Federal & State Contracts
Service Contract Vehicles
Contract No: GS00Q14OADS423, Conformed Copy of Contract link
DUNS Code: 145454182
CAGE CODE: 3TSJ0
MicroTech Contact: 703-891-1073
MicroTech e-mail: OASIS@microtech.net
Type (set-aside): SB
Points of Contact
Tony Jimenez, Program Manager, tjimenez@microtech.net
Alexa Cushman, Contracts Manager, acushman@microtech.net
One Acquisition Solution for Integrated Services (OASIS) is an Indefinite Delivery Indefinite Quantity (IDIQ) contract that allows Federal agencies and other approved entities to obtain a wide array of services. The core disciplines of the contract include:
- Program management services;
- Management consulting services;
- Logistics services;
- Engineering services;
- Scientific services; and
- Financial services.
MicroTech’s OASIS POOL 4 contract includes:
- Research and development in Biotechnology
- Research and Development in the Physical, Engineering, and Life Sciences (except Bio-technology)
Contract No: 47QTCH18D0042
UEI: CL69E7KATK59
CAGE CODE: 3TSJ0
MicroTech Program Manager: Bernie Lynn, blynn@microtech.net, 703-891-1073
MicroTech e-mail: VETS2@microtech.net
Type (set-aside): Service-Disabled Veteran Owned Small Businesses
The VETS 2 Best in Class Government-Wide Acquisition Contract (GWAC) is the only GWAC set-aside exclusively for Service-Disabled, Veteran-Owned Small Businesses. VETS 2 is designed to provide a source for information technology (IT) services.
VETS 2 features include:
- Comprehensive Scope: VETS 2 is designed to meet a variety of diverse agency IT requirements, including new and emerging technologies and customized IT services and IT services-based solutions in support of Federal Enterprise Architecture Operations and the DoD Information Enterprise Architecture Mission in the areas of:
- Data Management: Examples include Cloud Computing, Data Architecture, Analysis and Design, Data Governance, Data Migration, Data Quality Management, Data Security Management, Data Warehousing and Business Intelligence Management, and Document, Record, and Content Management Network and Individual Storage Management
- Information and Communications Technology: Examples include Collaboration Technology Services, IPv6 Implementation and Support Services, Telepresence and Video Services, Virtual Private Network (VPN) and other Remote Network Access Services, Virtualization Services, Voice over IP (VoIP) Services, and Wireless Services
- IT Operations and Maintenance: Examples include Bring Your Own Device (BYOD) Support Services, Data Center Management, Email and File Server Management, IT Helpdesk/IT Support, IT Training, Mobile Device Management, PC Provisioning, and Service and Device Management
- IT Security: Examples include Continuous Diagnostics and Mitigation, Continuous Security Monitoring Services, Identity Management and Access Management, Information Assurance, Intrusion Detection, IT Disaster Recovery Services, IT Security Incident Response, Network Security Monitoring, and Security Assessment/Vulnerability Analysis Services
- Software Development: Examples include Mobile Application Development Services, Software Design, Software Maintenance, Software Programming, Software Testing, and Web Development
- Systems Design: Examples include Computer Systems Integration Design Consulting Services, Configuration Management Services, Information management Computer Systems Integration Design Services, IT Specifications Development, Network Infrastructure Design, Office Automation Computer Systems Integration Design Services, and Smart Building Systems Integration
- New and Emerging Technologies: Ancillary support may be included when it is integral to and necessary for core IT services such as Clerical Support, Data Entry, IT Products, Minor Constructions, Alteration, and Repair to Real Property, Server Racks, and Software Licenses.
- Multiple Contract Types: VETS 2 will allow Fixed Price, Cost Reimbursement, Time and Materials, and Labor Hour orders to mitigate risk.
- Enables Long-Term Planning: VETS 2 has a five-year base period and one five-year option period.
- Robust Contractor Pool: Provides access to customized IT solutions from a qualified pool of SDVOSBs.
- Socioeconomic Impact: Enables GSA to continue its support of the SDVOSB Procurement Program, while helping federal agencies achieve their socioeconomic goals and objectives.
- VETS 2 will enable agencies to achieve its socioeconomic goals without the time and expense of an open-market procurement. Because VETS 2 is a set-aside exclusively for SDVOSBs, agencies can receive SDVOSB credit from awarded task orders.
Links
- GSA/VETS 2
- GSA Technology Blog Veterans Technology Services 2 (VETS 2) GWAC Awarded
- MicroTech’s Small Business Consortium
- Press release
Army Responsive Strategic Sourcing for Services (RS3)
Contract No: W15P7T-17-D-0123
MicroTech Contact: 703-891-1073
MicroTech e-mail: RS3@microtech.net
Type (set-aside): SDVOSB, SB and Full & Open
Army Responsive Strategic Sourcing for Services (RS3) is an Indefinite Delivery Indefinite Quantity (IDIQ) contract that allows Army customers that span the spectrum of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) mission requirements throughout the world, as well as other DoD and Federal Agencies. to procure customized best value solutions, services and products including, but not limited to:
- Engineering
- Research, Development
- Test and Evaluation (RDT&E)
- Logistics
- Acquisition and Strategic Planning
- Education and Training Services
Contract No: 060B2490023
MicroTech Contact: 703-891-1073
MicroTech e-mail: MDCATS@microtech.net
Type (set-aside): VOSB, SB, Minority Owned Business
The State of Maryland, Department of Information Technology (DoIT) Consulting and Technical Services+ (CATS+) contract is an Indefinite Quantity Contract that allows the State of Maryland to procure information technology (IT) consulting and technical services.
The scope of Maryland CATS+ includes 17 primary function areas – Enterprise Service Provider, Web and Internet Services, Electronic Document Management, Geographical Information Systems, Software Engineering, Systems/Facilities Management and Maintenance, Information System Security, Application Service Provider, IT and Telecommunications Financial and Auditing Consulting Services, IT Management Consulting Services, Business Process Consulting Services, Tower Site Preparation, Tower Installation, Tower Equipment Installation and Services, Electronic Benefits Transfer, Media and Training Center Support, and Documentation/Technical Writing.
Contract No: N0017819D8117, Effective 02 January 2019
MicroTech Contact: Nick Viands, Program & Proposal Specialist, 703-891-1073
MicroTech e-mail: SeaportE@microtech.net
Type (set-aside): Full & Open
The Department of the Navy, Naval Sea Systems Command’s Next Generation SeaPort (SeaPort-NxG) contract is a potential 10-year, $50B Indefinite Delivery Indefinite Quantity (IDIQ) contract and is the Navy’s electronic platform for acquiring support services within 2 Categories – either Engineering Services or Program Management – with 23 functional area subcategories. The 23 functional areas include Engineering Support Services, Software Engineering, Research and Development, Program Management Support Services, Financial Analysis and Budget Support, Information System Development, Information Assurance, and Information Technology Support. Additionally, the removal of regional zone presence requirements enables all awarded contract holders to compete for any task order solicitations.
Contract No: W15QKN-20-D-0052
MicroTech Contact: 703-891-1073
MicroTech e-mail: MTDusa@microech.net
Type (set-aside): SB
The Deputy Under Secretary of the Army (DUSA) contract is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Professional Support Services, Studies, and Analyses to the Headquarters, Department of the Army (HQDA). Services may include Organization Studies and Analyses, Program and Project Analytics, Change Management and Strategic Communications, Provide Process Improvement and Recommendations, Identify and Proposal Analytical Tools, and Identify Interfaces between Proposed and Existing Tools/Systems and Organizational Structures.
Contract No: HHM402-21-D-0105
MicroTech Contact: 703-891-1073
MicroTech e-mail: dia_site_iii@microtech.net
Type (set-aside): SDVOSB, SB, and Full & Open
The Information Technology Enterprise III (SITE III) to the Defense Intelligence Agency (DIA) and the National Geospatial-Intelligence Agency (NGA) is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide participating agencies with comprehensive Information Technology (IT) technical support services and strategic, technical, and program management support services to facilitate the operations and modernization of the agencies’ infrastructure. Specific services may include, but not limited to, Enterprise Activities and Services, Infrastructure Development/Sustainment, Application Development and Sustainment, Other Special Services, Support Core Functions, and Cybersecurity Services.
Contract No: 75N98121D00005
MicroTech Contact: Carol Kornell, ckornell@microtech.net, 703-891-1073
MicroTech e-mail: cio-sp3@microtech.net
Type (set-aside): SB
CIO-SP3 SB Overview and Background
The Chief Information Officer – Solutions and Partners 3 (CIO-SP3) Small Business Government-wide Acquisition Contract (GWAC) is a ten (10) year Indefinite Delivery/ Indefinite Quantity (IDIQ) contract. The Department of Health and Human Services (HHS), National Institute of Health (NIH), National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC), has a requirement to provide a mechanism for the Federal Government to procure information technology (IT) solutions and services as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996. The IT solutions and services include health and biomedical-related IT services to meet scientific, health, administrative, operational, managerial, and information management requirements. The contract also contains general IT services partly because medical systems are increasingly integrated within a broader IT architecture, requiring a systems approach to their implementation and a sound infrastructure for their operation.
CIO-SP3 Contract Structure
Contract Period: 09 November 2020 to 30 October 2022
Business Size: Small Business
Contract Number: 75N98121D00005
UEI: CL69E7KATK59
DUNS: 145454182
Scope of Contract
- 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
Prompt Payment Terms: Net 30
NITAAC CIO-SP3 Small Business Website
Documentation
- 75N98121D00003 – MICROTECHNOLOGIES LLC
- CIOSP3 SF 26 – MICROTECHNOLOGIES LLC
- MicroTech_CIO-SP3_SB_Rates
Contract No: 75N98121D00003
MicroTech Contact: Carol Kornell, ckornell@microtech.net, 703-891-1073
MicroTech e-mail: cio-sp3@microtech.net
Type (set-aside): SDVOSB
CIO-SP3 SB Overview and Background
The Chief Information Officer – Solutions and Partners 3 (CIO-SP3) Small Business Government-wide Acquisition Contract (GWAC) is a ten (10) year Indefinite Delivery/ Indefinite Quantity (IDIQ) contract. The Department of Health and Human Services (HHS), National Institute of Health (NIH), National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC), has a requirement to provide a mechanism for the Federal Government to procure information technology (IT) solutions and services as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996. The IT solutions and services include health and biomedical-related IT services to meet scientific, health, administrative, operational, managerial, and information management requirements. The contract also contains general IT services partly because medical systems are increasingly integrated within a broader IT architecture, requiring a systems approach to their implementation and a sound infrastructure for their operation.
CIO-SP3 Contract Structure
Contract Period: 09 November 2020 to 30 October 2022
Business Size: Service-Disabled, Veteran-Owned Small Business
Contract Number: 75N98121D00003
UEI: CL69E7KATK59
DUNS: 145454182
Scope of Contract
- 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
Prompt Payment Terms: Net 30
NITAAC CIO-SP3 Small Business Website
Documentation
- 75N98121D00003 – MICROTECHNOLOGIES LLC
- CIOSP3 SF 26 – MICROTECHNOLOGIES LLC
- MicroTech_CIO-SP3_SB_Rates
Contract No: FA8732-14-D-0021
DUNS Code: 145454182
CAGE CODE: 3TSJ0
TIN: 20-0909553
MicroTech Contact: Nick Viands, Program & Proposal Specialist, 703-891-1073
MicroTech e-mail: netcentsservices@microtech.net
Type (set-aside): SB
The NETCENTS-2 Network Infrastructure and Support (NetOps) contract is an Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will provide a wide range of IT Network-centric and Telephony products, services and solutions covering the full spectrum of Netcentric-Operations and missions, including existing legacy infrastructure, networks, systems and operations as well as emerging requirements based on the AF Chief Information Officer’s (CIO’s) SOA construct. The contracts will provide Network-Centric Information Technology, Networking, and Security, Voice, Video and Data Communications, system solutions and services to satisfy the Combat Support (CS), Command and Control (C2), and Intelligence Reconnaissance and Surveillance (ISR) Air Force and Department of Defense (DoD) requirements worldwide. These contracts will provide users the capabilities to find, access, collaborate, fuse, display, manage, and store information on the Department of Defense (DoD) Information Network (DoDIN). AF sites may include commercial-off-the-shelf (COTS) National Security Systems (NSS), intelligence data handling equipment, C2 equipment, Local Area Networks (LAN), Wide Area Networks (WAN), secure and non-secure video, voice and data systems, and/or mission equipment. The equipment processes information of varying security classifications and may include sites that are Sensitive Compartmented Information Facilities (SCIFs).
IDIQ Specifics:
- Eligible Users: USAF and all DoD Agencies
- Geographic Coverage: Worldwide
- Contract Ceiling: $5.79 Billion
- Period of Performance: 02 April 2015 – 01 April 2025
Contract No: DTFAWA-10-A-00132
MicroTech Contact: 703-891-1073
MicroTech e-mail: eFAST@microtech.net
Type (set-aside): SDVOSB, SB, and Full & Open
The Electronic FAA Accelerated and Simplified Tasks (eFAST) contract is a Master Ordering Agreement (MOA) for Small Business Solutions under the eFAST program to provide Air Transportation Support, Engineering Services, and Computer Systems Support. The use of the eFAST MOA satisfies small business requirements and has the following features.
- Program offers a wide array of labor categories with fixed ceiling rates
- Streamlined procurement lead times
- One-stop shopping: full-service procurement services
- Access to trusted and reliable small business industry partners
- Low fee-for-service: 3 percent
FBI Small Business Cable Installation Support Services (CISS) IDIQ
Contract No: 5F06722D0000873
MicroTech Contact: 703-891-1073
MicroTech e-mail: Proposals@MicroTech.net
Type (set-aside): Small Business
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Cable Installation and Supply Services.
Contractor shall perform a range of services intended to provide FBI facilities with bundled network cabling, CATV/CCTV cabling, low-voltage security electronics cabling, and telephone communications cabling. Contractor will also provide support for the design, implementation, and verification of test results for physical layer cable plant, as well as demolition and on-site quality assurance services incidental to new construction projects at FBI facilities.
Product Contract Vehicles
Contract No: HHSN316201500019W
MicroTech Contact: Jennifer Sorli, Product Manager, Jsorli@microtech.net, 703-309-8392
MicroTech e-mail: CIO-CSMicroTech@microtech.net
Type (set-aside): SDVOSB, SB
CIO-CS Overview and Background
The Chief Information Officer – Commodities and Solutions (CIO-CS) Government-wide Acquisition Contract (GWAC) is a ten (10) year Indefinite Delivery/ Indefinite Quantity (IDIQ) contract under which Federal Government agencies may award delivery orders to acquire Information Technology (IT) commodities and solutions. The Department of Health and Human Services (HHS), National Institute of Health (NIH), National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC), has a requirement to provide a mechanism for the federal government to procure information technology (IT) commodities and solutions as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996. The IT commodities and solutions include health and biomedical-related IT commodities to meet scientific, health, administrative, operational, managerial, and information management requirements. The contract also contains general IT commodities partly because medical systems are increasingly integrated within a broader IT architecture, requiring a systems approach to their implementation and a sound infrastructure for their operation.
CIO-CS Contract Structure
Contract Period: 01 May 2015 to 30 April 2025
Business Size: Service-Disabled, Veteran-Owned Small Business, Small Business
Credit Card Accepted: Yes
Minimum/Maximum Order: None
Prompt Payment Discount: None
Warranty: Commercial warranty plans are available through the CIO-CS contracts. Warranty may be available either as part of the product purchase or as a stand-alone purchase.
Financial Services/Leasing: Financial Services/Leases (Base Plus Option Year Contracts) are allowed on CIO-CS.
Documents
Contract No: NNG15SC42B
MicroTech SEWP V Point of Contact: Carollee White, CWhite@microtech.net, 571-297-4155
MicroTech e-mail: SEWPPM@microtech.net
Type (set-aside): SDVOSB, VOSB, SB, and Full & Open in Group D
Government SEWP V Point of Contact
Scope or Technical Questions:
Joanne Woytek, NASA SEWP Program Manager/CoTR
jwoytek@sewp.nasa.gov
301-614-7128
Order Processing, Web Tool Questions, or Post-Order Support:
SEWP Helpline
Help@sewp.nasa.gov
301-286-1478
The Solutions for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC) provides the latest in Information Technology (IT) products for all federal agencies. The statutory authority allowing usage of the SEWP contracts by the entire Federal Government is NASA’s designation as an Executive Agent by OMB based on the Information Technology Management Reform Act of 1996, now the Clinger Cohen Act.
NASA’s Goddard Space Flight Center administers the contract and provides a program office, the SEWP Business Operations and Workstation Laboratory (BOWL), to process orders issued by user agencies and to provide pre- and post-order customer service. Through the use of SEWP V, users have a flexible means of meeting IT needs quickly, efficiently, and cost effectively. The SEWP V contracts are commercial contracts, and the acquisition was conducted using formal Source Evaluation Board procedures.
SEWP V Contract Structure
Contract Period: 01 May 2015 to 30 April 2025
Business Designation(s): SDVOSB, VOSB, SB
Credit Card Accepted: Yes
Minimum/Maximum Order: None
Warranty: Commercial warranty plans are available through the SEWP contracts. Warranty may be available either as part of the product purchase or as a stand-alone purchase. Extended warranty coverage can be purchased and begin at any time during the standard commercial warranty period up to 36 months after its initial start date, regardless of the commercial warranty period.
Financial Services: Financial Services (Base Plus Option Year Contracts) are allowed on SEWP V.
Terms and Conditions: The issuing Contracting Officer (CO) may negotiate additional terms and conditions for a specific order (e.g., the order agency’s IT security policies, procedures, and requirements or leasing of SEWP equipment may be included in individual orders). The contract shall prevail in the event of a conflict with any order.
Open Market Items: Open market items are not allowed.
SEWP V Contract Surcharge: .34%
SEWP V Ordering Process
SEWP Delivery Orders are to be routed to the NASA SEWP BOWL either:
- Electronically to sewporders@sewp.nasa.gov in PDF or image files;
- Via fax at 301-286-0317, or
- Via mail to NASA SEWP Program Office (BOWL), Aerospace Building, 10210 Greenbelt Road, Suite 270, Seabrook, MD 20706.
All orders should be accompanied by the SEWP fax cover sheet or a similar form with contact information provided.
Orders should not be forwarded directly to a contractor. In accordance with their contracts, contractors may only accept delivery orders that have been routed through the SEWP BOWL office and have been assigned a NASA SEWP tracking number. The processing time is typically less than 24 hours between receipt of a delivery order at the SEWP BOWL and delivery of the order to the appropriate contractor. If an order cannot be processed due to incomplete or incorrect information, both the issuing CO and the contractor will be contacted by a member of the SEWP BOWL customer service staff. When an order is processed, email confirmation may be sent to the issuing CO upon request. Inquiries concerning orders should be directed to the SEWP helpline at 301-286-1478.
SEWP V WEB Tools
The SEWP website provides tools for manufacturer and product searches and Request for Quotes (RFQs). These tools are available to assist customers with buying decisions and as one means to provide documentation for any needed selection criteria. The following steps may assist customers in determining which contract best fulfills their requirements:
- Market Research: FAR Part 10 prescribes that appropriate market research must be accomplished and in a manner appropriate to the size and complexity of the acquisition. The online SEWP tools can assist in this market research activity. The tools allow for either multiple searches across the various SEWP contracts or a direct RFQ, which can be sent to selected contractors. These tools provide access to all SEWP contractors across all classes and groups.
- Once market research is completed, the end-user decides which source provides the best value for the government, considering their needs, technical requirements, past performance, price, and other factors related to the exercise of sound business judgment. Then, either a group-specific search, an RFQ to all contract holders in that group, or another equivalent method for providing fair opportunity must be done. Actual determination of the method used is at the discretion of the issuing agency’s CO. SEWP provides the search and RFQ tools as one possible path.
- Fair Opportunity: FAR 16.505(b)(1) provides that each contractor shall be given a fair opportunity to be considered for each order exceeding the micro-purchase threshold issued under multiple-award delivery order contracts. The FAR states that the method to obtain fair opportunity is at the discretion of the CO and that the CO must document the rationale for placement and price of each order. The SEWP online Search/RFQ tool is provided to assist in this activity and to augment the requirement decision documentation required by FAR 16.505(b). The search capability will provide a summary comparison of the requirements based on part numbers. The SEWP RFQ tool will automatically include the vendors within a selected group in the Search/RFQ process. The RFQ tool will email an RFQ to the vendors with various options for a reply. Please bear in mind that fair opportunity is only required within a specific group, and not across all contracts.
Contract No: W52P1J-16-D-0029
MicroTech Point of Contact: Carollee White, CWhite@microtech.net, 571-297-4155
MicroTech Main Number: 703-891-1073
MicroTech Sales email: ITES-3H@microtech.net
MicroTech ITES-3H Help Desk: 888-909-6354
Type (set-aside): SDVOSB, SB, and Full & Open
The Information Technology Enterprises Solutions – 3 Hardware (ITES-3H) is a five-year, $5 Billion Indefinite Delivery Indefinite Quantity (IDIQ). ITES-3H provides end-to-end solutions through hardware and related incidental services, such as integration, installation, site surveys, system configuration determinations, systems migrations, image loading, data migration, and warranty variations.
ITES-3H Contract Structure
Contract Period: 22 February 2016 to 22 August 2023
Business Size: SDVOSB, SB
Credit Card Accepted: Yes
Minimum/Maximum Order: None
Warranty: Under the ITES-3H contract, hardware purchases in all Catalogs, except Catalog III, have a one-year warranty. Catalog III items have a three-year warranty. These warranties remain in effect after the contract reaches its end of life and do not fall under FAR Clauses 52.212-4 or 52.216-22. If the Original Equipment Manufacturer (OEM) warranty is longer than the standard one-year or three-year (Catalog III) warranty, the OEM’s warranty shall apply. Standard warranties, along with any extended warranties purchased in conjunction with equipment, are allowed to continue past the contract expiration date.
Financial Services: Financial Services (Base Plus Option Year Contracts) are allowed on ITES-3H.
Open Market Items: Non-Catalog Items are allowed so long as they are within the scope of ITES-3H.
Links
Contract No: W52P1J-20-D-0060
MicroTech Point of Contact: Carollee White, CWhite@microtech.net, 571-297-4155
MicroTech Main Number: 703-891-1073
MicroTech Sales email: ITES-SW2@microtech.net
MicroTech ITES-SW2 Help Desk: 888-909-6354
Type (set-aside): SDVOSB, SB
The Information Technology Enterprise Solutions – Software 2 (ITES-SW2) is a five-year, $13 Billion Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle that include Commercial Off-the-Shelf (COTS) software products and related services that have obtained a Certificate of Networthiness (CoN), have been through the Risk Management Framework process, or are listed on an approved DoD program. Products provided under ITES-SW2 include the four Core Catalogs listed below, as well as a minimum of four additional catalogs.
- Information Technology (IT) Utility & Security: Examples include network administration tools, firewalls, backups, security tools, encryption tools, password managers, file compression, registry tools, test and document editors, data mining, decision support systems, asset and inventory management, and handheld software.
- Modeling & Simulation: This category includes software that facilitates a level of understanding of the interaction of the parts of a system, and of the system as a whole. Examples include numerical analysis, statistical, GIS software, games/gaming, 3D modeling, and mapping software.
- Multimedia & Design: This category includes software used for graphic design, multimedia development, specialized image development, general image editing, or to access graphic files. Examples include 3D drawing, computer aided dispatch (CAD), digital photography applications, animation creation, illustration, image editing, font tools, authoring tools, desktop publishing, graphics, and label makers (CD & paper).
- Programming & Development: This category includes software that assists in the development of software applications. Examples include editors, compilers, parsers, interpreters, loaders, programming libraries, documentation tools, testing environments, application creation, and web design.
ITES-SW2 Contract Structure
Contract Period: 31 August 2020 to 30 August 2025
Business Size: SDVOSB, SB
Credit Card Accepted: Yes
Minimum/Maximum Order: None
Warranty: The Contractor shall provide commercial warranties for all software at both CONUS and OCONUS locations as defined in the ITES-SW2 contract. The Contractor shall provide a 90-day guarantee that, at a minimum, the software will operate materially in accordance with the applicable specifications set forth within the documentation. The 90-day period will begin on the date the customer accesses the software.
Ordering Agencies: Decentralized Ordering is open to the Army, DoD, and all Federal Agencies.
Contract Usage Fee: None
Links
Contract/BPA No: 47QTCA22A0001
GSA Schedule Contract: 47QTCA21D000N
MicroTech Contact: Jennifer Sorli, Product Manager 703-891-1073
MicroTech e-mail: Jsorli@microtech.net
Type (set-aside): SDVOSB, SB
The 2nd Generation Information Technology (2GIT) Blanket Purchase Agreement allows for the purchase of commercial Information Technology (IT) equipment, software, and ancillary services using GSA schedules. The goal of the 2GIT BPA is to offer a one-stop-shop for IT solutions to the Air Force, DoD agencies, and other federal, state, local, regional, and tribal governments. The 2GIT BPA provides the following categories of products and associated services worldwide:
- Networking equipment
- Servers/Storage/Peripherals/Multimedia
- Identity Management/Biometric Hardware
- End User Devices
- Associated Commercial Off-the-Shelf (COTS) software not included on other DoD or Federal Agency enterprise license agreements
BPA Ordering is specified in the BPA itself. “All orders placed by approved federal agency, state, local, regional, and tribal governments under the cooperative purchasing agreements shall be placed via GSA Advantage, GSA eBuy, any other GSA provided eTools, Government Purchase Card (GPC), and/or telephone orders which are applicable to the 2GIT BPA.”
Contract No.: 67DCK-22-D-00002
MicroTech Contact: 703-891-1073
TTY Phone Number: 571-730-4078
MicroTech e-mail: faasaves@microtech.net
Type (set-aside): SB, Full & Open
FAA SAVES Helpline: 877-490-4734
Under the Federal Aviation Administration (FAA) Strategic Sourcing for the Acquisition of Various Equipment and Supplies (SAVES) Indefinite Delivery Indefinite Quantity (IDIQ) contract, MicroTech provides Commercial Off-the-Shelf (COTS) software products, software maintenance, and technical support services at all FAA locations. The SAVES program is a mandatory agency source for a variety of technology equipment and office supplies. Software Manufacturers on MicroTech’s contract include, but not limited to, Acronis, Adobe, Altova, Autodesk, Avepoint, CA Technologies, Citrix, Corel, Condusiv, Decision Lens, Google, Jetbrains, MarkLogic, McAfee, PKware, Quest, RIM, Rovi Corporation, SAP, SlickEdit, and TrendMicro.
The SAVES initiative is part of the FAA’s goal to control costs by standardizing technology, consolidating buying, and monitoring Information Technology (IT) spending. The FAA SAVES contract offers advantages for purchasing IT software and services.
- Efficient way to expediate task orders to meet short deadline
- Helps consolidate purchasing of IT software
- Pre-competed pricing eliminates need for multiple quotes
- Standardizes FAA agency-wide purchasing of IT software
Points of Contact
For Sales or Quote Requests:
FAA Sales Team
faasaves@microtech.net
703-891-1074
Fax 703-891-1074
TTY 571-730-4078
For Order Status Requests:
Pete Rivers, FAA Program Manager
faasaves@microtech.net
Office 703-637-3238
Cell 703-403-2987
Fax 703-891-1074
TTY 571-730-4078
Toll Free 1-877-644-6261
Russell Rogers, FAA Contracting Officer
Russell.J.Rogers@faa.gov
609-485-6673
Robert Cochran, FAA Contracting Officer Representative
Robert.cochran@faa.gov
571-209-3111
Contract No.: 63NLRB20D0006
MicroTech Contact: 703-891-1073
MicroTech email: nlrb@microtech.net
Type (set-aside): SB
This National Labor Relations Board (NLRB) Indefinite Delivery Indefinite Quantity (IDIQ) contract allows MicroTech to provide Information Technology (IT) hardware and software equipment to the agency in a standardized and efficient manner.
- IT Hardware: Examples include telephone equipment, audio and video teleconferencing equipment, desktop computers, printers, network equipment, and storage devices.
- IT Software: Examples include VPN software, audio and video teleconferencing software, facsimile software, scanning software, work productivity software, and special needs software.
Contract No.: 70B04C19D00000014
MicroTech Contact: Jennifer Sorli, Product Manager 703-891-1073
MicroTech email: TacCom@microtech.net
Type (set-aside): SB
The Tactical Communications Equipment and Services II (TACCOM II) Multi-Agency Contract, Technical Category 1 – Equipment, is an Indefinite Delivery Indefinite Quantity (IDIQ) contract that allows contractors to sell equipment from their respective commercial catalog or GSA Schedule. TACCOM II allows the Department of Homeland Security to procure the latest tools and technologies for end-to-end transmission of mission-critical voice and data. Equipment able to be obtained via TACCOM II includes, but is not limited to:
- Infrastructure – includes software, communications infrastructure, microwave, control/base stations, repeaters, comparators, encryption equipment, and test equipment
- Radios and Accessories – includes end-user equipment and all associated accessories
- High Frequency – includes end-user equipment, associated accessories, and infrastructure to support
- Maritime – includes tactical communication equipment to outfit and interface with boat crew communication system
- Satellite – includes end-user equipment, associated accessories, and dishes
Contract No.: MNWNC120
MicroTech Contact: Pete Rivers, Program Manager 703-891-1073
MicroTech email: MT-NASPO@microtech.net
Type (set-aside): Full & Open
The Minnesota NASPO Master Agreement contract facilitates public procurement solicitations and agreement using a lead state model. The Master Agreement provides for the purchase Computer Equipment, including Desktops, Laptops, Tablets, Servers, and Storage including related Peripherals and Services to authorized governmental entities in any state.
Product & Service Contract Vehicles
Contract No.: 47QTCA21D000N
MicroTech Contact: Jennifer Sorli, Product Manager, 703-891-1073
MicroTech email: gsa@microtech.net
Type (set-aside): SDVOSB, SB, and Full & Open
MicroTech’s General Services Administration Multiple Award Schedule provides federal government agencies a streamlines acquisition tool to obtain Information Technology (IT) products and services.
MicroTech’s available Categories (formerly Special Item Numbers (SINs)) include: 532420L, 33411, 811212, 54151S, 511210, 54151, OLM, 518210C, 54151HACS, 54151HEAL, 3361E, and ANCILLARY.
Contract No.: HC101321H0010
MicroTech Contact: 703-891-1073
MicroTech email:
Type (set-aside): SB, Full & Open
This Basic Agreement contains general terms and conditions to provide a streamlined process to assist the Defense Information Technology Contracting Organization (DITCO) and the Defense Information Systems Agency (DISA) with acquiring telecommunications services and ancillary equipment.
Advantages of Purchasing Goods and Services through MicroTech Contract Vehicles:
Efficient way to expedite task orders and meet short deadlines
Pre-established rates – eliminates need for multiple quotes
Low contract fee for government agencies
Military Interdepartmental Purchase Request (MIPR) is not required
Professional Consulting Services may be included