CATTS - Commerce Acquisiton for Transformational Technology Services
RFP Description | The CATTS contract covers the following information technology task areas; chief information officer support, digital document and records management, managed service outsourcing and consulting, IT operations and maintenance, IT services management, and cybersecurity. |
---|---|
Title | Commercial Acquisition for Transformational Technology Services (CATTS) |
Solicitation # | 1331L521R13OS0006 Final RFP |
Due Date | Phase 1 Due Date: January 31, 2022 |
Contract Type | This solicitation will result in award of multiple Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts. |
Issuing Agency | Department of Commerce |
Bidding Tracks | Total Small Business Set-Aside |
Awards | The Government anticipates awarding multiple awards under the CATTS vehicle, as such the Government may enter into multiple contractual relationships on a task order basis in order to provide technical services in the conduct of program management, administrative, clerical, and technical services related to this contract. |
Contract Period | 10 years total (1 base year and 9 option years) |
Max Contract Ceiling | $1.5 billion |
NAICS Codes | NAICS: 541519 – Other Computer Related Services |
Specific RFP Qualification Requirements | Phase 1: Must have proof of an active Top-Secret facilities clearance. Offeror’s clearance must be active through at least December 31, 2021& Vendor must complete a self-assessment worksheet. (Attachment 6 of solicitation). Vendors with the best chance of success will be able to demonstrate their ability to perform in all six (6) task areas and demonstrate previous experience as a prime awardee on an IDIQ vehicle. Only invited Offerors will be allowed to participate in Phase 2. |
Task Areas | The scope of this requirement is to obtain industry partner support to provide services in the following task areas:
Task Area 1: Chief Information Officer (CIO) Support Task Area 2: Digital Document and Records Management Task Area 3: Managed Service Outsourcing and Consulting Task Area 4: IT Operations and Maintenance Task Area 5: Information Technology Services Management Task Area 6: Cyber Security |
Proposal Volumes | This is a 2 Phase Proposal consisting of 7 Volumes in total. Phase 1:Volume l - Proof of Facilities Security Clearance Phase 1: Volume 2 - Relevant Technical Experience Self-Assessment Matrix Phase 2: Volume l - Business Proposal Phase 2: Volume ll - Technical Proposal Phase 2: Volume lll - Past Performance Proposal Phase 2: Volume lV - Price/Cost Proposal Phase: Volume V - Task Order 1 Technical Proposal |
Phase 1 & Phase 2 Evaluation Factors | (1) In Phase One, offers will be assessed for the following:
(A) Active Top-Secret Facilities Clearance. Offerors must possess an active Top-Secret facilities clearance that is active through at least December 31, 2021. If Offerors do not have an active Top-Secret facilities clearance, they will not be advised to participate in the next phase. (2) In Phase Two, offers will be evaluated in accordance with CAR 1352.215‐75, Evaluation Criteria. (3) For all phases, Proposals will be reviewed for page limitations. Pages exceeding the page limitation will be eliminated from evaluation. (4) Offerors must possess an active Top-Secret facilities clearance that is active through at least December 31, 2021. If Offerors do not have an active Top-Secret facilities clearance at the time of proposal submission, they will not be evaluated further and will be ineligible for award. (5) A proposal receiving an “Unsatisfactory” or “Fail” rating in one or more factors shall be removed from further consideration for award or continued evaluation. (6) Initial Evaluation of Proposals. All offers received will be evaluated in accordance with the stated evaluation factors. The Government reserves the right to make an award without discussions based solely upon initial proposals. Therefore, offerors should ensure that their initial proposal constitutes their best offer in terms of both price and the technical solution being proposed. If award is not made upon initial proposals, then the Contracting Officer will establish a competitive range comprised of the most highly rated proposals. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly‐rated proposals. Only those offerors in the competitive range will be offered an opportunity to participate further in the procurement. (7) Discussions/Final Proposal Revisions. If discussions are held, the Contracting Officer will engage in discussions with all offerors in the competitive range in accordance with FAR 15.306. At the conclusion of discussions, a final common cut‐off date for submission of final proposal revisions will be established. Those offerors remaining in the competitive range will be notified to submit Final Proposal Revisions. (8) Final Evaluation of Offers. A final proposal evaluation will be performed after receipt of Final Proposal Revisions. |