VEHICLES

Vehicles

GSA Multiple Award Schedule (MAS)

GSA MAS is the largest, most widely used IT acquisition vehicle in the federal
government. GSA’s industry partners offer a comprehensive array of IT products,
services, and solutions. The Schedule is an indefinite delivery indefinite quantity (IDIQ)
multiple award schedule providing direct access to IT products and services from over
5,000 industry partners.

LEARN MORE

GSA – Highly Adaptive Cybersecurity Services (HACS)

Overview:
The HACS Special Item Number (SIN) under the General Services Administration (GSA) Multiple Award Schedule (MAS) offers a comprehensive suite of cybersecurity services designed to help federal agencies protect their information technology systems and data from cyber threats. The HACS SIN encompasses a range of capabilities across five primary functional areas: High-Value Asset Assessments, Risk and Vulnerability Assessments, Cyber Hunt, Incident Response, and Penetration Testing. These services collectively enable agencies to assess and strengthen their cybersecurity posture, detect and respond to cyber threats, and recover from incidents. The HACS SIN is designed to be adaptive, allowing agencies to access tailored cybersecurity solutions that meet the evolving landscape of cyber threats, ensuring the security and resilience of their critical IT infrastructure and assets.

Supported Functional Areas:

  • Cyber Hunt
  • High Value Asses Assessments
  • Incident Response
  • Penetration Testing
  • Risk and Vulnerability Assessments
  • Test high-priority IT systems
  • Quickly order and implement services from technically-evaluated vendors
  • Stop adversaries before they impact networks
  • Rapidly address potential vulnerabilities

Contract Benefits:
Utilizing the HACS offers significant benefits to government agencies by providing streamlined access to specialized cybersecurity services. This integration facilitates a more efficient procurement process, enabling agencies to quickly address and adapt to emerging cyber threats and vulnerabilities. The HACS SIN, as part of the GSA Multiple Award Schedule, ensures that agencies can tap into pre-vetted, top-tier cybersecurity vendors who offer a wide range of cutting-edge cybersecurity solutions. This not only accelerates the deployment of critical cybersecurity measures but also ensures compliance with federal regulations and standards, ultimately enhancing the overall security posture of the government’s digital infrastructure. The synergy between HACS and GSA simplifies the acquisition process, fosters agility in cybersecurity defenses, and promotes cost-effective solutions, thereby delivering substantial value to government entities in safeguarding their information technology assets against sophisticated cyber threats.

Vision IT:
By choosing Vision IT under the GSA HACS SIN, government agencies benefit from a partner with a track record of outstanding performance and an in-depth understanding of cyber readiness requirements and Army IT services. Vision IT’s team of dedicated professionals ensures superior network reliability and availability, employing a proactive approach that minimizes downtime. The company’s flexible and dynamic service delivery model, underscored by its commitment to transparency and professionalism, allows for swift adaptation to changing IT demands, substantially surpassing typical contract provisions. Vision IT’s effective management guarantees prompt IT support in line with Army standards, drawing on best practices from their extensive experience to not just meet but advance the government’s strategic IT and cybersecurity modernization goals.

Contract Details:
Contracting Agency: GSA eligible for all Federal, state, local, and tribal agencies
Period of Performance:
NAICS: 541519 — Other Computer Related Services
PSC: DJ01 — IT and Telecom — Security and Compliance Support Services (Labor)
Contract Number: GS00Q17GWD2374
Contract Type: MAS GWAC
Task Order Types: FFP, Cost Reimbursement, Other
Prime or Subcontract: Prime

 

Information Management Communication Services IV (IMCS IV)

Overview:
The Information Management Communications Services IV (IMCS IV) contract serves as a pivotal resource for the U.S. Army, providing a $900 million ceiling for a broad range of IT and communications support services across Army installations in the United States and Puerto Rico. It is designed to streamline the Army’s network operations by offering telecommunications support for C4IM, advanced Information Technology Services (ITS), comprehensive Land Mobile Radio (LMR) Network Management, and support for both inside and outside plant operations. The contract enables task-oriented, performance-based acquisition and affords the Army strategic, long-term planning capability for its complex IT service needs. It is a framework built to adapt and extend, facilitating up to five years of ordering with the option for an additional 60 months of service, ensuring sustained support in the areas of cybersecurity, network enhancements, and technology upgrades essential for maintaining the operational effectiveness and security of the Army’s communications infrastructure.

Supported Functional Areas:

  • Unified Telecommunications for Command, Control, Communications, Computers, and Information Management (C4IM)
  • Inside Plant (to include Tier I and II Support)
  • Customer Services (Telephone)
  • Outside Plant (to include Cable Audits)
  • Help Desk Assistance
  • Hardware and Software Installation and Troubleshooting
  • Webmaster Support
  • Video Teleconferencing (VTC)
  • Technical Control Facility (TCF) Operations and Maintenance (O&M)
  • Voice Over Internet Protocol (VoIP/VoSIP)
  • Configuration Management of Installation Infrastructure
  • Radio System Network Management including Land Mobile Radios (LMR), Towers, and Control Systems

Contract Benefits:
The IMCS IV contract, valued at a ceiling of $900 million, is strategically designed to offer the U.S. Army a comprehensive array of communication and technology services, essential for installations across the United States and Puerto Rico. This approach emphasizes performance-based acquisition, enabling the focus on desired outcomes rather than specific methods of execution, enhancing efficiency and effectiveness. It provides a five-year period for placing orders, facilitating strategic, long-term planning for the Army’s diverse information technology needs. Furthermore, this contract includes an option for extending services for up to an additional 60 months beyond its original end date, potentially until June 17, 2033. This extended timeframe and substantial contract value underscore the contract’s role in supporting the government’s goals of modernizing and securing its IT infrastructure, offering both flexibility and stability in meeting future challenges and requirements.

Team Vision IT:
Selecting Vision IT for the IMCS IV contract and subsequent Task Orders (TOs) brings the government substantial benefits, leveraging their expertise proven by exceptional Commanders Cybersecurity Readiness Inspection (CCRI) experience and intimate familiarity with NETCOM and Army Enterprise Services. Vision IT’s proactive strategy promises optimized network performance, reduced downtime, and increased system availability. Their unique service delivery methodology, coupled with their commitment to clarity and professionalism, ensures rapid and flexible response to the Army’s evolving IT requirements, far exceeding standard contractual expectations. Through Vision IT’s management, critical IT support will be timely and effective, adhering to Army directives. Their strategy incorporates lessons learned from other successful Army support initiatives, promising to deliver not only operational excellence but also a continuous improvement ethos that aligns with the government’s strategic objectives for IT modernization and cybersecurity.

Contract Details:
Contracting Agency: US Army, Network Enterprise Technology Command (NETCOM)
Period of Performance: June 18, 2023 through June 17, 2028, with option through June 17, 2033.
NAICS: 541513 – Computer Facilities Management Services
Contract Number: W91RUS-23-D0009
Ceiling: 900M
Contract Type: IDIQ     
Task Order Types: FFP, Cost Reimbursement
Prime or Subcontract: Prime

 

AFICA Transient Alert Services (AFICA TA2)

Overview:
The AFICA TA2 contract is a significant undertaking by the Air Force Installation Contracting Agency (AFICA) to streamline and standardize Transient Alert Services across multiple locations. It addresses a wide range of functional areas and tasks, including arrival, processing, departure, emergency services, special event support, wash/cleaning/lubrication services, and management of distinguished visitors. These services will be provided across 45 mandatory bases spread across 9 Major Commands, with an additional 14 optional bases. The contract covers installations within the Continental United States, Alaska, Hawaii, and Guam. It entails the provision of personnel, vehicles, equipment, and supervision necessary to perform these services efficiently and effectively, ensuring the highest levels of operational readiness and safety for transient aircraft operations at USAF bases.

Supported Functional Areas:

  • Management
  • Arrival
  • Processing (Servicing)
  • Departure
  • Emergency Services
  • Special Event Services
  • De-Icing
  • Distinguished Visitor (DV) Services
  • Minor Maintenance
  • Crashed/Disabled Aircraft Recovery Services
  • Aerospace Ground Equipment (AGE) Maintenance
  • Quality Control

Contract Benefits:
The AFICA TA2 contract strategically accelerates the acquisition and management of Transient Alert Services, centralizing operations for 45 mandatory and 14 optional bases within the USAF. By offering a single, comprehensive contract with a ceiling exceeding $195 million, the government benefits from streamlined procurement processes and unified management. This consolidation not only expedites service delivery across diverse geographical locations but also simplifies oversight and enhances the ability to maintain high standards of service. It includes the full spectrum of transient alert services such as management, aircraft handling, emergency response, and distinguished visitor services, while also providing the necessary support for high-security aircraft like Marine 1 and Air Force 1. The contract’s structure fosters economies of scale, potentially reducing costs and administrative burden, thereby offering the Air Force a cost-effective and efficient approach to manage transient alert services on a national scale. The high contract value reflects the critical nature and broad scope of these services, underscoring their importance to the USAF’s operational readiness and security posture.

Team PDO Vision:
Selecting Team PDO Vision as the contractor for the AFICA TA2 services contract offers the government a partner with a sterling track record and proven past performance on past AFICA Task Orders. With a commitment to employee welfare across all sites in the continental United States, the team brings exceptional flexibility in responding to government needs. This is evidenced by multiple “exceptional” CPARS, reflecting PDO Vision’s dedication to exceeding performance standards. The proposal underlines Team PDO Vision’s comprehensive approach, which has demonstrated significant benefits to the government, ensuring a blend of reliability, high-quality service delivery, and adaptability to the evolving requirements of AFICA TA services.

Contract Details:
Contracting Agency: Department of the Air Force, Air Force Materiel Command, Air Force Installation and Mission Support Center, Air Force Installation Contracting Agency (AFICA)            
Period of Performance: September 11, 2023 – August 31, 2028
NAICS: 488190 – Other Support Activities for Air Transportation
Contract Number: FA445223D0014
Ceiling: 195 million
Contract Type: IDIQ     
Task Order Types: FFP, Cost Reimbursement
Prime or Subcontract: Prime – PDO Vision JV LLC

Subcontracts

SETI (Systems Engineering, Technology, and Innovation)

SETI offers an array of research and development, and critical technical disciplines core to engineering, delivering, and maintaining DOD and DISA IT products and capabilities. It encompasses legacy, current, and future DOD and DISA capabilities, services, systems, and systems-of-systems (SoS) throughout the acquisition and system engineering life cycle. SETI spans the entire spectrum of DISA mission areas supported by the various Combatant Commands, Services, Agencies, and DISA Directorates and Offices. SETI is available for use by all DOD mission partners.

ITES3S SB

The overall objective of ITES-3S is to provide industry best practice, best value, non-personal services to enable a broad range of enterprise-level support service for IT integration and service management activities to the Army, other DoD agencies, and all other Federal agencies. Performance locations include CONUS, OCONUS, and warzone arenas.

CIO-SP3

Chief Information Officer-Solutions and Partners 3 (CIO-SP3) is a 10-year IDIQ Government-Wide Acquisition Contract (GWAC) with a 15-year period of performance that has been designated as Best in Class (BIC) by the Office of Management and Budget (OMB). The GWAC has 10 task areas to meet virtually every IT need from legacy system maintenance to emerging digital solutions. Every federal civilian and DOD agency can use CIO-SP3 for fast, value-oriented solutions.

RS3

Responsive Strategic Sourcing for Services (RS3) is a Performance Based Services Contract that provides customized best value solutions to a diverse group of organizations that span the spectrum of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) mission requirements throughout the world. RS3 has a $37.4B ceiling with primary service areas including, but not limited to: Engineering; Research, Development, Test and Evaluation (RDT&E); Logistics; Acquisition and Strategic Planning; Education and Training Services.

 SITE III

This Indefinite Delivery/Indefinite Quantity (IDIQ) contract provides worldwide coverage for integrated IT requirements and technical support services to the U.S. government. SITE III is currently funded through the Enhanced Solutions for Information Technology Enterprise (E-SITE) contract and other Defense Intelligence Agency (DIA) contact vehicles to address the evolving needs vital to the security of the United States.

 NOAA NMITS

 The National Ocean and Atmospheric Administration (NOAA) Mission Information Technology Services (NMITS) is a small business set-aside Blanket Purchase Agreement (BPA) contract vehicle with five base years and a five-year option period. This $2.1B vehicle utilizes General Services Administration’s (GSA) IT Schedule 70 and is administered by a joint effort from the NOAA Office of the CIO (OCIO) / NOAALink Program Office (NPO) and NOAA’s Acquisition and Grants Office (AGO) / Corporate Services Acquisition Division (CSAD).