NG can offer considerable profits to small businesses as it brings together additional services for providing comprehensive solutions to address the unique needs of a given geographic area. The maximum value of all orders under MQS2-NG will not exceed $44 billion for the base ordering period and the ordering period option. The Medical Q-Coded Services (MQS) incumbent contracts have a ceiling of $7.5 Billion. The Government anticipates awarding 5 contracts in each of two (2) vendor pools (unrestricted and small business) in each AOR. This will equate to a maximum of approximately 25 total small business vendors and a maximum of approximately 25 unrestricted vendors for a total of a maximum of approximately 50 vendors across the MQS2-NG program. There is much potential for qualified vendors to participate in the process and make considerable profits.
Latest Developments
Proposals are due on March 31, 2023. The RFPs for this opportunity were released on November 15, 2022. The acquisition consists of two (2) solicitations, one for the Unrestricted pool and the other for the Small Business pool. The Small Business pool is under Solicitation number HT001523R0003. The Unrestricted pool is under Solicitation number HT001523R0004. The Contracting Office issued Amendment #3 for the SB Solicitation on December 1, 2022. The purpose of the Amendment is to upload the Past Performance Information (PPI) Tool into the PIEE Solicitation module. Interested firms must quickly finalize teaming decisions and start on solution development and proposal drafting to maximize win probability.
4. Alliant 3
Overview
Alliant 3 — the third iteration of Alliant from GSA — is an unrestricted, best-in-class (BIC), multiple-award, indefinite-delivery, indefinite-quantity (IDIQ) Governmentwide Acquisition Contract (GWAC) offering complete and flexible IT solutions worldwide. The Alliant Master Contract will provide all federal government agencies and other eligible entities the ability to perform all current, leading edge, and emerging integrated Information Technology (IT) services to satisfy all IT services requirements anywhere and anytime worldwide. IT services and solutions within the scope of this Master Contract include new, leading-edge, and emerging technologies that will evolve over the life of the Master Contract as supported by the Federal Enterprise Architecture (FEA). The master contract allows maximum flexibility in acquiring an IT service-based solution for any conceivable IT service-based requirement while adhering to the “Anything IT Anywhere” philosophy. The scope of the draft RFP includes every imaginable aspect of IT services, including but not limited to the following:
Relevant Experience Categories
As per the draft RFP, relevant experience has been divided into two separate categories:
1. NAICS Group Project: This relevant experience category is primarily related to projects under NAICS listed below
-
- 518210—Data Processing, Hosting, and Related Services
- 541511—Custom Computer Programming Services
- 541512—Computer Systems Design Services
- 541513—Computer Facilities Management Services
- 541519—Other Computer-Related Services
2. Emerging Technology Projects: This relevant experience category is primarily related to projects under different emerging technologies, which include AI, Big Data, Cloud Computing, Cybersecurity, Edge Computing, Extended Reality (XR), Health Information Technology (HIR), the Internet of Things (IoT), Mobile IT, Quantum Computing, and Zero Trust Networks. Similar to Polaris GWAC, GSA will potentially use the Document Verification and Self Scoring Worksheet for evaluating the proposals of offerors and has released Attachment J.P-1, Self Scoring Worksheet, as a separate file on SAM.gov.
GSA Alliant 3 is expected to have a Point-Based evaluation. Points will be based on various factors, including Relevant Experience Projects, Emerging Technology Projects, and Offeror Certifications.
How you can benefit from Alliant 3
The Government intends to make 60 awards under Alliant 3. Awardees will benefit from a 10-year term and no ceiling master contract on Alliant 3. The Alliant 2 ceiling increased from $50B to $75B; Alliant 3 is expected to have a similar value, per Deltek’s estimate. Although there is no small business set aside expected yet, there is an Increased Focus on Small Businesses through Subcontracting Plans, Performance Standards, and Evaluation Factors. Furthermore, there is a provision for open seasons, which means more opportunities for qualified bidders to participate and do business with the government.
Latest Developments
Alliant 3 is being competed early because of Alliant 2 reaching its ceiling three years early. On October 21, 2022, the General Services Administration (GSA) released the draft Request for Proposal and Notices to Offerors for Alliant 3 that included Section C, Descriptions, Specifications, & Statement of Work; Section L, Instructions, Conditions, & Notices to Offerors; Section M, Evaluation Factors for Award, Cybersecurity and SCRM References, Attachment J-4; Self-Scoring, J.P-1 Document Verification, and Self Scoring Worksheet; Labor Category Descriptions, Attachment J-3; Small Business Elements, Subcontracting Performance Metrics: G.22.1 and J.5.B.
GSA has anticipated that the official RFP will be released in the summer of 2023. The estimated date of release for the official RFP will be announced in February 2023, soon after the comprehensive review of feedback from the draft RFP is complete. Prior to the final RFP release, GSA indicated that it would deliver an online pre-proposal conference and provide an overview of the Alliant 3 RFP. GSA be announcing the date for this conference on SAM.gov. The official RFP is not expected to be released before May 2023.
The Government encourages interested contractors to go through the draft solicitation and provide feedback using the attached Alliant 3 GWAC Draft RFP Response Template prior to January 6, 2023, by 12 p.m. (noon) Eastern Standard Time (EST). The “draft RFP response template” should be sent to the following email address: A3DraftRFP@gsa.gov.
5. ProTech 2.0
Overview & Domains
The Professional, Scientific, and Technical Services (ProTech) 2.0 Program supporting the mission of National Oceanic and Atmospheric Administration (NOAA)’s National Environmental Satellite, Data, and Information Service (NESDIS) is a collection of Multiple-Award IDIQ contracts consisting of four Domains: Satellite, Fisheries, Oceans, and Weather. The $8.0 Billion value includes the entire ProTech 2.0 program through four (4) domains:
ProTech 2.0 – Domains | iQuasar
The mission of ProTech 2.0 is to provide timely access to global environmental data from satellites and other sources to promote, protect, and enhance the nation’s economy, security, environment, and quality of life. National Oceanic and Atmospheric Administration (NOAA) uses ProTech, as the mandatory-use vehicle for the agency and other Commerce Departments to acquire support for cultivating an industrial base of partners. NOAA will be using a two-fold proposal submission and evaluation process. The first fold will concentrate on administrative and technical experience staples. Those passing the threshold will move to the second phase requiring further information on the company’s capabilities. Self-Scoring is needed from the companies chosen to participate in the second fold for operating the agency’s National Environment Satellite, Data and Information Service, working to connect users with data generated by environmental satellites on climate and weather events and oceans.
How you can benefit from Protech 2.0
Eligible small businesses can make considerable profits from this opportunity. Each domain of ProTech 2.0 has its IDIQ contract with multiple awards, and the competition will be set aside 100% for Small Businesses under NAICS code 541715. Every Domain IDIQ contract will have a Small Business Reserve. The ceiling dollar amount for all orders under all ProTech 2.0 Domains is $8 Billion.
The ProTech 2.0 Fisheries Domain will be a total small business set-aside. Allows “teaming-on-the-fly,” where Prime awardees can pursue any Task Order in their Domain, and add to their team, if they choose, to do so. Non-awardee companies are encouraged to reach out to Prime awardees for business opportunities and potential teaming on Task Orders. This increases the scope for participation for small businesses.
Latest Developments
The ProTech 2.0 Fisheries Domain Draft RFP was released in April 2022. In November, This solicitation, the Government posted an update on SAM that the solicitation is anticipated to be posted in early December 2022. NOAA also released an update in May 2021. The plan was to speed up the acquisition time for all domains by using one or more procurement innovations: Oral Presentations, Advisory Down-Select, Confidence Ratings, On-the-Spot Consensus Evaluation, and Streamlined Documentation. Pertinent to note that on December 2, 2021, The Request for Proposals (RFP) for the ProTech 2.0 Satellite Domain was posted to SAM. The Phase One responses were due by January 6, 2022, and the submission process for this phase has concluded. Award(s) are anticipated to occur in Q2 of FY 2023.
6. JETS 2
Overview & Domains
JETS 2.0 will be the second iteration of JETS which is an IDIQ vehicle that supports the technology service requirements across the DLA Information Operations Enterprise, the DLA Program Executive Offices (PEO), Research and Development Program Management Office, and all other technology service requirements currently supported through DLA Contracting Services Office (DCSO) acquisitions. JETS contractors deliver the full range of IT services, technical and management expertise that support applications, software, hardware, infrastructure, and systems, across the DLA IT Enterprise. Support will be provided for information technology solutions, technical support, maintenance and sustainment; operations support; application development, maintenance and technical support; and lifecycle management. In addition to that, the acquisition also supports administrative program management support for IT program offices and DLA Information Operations (J6) Office.
In the recently released SOW by the DLA, it has been mentioned that following the award of the IDIQ contracts, the specific scope of each effort will be based on the specific tasks to be set forth in individual task orders but may include lifecycle tasks in one or more of the following areas:
JETS 2 – Task Areas | iQuasar
The place of performance for these tasks is within the DLA Headquarters complex located at Fort Belvoir, Virginia, as well as satellite offices in and around the Northern Virginia/Washington D.C. metro area and DOD locations both CONUS and OCONUS.
How you can benefit from JETS 2
JETS 2.0 will be a $6 Billion contract currently anticipating 3 Groups: Other Than Small Businesses, Small Business Reserve, and 8(a). For small businesses and especially for 8(a) contractors, this IDIQ is going to be a great opportunity to work with DLA. Task orders may be issued during the five (5) year base period and, if exercised, five (5) year option period but cannot extend beyond the 10-year ordering period. The total ordering period will not exceed 10 years from the date of award of the IDIQ.
Latest Developments
On December 22, 2016, DLA awarded the J6 Enterprise Technology Services (JETS) IDIQ contracting vehicle. In 2022, DLA released two RFIs – one in March and the other in July for information and planning purposes for JETS 2.0. On 29th November, the agency released a draft SOW outlining the task areas and an announcement related to Contractor Teaming Arrangements. The RFP is expected to be released in Q2 FY2023.
These contract vehicles are a golden opportunity to collaborate with government agencies, establish yourself in the federal market, and advance your company. Going after contract vehicles can be a complicated process for small businesses. Our team here at iQuasar simplifies the process for our clients. We support Small Businesses in bidding for complex contract vehicles such as Polaris, OASIS + (GSA BIC MAC), CATS+, CIO-SP4, Alliant SB, 8(a) STARS, HCaTS, Navy SEAPORT-E, MOBIS, RMAS, and other GWACs. Our teams here at iQuasar constantly track updates related to contract vehicles like Evolve, OASIS+, and Alliant 3. Our team of experts will supervise the entire process by helping you evaluate your eligibility, increase your readiness levels, prepare a custom-made proposal development strategy to your firm’s unique requirements, and create a high-quality and compliant proposal response to help you win.
To know more about how we can help you with these contract vehicles
Talk to our Experts today!