OPPORTUNITY QUALIFICATION SUMMARY
Opportunity Name: Commerce Acquisition for Transformational Technology Services (CATTS)
Solicitation Number: 133113OS
Agency: Department of Commerce
Sub-Agency: Office of the Chief Information Officer, Office of the Secretary

$1,500,000,000
RFP
Q/A Amendment Due on Jan. 28
Submission Date February 7, 2022
February 14, 2022
March 7, 2022
June, 2022
Six (6) Task Areas
CIO Support
Digital Document & Records Mgt
Managed Service Outsourcing & Consulting
IT Operations & Maintenance
Digital Services
Cyber Security
541519
Ten (10) Years; 1 + 9
Multiple Award, IDIQ
FFP; T&M / Labor Hours
Could be Performance Based
Top-Secret
Washington DC & other DOC Locations
Background / Scope
The Department of Commerce (DOC) has a wide range of responsibilities in the areas of trade, economic development, technology, entrepreneurship and business development, environmental stewardship, and statistical research and analysis. Within the federal government, the DOC is also the principal defender and champion of the digital economy. Data from the DOC touches every American and influences daily business decisions. Additionally, data derived from DOC systems enables start-ups, moves markets, protects life and property, and powers both small and multi-billion-dollar companies.
DOC promotes job creation and economic growth by ensuring fair and reciprocal trade, providing the data necessary to support commerce and constitutional democracy, and fostering innovation by setting standards and conducting foundational research and development. The DOC operating units are in all 50 states, every U.S. territory, and more than 86 countries worldwide, and provide U.S.-based companies and entrepreneurs invaluable tools through programs such as the Decennial Census, the National Weather Service, Export Administration, NOAA Fisheries, and the Foreign Commercial Service. Among many other functions, the Department oversees ocean and coastal navigation, helps negotiate bilateral trade agreements, and enforces laws that ensure a level playing field for American businesses and workers. The Office of the Chief Information Officer (OCIO) is an Operating Unit within the Office of the Secretary (OS). The OCIO is responsible for ensuring that the department’s programs make full and appropriate use of information technology. It supports the increased use of leading-edge technology to enable the department to carry out its mission more efficiently, with improved products and services at the lowest cost.
OCIO’s vision is to leverage Cloud-based platforms delivering IT “as-a-service” and ensuring redundancy, agility, and responsiveness in delivering solutions quickly and securely to support new business requirements. The department is moving in a direction of minimizing the capital investments needed every three-to-five years for a technology refresh of obsolete infrastructure equipment and hardware. Utilizing IT as a service, the DOC can position itself to meet the strategic goals, deliver its missions, and be recognized as a leader within future administrations and the federal enterprise in its use of Information Technology.
The Office of Solutions and Service Delivery (OSSD) is located within the OCIO’s Office and is responsible for management of the Herbert C. Hoover Building network (HCHBNet). OSSD provides complete IT solutions to customers by leveraging industry-leading infrastructure and advanced technology service solutions to maintain and improve their experience. OSSD also provides services delivery, which entail collaboration with the customer to improve the quality of our products and services utilizing network and web-resources to deliver a consistent, reliable, and dependable platform to assist in fulfilling the customer’s business needs.
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
C.3 REQUIREMENTS
C.3.1 Tasks Order Specific Requirements
Individual task orders issued under this indefinite delivery vehicle (IDV) will be managed, monitored and evaluated by the federal personnel as specified in the task order. Task orders will describe the required work to be performed, period of performance and any unique terms not addressed in this contract.
C.3.2 Information Technology Services
Individual task orders issued under this indefinite delivery vehicle (IDV) will be managed, monitored and evaluated by the federal personnel as specified in the task order. Task orders will describe the required work to be performed, period of performance and any unique terms not addressed in this contract.
C.3.3 Performance Standards
- The Contractor shall provide proposals to Task Order requirements within seven (7) calendar days after issuance of Task Order Proposal Request (TOPR), unless a later date is specified.
- The Contractor shall be prepared to provide services requested to the assigned place of duty in the task order ten (10) working days from issuance of the order, unless a later date is specified.
Performance Requirements Summary:
H.11.1
A Supply Chain Risk Assessment will be performed based on material presented with the proposal, or after based on the Government’s preference.
Incumbent Details
Q/A Indicated that this is a NEW Requirement. That said, work associated with this combined services contract may have been performed by:
- Criterion (130117SA00052),
- MIL Corp (1331L519F13500279),
- Patriot (1331L519F13OS0245),
- Spatial Front (1331L519C13500061), and
- Syneren (1331L518F13160043)
Proposal Requirements:
124 Labor Categories to Price
Conflict of Interest mitigation
Multi-Phase Proposal Assessment:
Phase 1, Advisory:
Volume 1, Part 1: Proof of Security Clearance 5-pages
Volume 2, Part 1: Part 1 – Relevant Technical Experience Self-Assessment Matrix
Which is represented on last page of this document.
Phase 2:
Volume 1, Part 2: Business Proposal 5-pages
Volume 2, Part 2: Technical Proposal 50-pages incl Resumes
- Summary
- Technical Approach / Management Capability
- Meet Requirements of PWS; Delivering technological innovations; ability to manage and staff key personnel; manage a seamless transition.
- Exceptions and Deviations
Volume 3 Past Performance 15-pages
Volume 4 Price/Cost No limit
Volume 5 Task Order 1 Technical Proposal 20-pages
Evaluated after awards are made.
Past Performance
Minimum of three (3) contracts for relevant work completed or substantially performed within 36 months of the offer submission date.
The offeror shall provide documentation outlining relevant past performance with contracts, as a prime or major subcontractor, which is the same or similar in nature, size, and complexity to the services being procured under this solicitation. Non-Government contracts may be used if Government contracts are not available. Offeror may provide performance information of predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant.
Evaluation Criteria
Technical
Past Performance
Price
Projected Timeline:
RFP Release: Projected by Department of Commerce: November 15
Questions Due: RFP Release + 1-week
Answers Posted: RFP Release + 2-weeks
Phase 1 Proposals Due: RFP Release + 3-weeks
Notice of Advisory Down Select: RFP Release + 5-weeks
Phase 2 Proposals Due: RFP Release + 8-weeks
Notes/Strategy
- Full coverage of Task Areas
- Identify Teaming Partners
- Top-Secret Clearance
Self Evaluation Form:
Criterion Contract:
- Criterion (130117SA00052),
VIENNA, Va., Oct. 3, 2017 – Criterion Systems, Inc. today announced the company was awarded a $26.5 million Alliant Small Business task order to provide a full range of Information Technology (IT) services in support of the US Department of Commerce (DOC) Office of the Chief Information Officer (OCIO) Office of IT Services (OITS).
On August 15, 2017, Criterion began providing front-line daily operations support and customer service responsibilities for the OITS. The company is also tasked with operating, maintaining, and enhancing the Herbert C. Hoover Building (HCHB) network (HCHBNet), the infrastructure that provides data, voice, WiFi/wireless and emergency broadcast services at the DOC’s headquarters in Washington, DC.
The DOC OCIO is responsible for the development and implementation of the agency’s Enterprise Architecture, spanning IT systems and technical services across the department’s operating units and staff offices. Data from the Commerce Department touches every American and informs daily business decisions and the OCIO provides IT leadership to advance its mission as a defender and champion of the digital economy.
“We are pleased to support the modernization of the DOC OCIO’s technology infrastructure, particularly as renovations continue at the Herbert C. Hoover Building,” stated Promod Sharma, Criterion’s President and CEO. “This is our first contract with the DOC, and we will bring our mature processes and deep domain knowledge in cybersecurity and IT infrastructure to this important project.”
About Criterion Systems
Criterion Systems, Inc. (Criterion) is a mature small business systems integrator and cyber operations-focused company. Since 2005, Criterion has provided cybersecurity, IT infrastructure operations, systems engineering, and application development across our nation’s mission-critical environments. Criterion is Capability Maturity Model Integration CMMI-DEV Level 3 certified and an International Organization for Standardization (ISO) 9001-2015, ISO 20000-1:2011, and ISO 27001:2013 company. Headquartered in Vienna, Va., with offices in Albuquerque, N.M., and Las Vegas, Nev., Criterion supports customer operations at 46 sites worldwide. For more information, please visit the website: criterion-sys.com.
Contract Ends in August 2022
MIL CORP Contract:
- MIL Corp (1331L519F13500279),
GS35F443GA is a federal supply schedule under Multiple Award Schedule (MAS). It was awarded to The Mil Corporation on May 16, 2017. The federal supply schedule is funded by the Federal Acquisition Service (GSA). The NAICS Category for the award is 541519 – Other Computer Related Services. The PSC Category is D399 – Other ADP and Telecommunications Services (includes data storage on tapes, compact disks, etc.).
Ends in May 2022
$61M
International Trade Administration (Commerce)
$53M; $39M Used
Ends in November 2022
Application Development
Patriot Contract:
- 1331L519F13OS0245
HHSN316201200065W1331L519F13OS0245 is a delivery order under Chief Information Officer – Solutions and Partners 3, Small Business (CIO-SP3 SB). It was awarded to Patriot L.L.C. on Mar 22, 2019. The delivery order is funded by the Office of the Secretary (Commerce). The potential value of the award is $6,291,230. The NAICS Category for the award is 541512 – Computer Systems Design Services. The PSC Category is R425 – Engineering and Technical Services
Our Summary
IT SOLUTIONS DELIVERY AND SUPPORT SERVICES FOR OCIO
Office of the Secretary (CIO)
$6M
2-years, Ended (?) March 2021
Spatial Front Contract:
- Spatial Front (1331L519C13500061), and
8(a) EDWOSB Spatial Front Inc. (SFI) beat out seven other bidders to be awarded a 5-year Customer Service Center Support contract with the International Trade Administration. The contract was awarded as an EDWOSB set-aside.
Awardee Name: SPATIAL FRONT INCORPORATED
Contract Duration: 60 months
Total Contract Value: $12,023,086.40
Funding Agency: INTERNATIONAL TRADE ADMINISTRATION
Number of Bidders: 8
RFP ID: TACI0000-19-00062
Award ID: 1331L519C13500061
International Trade Administration (Commerce)
$12M 4-years
Ended (?) in March, 2021
Customer Service Center Support
Syneren Contract:
- (1331L518F13160043)
Bureau of Industry and Security (Commerce)
$15M
4-years
Ends in 2022
IT Network Support