Contract Library | Contract Holders | Contract Scope | Pre-award Guidelines | Program Administration
Information Technology Support Services (ITSS-5) is a competitive multiple award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract designed to provide specific IT services to DOJ components at the task order level. The contracts provide favorable procurement and task administration conditions to DOJ bureaus and OBDs for tasks that would otherwise be procured through a more lengthy open competition process or through external contracting vehicles. The ITSS-5 Program includes two distinct award tracks: the service disabled veteran-owned small business (SDVOSB) track, and the unrestricted track to include contractors of any business size standard. For each task order a determination will be made to either solicit on an unrestricted basis for competition between prime contractors from both the large and small business track or on a small business set-aside basis in which competition will be limited to only those prime contractors in the SDVOSB track. Contract awards are in place for the SDVOSB track. Awards for the unrestricted track are targeted for 4Q 2019.
ITSS-5 Features
A $4.5 billion program ceiling and period of performance through September 30, 2027 with a five-year base period and one five-year option
Task Order types include fixed-price, labor-hour, and time-and-materials terms
Schedule of fixed unit price Labor Hour rates and ODC line items
Wide range of labor categories and distributions within each category for Basic, Senior, Principal, and SME levels
Use of performance incentives, as required
No limitation on dollar value of a task order
Comprehensive range of IT services
Available for use by any DOJ component
Task Orders awarded for a Base Period and one or more Option Periods
Ancillary support permitted when it is integral and necessary to the IT effort
Task orders can be issued normally within two to three months with streamlined ordering procedures based on FAR 16.505(b)
Complimentary scope-compatibility reviews
No protests on Tasks Orders under $10 million
ITSS-5 Contract and Labor Categories
Copy of ITSS-5 Contract (PDF) - All sections of the ITSS-5 contract through May 2018 version
Labor Categories (PDF) - Labor categories are available at Basic, Senior, Principal and SME levels for most categories.
List of Labor Categories
1. Program Manager |
26. Communications Specialist |
List of ITSS-5 Contract Holders
All contractor holders must be provided a fair opportunity to be considered for all task orders in accordance with FAR 16.505(b) unless an exception applies.
SDVOSB Contractors
Prime Contractor | Contract Number | Program Manager |
---|---|---|
AOC Fusion LLC | 15JPSS18DPZM00003 | Jeff Fowler |
Favor TechConsulting, LLC | 15JPSS18DPZM00004 | Joe Friend |
Fig Leaf Concept Solutions JV, LLC | 15JPSS18DPZM00005 | Guy E. Mincey |
Halfaker & Associates, LLC | 15JPSS18DPZM00006 | Yoony Doh |
Information Technology Coalition, Inc. | 15JPSS18DPZM00007 | Greg Fitzgerald |
Intepros Federal, Inc. | 15JPSS18DPZM00008 | William Alderson |
Logistics Systems, Inc. | 15JPSS18DPZM00009 | Kevin Schmitt |
Nester Consulting d.b.a GovernmentCIO | 15JPSS18DPZM00010 | Caroline Moh |
Network Design, Inc. | 15JPSS18DPZM00011 | Carmen Marco |
Unrestricted Contractors (Pending)
Prime Contractor | Contract # | Program Manager |
---|---|---|
Ace Info Solutions, Inc. | 15JPSS20D00000044 | Alan Kaufax |
BAE Systems Technology Solutions & Services Inc. | TBD | Frank Kidd |
Booz Allen Hamilton | 15JPSS20D00000045 | Forrest Stieg |
CACI, Inc. -Federal | 15JPSS20D00000046 | Jerome Williams |
MetroStar Systems | TBD | Fleur Ryan |
NTT DATA Federal Services, Inc. | 15JPSS20D00000047 | Lisa Talcott, PMP |
SRA International, A CSRA Company | 15JPSS20D00000048 | Robert C. Basinger, Jr. |
ITSS-5 Contract Scope
Every conceivable IT service can be procured under the ITSS-5 program in a timely, efficient, and cost-effective manner:
Across the entire Systems Development Life Cycle (SDLC);
For various types of information and management systems;
Using a variety of database management systems and software languages; and
Involving many computer hardware environments and operating systems.
Procurement of hardware and software, as related to a specific project, is allowed under the ITSS-5 program.
The contracts are available for use, on a non-mandatory basis, by all DOJ components to satisfy their IT requirements, as long as they are within the scope of the ITSS-5 support services.
There is no limitation on the dollar value of a task order issued under ITSS-5.
List of IT Services
IT Planning and Architecture Program Management Office Support 9. Requirements Analysis 10. Joint Requirements Planning (JRP) 11. Joint Applications Development (JAD) 12. Rapid Applications Development (RAD) 13. Systems and Information Engineering 14. Systems and Database Design 15. Systems Procedures and Standards 16. Systems Development and Testing 17. Accessibility Testing and Remediation 18. Systems Installation and Acceptance 19. Systems Programming 20. Systems Integration 21. COTS Integration 22. Interoperability Verification and Testing 23. Systems Automation 24. Systems Conversion 25. Web Development 26. Workflow Processing |
27. Data Warehousing / Data Mining / Data Analytics Infrastructure Support IT Security Operations and Maintenance Other IT-related Services |
ITSS-5 Pre-award Guidelines
Task Order Pre-award Procedures:
1. Program Office prepares SOW and Independent Government Cost Estimate (IGCE)
2. Program Office submits request for approval through IT Acquisition Review (ITAR) process
3. Fair Opportunities Competition4. The SOW is released, and JMD arranges pre-proposal conference
- The Administrative Contracting Officer (ACO) will determine if an IT Support Services requirement will be issued on a small business set-aside basis in which competition will be limited to only those contractors in the SDVOSB pool.
- The ACO may issue a request for information to the SDVOSB prime contractors to aid in making the set-aside determination. SDVOSB contractors will be required to perform at least 51% of the IT services. Most likely, the ACO will set-aside a requirement if there is an expectation that two or more SDVOSB’s can perform the work.
- Requirements that do not meet set-aside requirements due to shortcomings related to size, scope or complexity will be solicited on an unrestricted basis for competition among prime contractors from both tracks.
5. Contractors prepare technical (written or oral) and cost proposals
6. Program Office conducts technical evaluation
7. Best value determination
8. CO reviews/approves award recommendation
9. Task award
The document attached below contains pre-award guidelines pertaining to the ITSS-5 Program. The information contained in the document is subject to change and will be updated, as necessary.
Task Order Awards
All task orders issued are subject to the terms and conditions of the contract.
All contractors are provided a fair opportunity to be considered for each task order award.
Task orders can be issued normally within six to eight weeks with an approved SOW.
Task orders issued under these contracts are awarded consistent with FAR 16.505(b):
Primarily, ITSS-5 task orders are awarded through competition.
A task order may be awarded without competition in the following four exceptions pursuant to FAR 16.505(b)(2):Urgency;
Only one contractor can provide services;
Logical follow-on work; or
Satisfy contractor's minimum guarantee.
Customers may elect to use oral proposals in lieu of or in addition to requesting written proposals when making a task order award.
Task orders are awarded, when possible, based on initial technical and cost proposal submissions.
All costs associated with the preparation, presentation and/or discussions of the contractors' task order proposals are the responsibility of the ITSS contractors, at no additional cost to the customer agency.
Task Order types include fixed-price, labor-hour, and time-and-materials terms
ITSS-5 Pre-Award Guidelines (PDF) - Detailed description of the events leading up to and including task award under the ITSS-5 Program.
ITSS-5 Program Administration
Tasks awarded under ITSS-5 may at times require modifications to identify scope of work changes, reallocate funds, or modify the period of performance. The document attached below contains post-award guidelines for task modifications and option exercises. The information contained in the document is subject to change and will be updated, as necessary.
ITSS-5 Post-Award Guidelines (PDF)
Contract Administration
Contracting Officer (CO): DOJ's ITSS-5 Contracting Officer has the overall responsibility for the administration of these contracts. Only he/she can amend, modify or deviate from contract terms, conditions, and requirements.
Contracting Officer's Representative (COR): The ITSS-5 COR acts as a liaison between customer organizations, contractors, and the Contracting Officer, and coordinates the technical aspects of the ITSS-5 contracts.
Government Task Managers (GTMs): Government Task Managers serve as a focal point on all task order activities. They prepare statements of work, provide technical guidance to contractors, and review contractors' performance (technical, timeliness, and cost control) on all task orders.
Administrative Fee. An administrative fee is applied incrementally to the total value of each task order, and is calculated as follows:
2.0% up to $10M
TBD for greater than $10M
The fee covers the Department's costs of administering the ITSS-5 program. It covers the cost of the Contracts Management Service's administrative services to customer agencies, including overall consultation and technical guidance in the development of SOWs, coordination of the source selection process, preparation of reimbursement agreements and other financial documents, and the issuance of task orders. The fee also covers the cost of coordinating contract and/or task order amendments, resolving contractual issues concerning contractor performance, maintaining a database containing information such as task order status, contractors' past performance ratings, payments of contractor invoices, and collection of reimbursements from customer accounts.
Financial Administration. The COR is designated the responsibility for:
Establishing Reimbursement Agreements, Form DOJ-216, between DOJ's Contracts Management Service and customer organizations.
Preparing Order/Mod requests for review and action by the CO.
Reviewing monthly invoices submitted by contractors, and certifying them for payment after receiving certification from Government Task Managers that the expenditures reported by contractors in their monthly progress reports are accurate.
Contracts Management Service (CMS) pays contractor invoices out of its Working Capital Funds, and then requests monthly reimbursements for these costs from customer organizations.