ALLIANT 3 Solicitation

ALLIANT 3 Solicitation

ALLIANT 3 Solicitation Summary

The General Services Administration has a continuing requirement for the provision of worldwide IT solutions to client agencies.

ALLIANT 3 Solicitation In A Nutshell

Item

Details

Agency The General Services Administration
Solicitation Number 47QTCB24R0009
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 02/2025 (Estimate)
Contract Ceiling Value $75,000,000,000.00
Solicitation Number 47QTCB24R0009
Competition Type Full and Open / Unrestricted
Type of Award IDIQ – GWAC
Primary Requirement Information Technology
Duration 5 year(s) base plus 1 x 5 year(s) option(s)
Contract Type Firm Fixed Price,Cost Reimbursement,Indefinite Delivery Indefinite Quantity,Time and Materials,Labor Hour
No. of Expected Awards 76
NAICS Code(s):
541512

Computer Systems Design Services
Size Standard: $34 million annual receipts

Place of Performance:
  • CONUS
  • OCONUS
Opportunity Website: https://sam.gov/opp/71be1f25e5c54a1baade0aeac3d455f1/view

ALLIANT 3 Solicitation Background

The Master Contract provides all Federal government agencies and other eligible entities the ability to perform all current, leading edge and/or emerging integrated Information Technology (IT) services to satisfy all IT services requirements anywhere and anytime worldwide. IT services and solutions within 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 leverages the existing Federal Enterprise Architecture (FEA) and the Department of Defense Information Enterprise Architecture (DoD IEA) version 2.0 as the basis of its IT scope. Task Order requirements under the Alliant 2 Scope are broken down into reportable Product Service Codes (PSCs) which will be met by industry through the use of standardized Labor Category Codes (LCATS) taken from the Department of Labor (DOL) Bureau of Labor Statistics (BLS).

ALLIANT 3 Solicitation Requirements

  • The Master Contract scope includes any and all components of an integrated IT services-based solution, including all current leading-edge technologies and any new technologies which may emerge during the Master Contract period of performance. The Master Contract scope includes IT services-based support of National Security Systems, as defined in FAR 39.002. The foundation of the Scope of Master Contract is built on the most current Federal Enterprise Architecture (FEA) and Department of Defense (DoD IEA) Reference Models.The intention of the Master Contract is to allow maximum flexibility in acquiring an IT services-based solution for any conceivable IT services-based requirement while simultaneously incorporating standardization through the use of standardized LCATs and Product Service Codes (PSCs) to improve reporting and metrics. This design contributes toward driving government savings through efficiencies and improved reporting data with greater integrity while maintaining an “Anything IT Anywhere” philosophy.By nature of the alignment to FEA and DoD IEA, the Master Contract is capable of appending scope to include any and all emerging Information Technology components and services as they arise. Because technological advances over the term of this Master Contract are inevitable, the government anticipates that some of the items listed above might become outdated (resulting in legacy systems), while others, unknown at the time of contract award, may eventually or suddenly emerge into the federal marketplace. Therefore, the scope of this Master Contract takes into consideration that Task Order Requirements are permitted to include any future information technology services as they arise during the term of this contract.The scope of the Master Contract includes every conceivable aspect of Information Technology Services known today, including but not limited to:
    • 3-D Printing
    • Big Data
    • Cloud Computing
    • Context-aware Computing
    • Critical Infrastructure Protection and Information Assurance
    • Cyber Security
    • Data-Centers and Data-Center Consolidation
    • Digital Government
    • Digital Trust and Identity Integration and Management
    • Digitization and Imaging
    • Energy and Sustainability Measurement and Management
    • Enterprise App Stores and Mobile Security
    • Enterprise Resource Planning
    • Integration Services
    • Internet of Things
    • IPV6 migration and upgrades
    • IT Helpdesk
    • IT Operations and Maintenance
    • IT Services for Healthcare
    • IT Services for Integrated Total Workplace Environment
    • Mobile-Centric Application Development, Operations, and Management
    • Modeling and Simulation
    • Network Operations, Infrastructure, and Service-Oriented Architecture
    • Open Source Integration and Customization
    • Outsourcing IT Services
    • Sensors, Devices, and Radio Frequency Identification (RFID)
    • Software Development
    • Virtualization
    • Voice and Voice Over Internet Protocol (VOIP)
    • Web Analytics
    • Web Application & Maintenance
    • Web Services
    • Web Hosting

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.