GWAC-banner-CIO-SP3-SB3

CIO-SP3 Small Business

Contract: 75N98120D00012
Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
Task Order Types: FFP, CPFF, CPAF, CPIF, T&M; Hybrid Contract Types
Availability: Available to All Federal Government Departments and Agencies, Both CONUS and OCONUS
Period of Performance: 11 May 2020 – 30 October 2023
NIH Contract Access Fee: 0.55%
Contract Ceiling: $20 Billion
Prompt Payment Terms: Negotiated at the Task Order Level
Additional Resources:

CIO-SP3 Small Business is a 10-year, multi-awarded indefinite delivery, indefinite quantity (IDIQ) contract with a $20B ceiling. It is administered by the National Institutes of Health Information Technology Acquisition and Assessment Center (NITACC) under authorization of the Office of Management and Budget (OMB).

This contract is intended to provide information technology (IT) solutions and services as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996.

 NITAAC CIO-SP3 Small Business Contract Page

Qualifications and 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

 

Administrative Information

  • Contacts

    • Main Contact: ciosp3sb@aderas.com
    • Lynda Taskett, CIO-SP3 SB Program Manager – lynda.taskett@aderas.com | Office: 703-230-0646
    • David Lehman, CIO-SP3 SB Deputy Program Manager –david.lehman@aderas.com | Office: 703-230-0646
    • Raymond Caburian, CIO-SP3 SB Contracts Manager –raymond.caburian@aderas.com | Office: 703-230-0646

    Contract Number: 75N98120D00012

    1. Download Award Document-SF26 and Rates
    2. Conformed Contract

    Administrator: NIH Information Technology Acquisition and Assessment Center (NITAAC)
    Period of Performance: 07/15/2012 to 07/14/2022
    Length of Contract: 10 Years
    Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Task Order (FFP, CPFF, CPAF, T&M)
    Prompt Payment Terms: No special discounts for prompt payment.

    How to Place an Order: NITAAC designed the CIO-SP3-SB contract for ease of use, with a streamlined process for placing task orders: Submit your task order requirements through NITAAC. Contract specialists will perform a comprehensive assessment for scope, clarity, and other factors within 24 hours to ensure qualified responses. Upload your request for proposal (RFP) into e-GOS, NITAAC’s automated competition and management system, in less than 10 minutes. It will be automatically distributed to qualified contract holders. Requests for information (RFI) and Q&As can be issued through eGOS, too, which an agency can use as a database of record.

cms

Centers for Medicare and Medicaid Services (CMS)

Contract: Strategic Partners Acquisition Readiness Contract (SPARC)
Contract #HHSM-500-2016-00029I – Prime

CMS SPARC is the primary vehicle for CMS to acquire information technology (IT) services over the next 10 years.

Advantages for Customers

  • $25 Billion Ceiling
  • NO ADMINISTRATIVE FEE
  • Shortened procurement lead time
  • Access to high-quality industry partners
  • Partners offer agile, waterfall, and hybrid methodology
  • Small business set-aside
  • Socioeconomic credit potential
  • Ability to sole source to 8(a) partners for task orders under $4 million

 

Services available through SPARC

  • Initiation, Concept, and Planning Services
  • Requirements Services
  • Design Services
  • Development Services
  • Testing Services
  • Security Control Assessment (SCA) Services
  • Independent Verification and Validation (IV&V) Services
  • Maintenance Services
  • Support Services
  • Data Request Services
  • Help Desk Support Services

dha

Defense Health Agency (DHA)

Contract: MHS GENESIS/Defense Healthcare Management Systems Modernization (DHMSM)
Contract #: First Tier Subcontractor to Leidos

MHS GENESIS is designed to be a commercial-off-the-shelf solution to replace DoD’s aging Armed Forces Health Longitudinal Technology Application, or AHLTA.  Aderas provides business analyst and development expertise to Team Leidos.

dia_symbol_trans100

Defense Intelligence Agency (DIA)

Contract: DIA SITE III
Contract #: HHM402-21-D-0042 – Prime

 

The Solutions for the Information Technology Enterprise III (SITE III) is DIA’s third consecutive Indefinite Delivery/Indefinite Quantity (IDIQ) contract to address the evolving information technology (IT) requirements vital to the security of the United States.

The 10-year SITE III IDIQ provides a centralized and synchronized IT acquisition capability to meet worldwide security requirements and technical support services through system design, development, fielding, and sustainment of global intelligence and Command and Control assets.

DISA

Defense Information Services Agency (DISA)

Contract: IT70 Blanket Purchase Agreement
Contract #: HC1028-15-A-0006 – PRIME

DISA Mission Assurance (DISA MA) Blanket Purchase Agreement (BPA) is a critical provider of Information Assurance and Computer Network Defense solutions and that the demand for IA and CND solutions will continue to increase as new threats are identified, and new measures are implemented to counter these and other threats. DISA requires a partner that brings strong technical capability, proven experience within the DISA environment, demonstrated IA and CND capabilities, as well as agility, flexibility and responsiveness. This combination of capability and experience is critical to delivering value-added effective and efficient results and Aderas is committed to providing this combination to DISA MA throughout the performance of this contract.

Defense Logistics Agency (DLA)

Contract: JETS Indefinite Delivery Indefinite Quantity (IDIQ)
Contract #: SP4709-17-D-0039– PRIME – $6B ceiling

J6 Enterprise Technology Services (JETS) Contractors shall provide 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. Additionally, the acquisition also supports administrative program management support for IT program offices and DLA Information Operations (J6) Office. While JETS will primarily support DLA IT services requirements, the resultant contracts will also allow for de-centralized ordering by other DoD agencies.

The below list (while not all inclusive) provides a sample of the current DLA systems that may be supported under the resultant IDIQ awards:

  • ARN Apparel Research Network (ARN)
  • ASSIST Acquisition Streamlining and Standardization Information System (ASSIST)
  • CAGE Commercial and Government Entity (CAGE)
  • DAI Defense Agencies Initiative (DAI)
  • DDATA/DOD Gateway Services (DGATE) / e-Business Gateway (EBUS)
  • DLA Distribution Mapping System (DDMS)
  • DMLSS-W Defense Medical Logistics Standard Support (DMLSS-W)
  • DSO Document Services Online (DSO)
  • DSS – MRO Tracking Distribution Standard System (DSS)
  • DTS Defense Travel System (DTS)
  • Fuels Manager Defense (FMD)
  • EDA Electronic Document Access (EDA)
  • Enterprise Fund Distribution (EFD)
  • EMALL Electronic Mall (EMALL)
  • FLIS Federal Logistics Information System (FLIS)
  • Federal Logistics Information Portfolio Data Warehouse (F PDW)
  • Integrated Data Environment (IDE)
  • EAGLE Employee Activity Guide for Labor Entry (EAGLE)
  • EBS Enterprise Business System (EBS)
  • HMIRS Hazardous Material Information Resource System (HMIRS)
  • JCCS Joint Contingency Contracting System (JCCS)
  • MEBS Mapping Enterprise Business System (MEBS)
  • PCOLS Purchase Card Online System (PCOLS)
  • SPIDERS Subsistence Planning Integrated Data Enterprise Readiness System (SPIDERS)
  • STORES Subsistence Total Order and Receipt Electronic System (STORES)
  • TODPG Technical Order Distribute and Print Gateway (TODPG)
  • Voucher Attachment System (VAS-TPS)
  • WAWF Wide Area Workflow (WAWF)
  • WEB-FLIS Federal Logistics Information System Web Inquiry (WEB-FLIS)

 

Departmentofnavy

Navy, Department of the

Contract: Seaport Next Generation (SeaPort-NxG)
Contract #: N00178-13-R-4000 – Prime
Additional Information

SeaPort-NxG is the Navy’s electronic platform for acquiring support services in 22 functional areas including Engineering, Financial Management and Program Management across seven distinct geographic regions. The Navy Systems Commands (NAVSEA, NAVAIR, SPAWAR, NAVFAC and NAVSUP) –as well as the Office of Naval Research, United States Marine Corp (USMC), Defense Threat Reduction Agency (DTRA) and select others) compete their service requirements amongst over 20001800+ SeaPort-NxG IDIQ multiple award contract holders, of which nearly 85% are small businesses, through a streamlined and automated acquisition process. NSWC Dahlgren is the central SeaPort-NxG contracting office with each Activity issuing task orders independently.

gsa

U.S. General Services & Administration

Contract: General Purpose Commercial Information Technology Equipment, Software, and Services (IT70) Including Health IT SIN
Contract #: GS-35F-0703V – Prime
The IT Schedule 70 offers creative and cutting edge solutions to the IT needs of federal, state and local government agencies . IT Schedule 70 is the largest and most widely used acquisition vehicle in the federal government and as an indefinite delivery indefinite quantity (IDIQ) multiple award schedule, provides the agencies direct access to products and services from over 5,000 certified industry partners.