OPPORTUNITY QUALIFICATION SUMMARY

Opportunity Name: CIO MODERNIZATION AND ENTERPRISE TRANSFORMATION II (COMET II)

Solicitation Number: RFQ1740143

Agency: THE GENERAL SERVICES ADMINISTRATION >> FEDERAL ACQUISITION SERVICES (FAS) AND GSA OFFICE OF THE CHIEF INFORMATION OFFICER (CIO)

Financial Considerations
Contract Value:

$1 Billion

Timeline
Status:

Post RFP

Industry Day:

September 27, 2023

Draft:

October 16, 2024

Sources Sought/ RFI:

September 23, 2024

Responses to RFI Due:

October 23, 2024

Solicitation Date:

January 23, 2025

Proposals Due:

February 13, 2025, 12PM CT

Award Date:

May 2025 (Estimate)

Competency
Primary Requirement:

Software
Information Technology
IT Services

Competition: Small Bus Set-Aside, Full and Open / Unrestricted
Type of Award:Task / Delivery Order
Contract Vehicle:GSA MAS
Contract Term:5 year(s) base
Contract type:

Firm Fixed Price, Task Order

Awards:Multiple, number unknown
Location:

Washington County, District Of Columbia, United States


The General Services Administration, Federal Acquisition Services (FAS) and GSA Office of the Chief Information Officer (CIO) have a continuing requirement for the CIO MODERNIZATION AND ENTERPRISE TRANSFORMATION PROJECT, which was a recompete of the Application Maintenance, Enhancements, and Operations (CAMEO) requirement.

SOURCES SOUGHT SUMMARY

The Sources Sought notice is to provide industry with the draft COMET II PWS and the three seed Task Order PWSs’. GSA is seeking industry feedback on the initial Task Orders and COMET II PWS. The due date for responses is October 2, 2024.

The COMET II BPA encompasses requirements (a combination of user, technical, and business needs) for providing services and IT products in support of GSA IT creation, transformation, modernization, and maintenance efforts.

The COMET II BPA Contractors must be able to expertly deliver the overarching objectives, either individually or through teaming arrangements. The BPA will provide a streamlined process to support the purchase of IT products and agile delivery services, including, user-centered design, emerging architecture and design, agile application development and configuration, analytics, monitoring, integration and DevSecOps, as well as other IT support services such as IT management and governance, business process analysis beneath Multiple Awards Schedule (MAS). The COMET II BPA Contractors must be able to build secure applications, platforms, IT Development services and products by utilizing Human Centered Design (HCD) thinking, Agile Software Development methods, and responsible use of AI/ML (as applicable) to solve user problems and achieve delivery.

Contractors must work efficiently to deliver iterative enhancements, prompt response to ever changing user needs, minimal downtime, demonstrated reliability, and optimized performance. The COMET II BPA Contractors must be capable of delivering not only custom code development, but utilization of existing marketplace products. COMET II BPA vendors must be skilled with integration of these Commercial Off The Shelf (COTS) based solutions, Software as a Service (SaaS), or hybrid solutions to create the most effective and economical solution for the government.

PRIMARY PERFORMANCE OBJECTIVES

Task orders placed under the BPA will include one or more of the following overarching objectives in its SOO/PWS/SOW. A task order can include a minimum of one overarching objectives or any combination of the following:

  • Objective 1: Agile software development, modernization, and enhancements
  • Objective 2: Human-centered design
  • Objective 3: Solution/Application Design, Business Analysis, Development, Testing, Integration and Configuration
  • Objective 4: Data Management
  • Objective 5: Program Management Support
  • Objective 6: Release Management and Post-Implementation Maintenance Support
  • Objective 7: Training and Change Management
  • Objective 8: FISMA Compliance/Cyber Security Support
  • Objective 9: Responsible Innovation

THREE SEED TASK ORDERS

  1. IAE DevSecOps Support:

    The objective of this solicitation is to award from one (1) to three (3) task orders, as grouped in Section 2C, Specialized Areas of Focus. The focus of these task orders is to obtain agile development, testing, transition, and operation and maintenance services primarily for a centralized view of modernizing the IAE systems into one customer experience of SAM.gov within the Integrated Award Environment (IAE).

  2. DevOps Support for FAS Contract eCommerce and Catalog Systems (FC3):

    This Performance Work Statement (PWS) defines selected acquisition and program support objectives for Operations and Maintenance (including bug fixes) and minor application enhancements support. GSA is a Product based organization following a DevSecOps Methodology rather than a Systems based development organization.

  3. Pricing and Market Research Tools (PMRT):

    The Government requires the contractor to provide support to maintain and sustain the applications within the Market Research Division. Tasks may include systems and application modifications, including:

    • Requirements analysis
    • Programming
    • Unit testing
    • Quality assurance for integration testing
    • Preparing documentation
    • User training

    These tasks will include reviewing the need for data system development in proposed projects, evaluating existing systems or systems under development, and developing justifications and plans for the development or upgrade of proposed data systems. Development activity shall include developing new systems and adapting existing systems to current standards and capabilities.

    The two focus areas include:

    1. Implementation of a selected IMS Human Centered Design (HCD) for how the users interact with the systems
    2. Improving the customer experience and speed for users to answer using the market research tools for identifying the contract types and/or Ease of uploading invoicing data