VHA ICSP

VHA Integrated Critical Staffing Program

ICSP Summary

The ICSP is designed to provide best value cybersecurity services to the Department of Defense (DoD) and other Federal agencies. The services to be provided under the contract include, but are not limited to, cybersecurity engineering, cybersecurity operations, cybersecurity compliance, and cybersecurity training. The contract will have a base period of five years and a maximum ordering period of ten years. The total ceiling value of the contract is $10 billion. The contract will be awarded to multiple contractors, and task orders will be awarded based on fair opportunity procedures. The ICSP is a follow-on to the Defense Information Assurance Program (DIAP) and the Global Information Grid (GIG) Services Management-Operations (GSM-O) contracts.

Request Free Consultation

Take advantage of GDIC’s free consultation on ICSP and other solicitations:

This field is for validation purposes and should be left unchanged.

ICSP Performance Work Statement

The ICSP solicitation includes a Performance Work Statement (PWS) that outlines the scope of work for the contract. The PWS provides detailed instructions on the services that contractors will be required to provide under the ICSP contract. The following is a summary of the major elements of the PWS:

The PWS also includes detailed instructions on the evaluation criteria that will be used to select contractors for the ICSP contract. The evaluation criteria include technical factors, such as the contractor's ability to provide a fully mission capable Veteran Integrated Team (VIT), and price factors, such as the contractor's proposed labor rates and other costs associated with the contract.

Proposal Preparation

The VIT Proposal consists of several sections, including:

Each section of the VIT Proposal is critical to the evaluation of the proposal, and Offerors must provide a detailed and comprehensive response to each section.

Proposal Submission

Offerors are required to submit their proposals via email to the Contracting Officer and the Contract Specialist. The proposal must be submitted in accordance with the instructions provided in the RFP, and Offerors must save files using the naming conventions provided within Attachments K and L.
The Proposal Submission process for the VIT Proposal consists of two phases: Phase I and Phase II.

Phase I

requires Offerors to submit a VITAL Viability Submission, which includes a brief description of the Offeror's technical approach, management approach, key personnel, and past performance.

Phase II

requires Offerors to submit a full proposal, which includes a detailed description of the Offeror's technical approach, management approach, key personnel, and past performance.

Offerors are required to submit their proposals via email to the Contracting Officer and the Contract Specialist. The proposal must be submitted in accordance with the instructions provided in the RFP, and Offerors must save files using the naming conventions provided within Attachments K and L.
The Proposal Submission process for the VIT Proposal consists of two phases: Phase I and Phase II.

Evaluation Criteria

The ICSP contract will be awarded based on a Best Value Tradeoff process, which means that the Government will evaluate proposals based on both price and non-price factors. The non-price factors, when combined, are significantly more important than the price factor alone.

The RFP specifies the following non-price factors in order of priority:

  • Veteran Integrated Team (VIT) Full Mission Capability
  • VIT Robustness
  • Task Order Capability
  • Contract Management and Administration
  • Key Personnel

The RFP provides detailed instructions on how each non-price factor will be evaluated. For example, the VIT Full Mission Capability factor will be evaluated based on the Offeror's ability to provide a fully mission capable VIT, inclusive of its collective team members, with confirmed capability across the three Occupational Categories in all labor categories, across the geographic scope of ICSP, and with Program Support Capabilities for providing workforce planning and analytical services, strategic and operational support, implementation support, and monitoring and evaluation support .

The RFP also specifies that the Government will evaluate the proposed price to determine whether it is fair and reasonable, and whether it provides best value to the Government. The Government will evaluate the proposed price based on the Offeror's proposed labor rates and any other costs associated with the contract.

In summary, the ICSP contract will be awarded based on a Best Value Tradeoff process, which means that the Government will evaluate proposals based on both price and non-price factors. The non-price factors, in order of priority, are VIT Full Mission Capability, VIT Robustness, Task Order Capability, Contract Management and Administration, and Key Personnel. The RFP provides detailed instructions on how each non-price factor will be evaluated. The Government will also evaluate the proposed price to determine whether it is fair and reasonable and provides best value to the Government.

Enrollment & Awards

The ICSP contract has a maximum aggregate value of $23,000,000,000, and this ceiling is neither divided nor multiplied by the number of awardees. The RFP does not specify the number of awards that will be made under the ICSP contract. However, the RFP states that the Government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts to offerors whose proposals are determined to be technically acceptable, and whose proposed prices are determined to be fair and reasonable.

The RFP also states that the Government intends to award a minimum guarantee of $100,000 to each awardee at the time of award. However, the Government has no obligation to award Task Orders (TOs) beyond the minimum guaranteed amount. The RFP also states that neither contracts nor TOs will be awarded until and unless funds become available, and that the Government will not reimburse any costs associated with a bid or proposal.

In summary, the RFP does not specify the number of awards that will be made under the ICSP contract, but the Government intends to award multiple IDIQ contracts. The maximum aggregate value of all awards and TOs under ICSP is $23,000,000,000, and the Government intends to award a minimum guarantee of $100,000 to each awardee at the time of award.

How can GDIC Help?

GDI Consulting’s government opportunity experts take you from market research and government contracts intelligence all the way to proposal development and delivery. From identifying, capturing and managing new government opportunities, to selecting and completing proposals for bids and grants, we are there to listen to our clients and integrate their requests into our services on a regular basis, and therefore they are an active player in our GDIC’s growth. Contact our expert Federal Government proposal writers now!

ICSP in a Nutshell:

Item

Details

Agency: General Services Administration (GSA)
Solicitation Number: SAM Notice ID: 47QRCA21N0001
Status: Final RFP: July, 2023
Proposal Due Date: Continuous submissions and awards
Contract Period: TBD
Type of Contract: Multiple Award Contract (MAC) IDIQ
Number of Awards:
TBD
Maximum Contract Ceiling Value: $60 billion+ (GSA is pursuing a FAR class deviation to award contract with no ceiling)
Set-Aside: Unrestricted, Total SB, HUBZone, 8(a), SDVOSB, WOSB
Size Standard:
  • (a) Small Business
  • HUBZone Small Business
  • Service-Disabled Veteran-Owned Small Business
  • Total Small Business
  • Woman-Owned Small Business
  • Unrestricted
Pools:
OASIS+ will group service offerings within Domains that follow a category management structure.
Domains:
  1. Management and Advisory
  2. Technical and Engineering
  3. Research and Development
  4. Intelligence Services
  5. Enterprise Solutions
  6. Environmental Services
  7. Facilities
  8. Logistics
Partnering: Joint Ventures and CTAs (Prime/Sub) are allowed
Evaluation: To receive a Domain award, the offer must meet or exceed a specified qualification threshold. The Offeror has the discretion to use any combination of qualifications detailed in the qualification matrix to achieve the threshold.

The qualifications matrix includes both project experience and other relevant qualifications (e.g., corporate level qualifications, applicable certifications). The relative weighting of criteria are designed to ensure all awardees are capable of providing high quality, best-in-class services to support the range of requirements anticipated, based on comprehensive customer feedback about the criteria’s benefit to the Government.

To the maximum extent possible, qualifying criteria will be standardized across Domains to minimize the burden to industry. Domain-specific factors focus on mission critical requirements for that Domain’s scope.).

Qualification Criteria:
  • Qualifying Project Experience
  • Federal Experience
  • Government-approved systems and rates
  • Other certifications

Solicitation Documents:

Item Link
Documents on GSA Website OASIS+ Activity Feed
Final Unrestricted RFP on SAM.gov UNR Final RFP
Final Total SB RFP on SAM.gov TSB Final RFP
Final HUBZone SB RFP on SAM.gov HUBZone Final RFP
Final 8(a) SB RFP on SAM.gov 8(a) Final RFP
Final WOSB RFP on SAM.gov WOSB Final RFP
Final SDVOSB RFP on SAM.gov SDVOSB Final RFP

GDIC Related Content:

Why GDIC Excels?

The federal government contracting space has been very active this year with highly dynamic and resourceful opportunities such as OASIS Plus, PACTS III, ITSSS-2 and others. GDIC provides a range of capture and proposal services to companies large and small seeking to do business with the federal government. Our seasoned capture managers, experiecned proposal maangers, and to Subject Matter Expers all fore a unified and hard-working team that endevours to understand every client's unique capabilities and to find the best way to present them in a form that the government evaluators expect and value.

Let GDIC guide your company through the this dynamic business arena and help you increase your federal government customer base and revenues. Request a free consultation with one of our consultants and tell us your goals, intentions, and ambitions.