August Newsletter: Upcoming Contracts

Upcoming Contracts


Upcoming Contracts We are tracking two major contracts expected to drop later this year; the DHS Systems Engineering and Technical Assistance (SETA) solicitation with an expected drop date in December and the Air Force Small Business Enterprise Applications Solutions IDIQ (SBEAS). Get more details and hear Red Team’s take below.

Small Business Enterprise Applications Solutions IDIQ (SBEAS) – UPDATE

Companies looking to bid on this should be at the pink team response stage by now. Need some addition support reviewing? Contact Jeff Shen to see how we can help.

The Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Business and Enterprise Systems Directorate (AFLCMC/HI) has a requirement for a Small Business Enterprise Applications Solutions IDIQ. Below are details on the contract and why we think it should be on your radar:

Agency: Airforce
Expected Release Date: August 2017
Value: $13.368B
Competition Type: Small Business Set-Aside
Summary of Requirements: Procured services include, the comprehensive suite of IT services and IT solutions to support IT systems and software development in a variety of environments and infrastructures. Additional IT services include, but are not limited to:

[custom_list style=”list-2″]
  • Documentation
  • Operations
  • Deployment
  • Cybersecurity
  • Configuration management
  • Training
  • Commercial off-the-shelf (COTS) product management and utilization
  • Technology refresh
  • Data and information services
  • Information display services
  • Business analysis for IT programs
[/custom_list]

Red Team’s Take:
Be sure to consider this contract if you are a Small Business providing IT services. With a 15 year projected Period of Performance, this contract is worth consideration. Offerors must be CCMI-Dev Level 2 certified. The Draft is already out, but it is not to late! Review the requirements in detail to consider this opportunity. JV’s are allowable.

Additional Resources:
GovWin

[su_divider top=”no” size=”2″ margin=”30″]

Systems Engineering and Technical Assistance
The Department of Homeland Security (DHS), Science and Technology (DHS S&T) Directorate, has a requirement for Systems Engineering and Technical Assistance (SETA) Services.

Agency: DHS
Expected Release Date: December 2017
Value: $306M
Competition Type: Full and Open; Unrestricted
Summary of Requirements: The Department of Homeland Security (DHS), Science and Technology (DHS S&T) Directorate, has a requirement for Systems Engineering and Technical Assistance (SETA) Services.
The services included in the scope of work (SOW) include:

[custom_list style=”list-2″]
  • Program and technical management
  • Program planning and oversight
  • Technical evaluation
  • Project analysis
  • Risk mitigation
  • Data development and management
  • Financial
  • Acquisition
  • Other technical support for current, potential, and proposed DHS research and development science and technology programs.
[/custom_list]

Red Team’s Take:
The draft RFP contains key provisions any bidder must review and consider seriously before deciding to bid on this contract. These key provisions are as follows:

  • TOs will be FFP and performance-based (with the exception of surge support) bidders must understand how to structure task order execution and deliverables to ensure consistent cash flow across task order POPs.
  • The 39% small business subcontracting goal is based only on subcontracted dollars, not total contracted dollars. This leaves SB subcontractors with less leverage to get guaranteed workshares in their teaming agreements.
  • Section H.8 indicates prime bidders must have an approved purchasing plan. More information on this is available here.
  • Offerors are required to submit 2 resumes of current employees that may be assigned to support each of the functional areas in the SOW (see the list above); this means all responsible bidders must have existing personnel capable of performing across the entire SOW, contingency hires are not sufficient.
  • Past performance is required to be submitted from the prime offeror and EACH first-tier subcontractor (3PPQs from the prime and 2PPQs for each first-tier sub). Primes must vet all their first-tier subcontractors to ensure they have recent (within 5 years), relevant past performance.
  • The solicitation includes specific provisions for making awards to responsible small business concerns with teams that are structured as prime/sub, Joint Venture, or Small Business Teaming Arrangements (aka CTAs).

Additional Resources:
GovWin