Skip to main content

An official website of the United States government

You have 2 new alerts

E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Nov 27, 2024 12:45 pm EST
  • Original Published Date: Oct 04, 2023 12:32 pm EDT
  • Updated Response Date: Feb 21, 2024 11:00 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2024
  • Original Inactive Date: Feb 29, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DH10 - IT AND TELECOM - PLATFORM AS A SERVICE: DATABASE, MAINFRAME, MIDDLEWARE
  • NAICS Code:
    • 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  • Place of Performance:
    USA

Description

Date: November 27, 2024

Subject: ETSNext Award Notification - *Correction of Item 14 to November 26, 2024.

  1. Action Code: 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  2. Award Date: 11/26/2024
  3. Year: Calendar Year 2024; Fiscal Year 2025
  4. Contracting Office ZIP Code: 20405
  5. Product or Service Code: DH10 - IT and Telecom - Platform As A Service; Database, Mainframe, Middleware
  6. Contracting Office Address: 1800 F STREET NW, Washington D.C.
  7. Subject: Notice of Contract Award for the E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service
  8. Solicitation Number: 47QMCB23R0011
  9. Closing Response Date: February 21, 2024
  10. Contact Point or Contracting Officer: Erin M. Lush; erin.lush@gsa.gov
  11. Contract Award and Solicitation Number: Contract Award - 47QMCB25C0011 Solicitation Number - 47QMCB23R0011
  12. Contract Awarded Dollar Amount: $148,018,450.04 (Obligated as of 11/26/2024 - $120,024,000.04); Total Evaluated Price: $903,480,000.04
  13. Line Item Number: Obligated to date: CLIN00003 - Base Period T&E Managed Service Implementation: $119,999,000.04; CLIN00005: Base Period Travel $25,000.00; 
  14. Contract Award Date: November 26, 2024
  15. Contractor: International Business Machines (IBM) Corporation
  16. Description: E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service
  17. Place of Contract Performance: Bethesda, MD
  18. Set-aside Status: Full and Open Competition, No Set aside used

---End Award Notification---

Date: November 27, 2024

Subject: ETSNext Award Notification

  1. Action Code: 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services
  2. Award Date: 11/26/2024
  3. Year: Calendar Year 2024; Fiscal Year 2025
  4. Contracting Office ZIP Code: 20405
  5. Product or Service Code: DH10 - IT and Telecom - Platform As A Service; Database, Mainframe, Middleware
  6. Contracting Office Address: 1800 F STREET NW, Washington D.C.
  7. Subject: Notice of Contract Award for the E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service
  8. Solicitation Number: 47QMCB23R0011
  9. Closing Response Date: February 21, 2024
  10. Contact Point or Contracting Officer: Erin M. Lush; erin.lush@gsa.gov
  11. Contract Award and Solicitation Number: Contract Award - 47QMCB25C0011 Solicitation Number - 47QMCB23R0011
  12. Contract Awarded Dollar Amount: $148,018,450.04 (Obligated as of 11/26/2024 - $120,024,000.04); Total Evaluated Price: $903,480,000.04
  13. Line Item Number: Obligated to date: CLIN00003 - Base Period T&E Managed Service Implementation: $119,999,000.04; CLIN00005: Base Period Travel $25,000.00; 
  14. Contract Award Date: November 25, 2024
  15. Contractor: International Business Machines (IBM) Corporation
  16. Description: E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service
  17. Place of Contract Performance: Bethesda, MD
  18. Set-aside Status: Full and Open Competition, No Set aside used

---End Award Notification---

Date: July 16, 2024

Subject: Solicitation Amendment A00010 Correction

Note to Industry: This is for ETSNext Phase 2 participants. Correction to administratively update CLIN04006 and correct A00010 response date. This is a minor solicitation correction.  At this time, the government is not accepting additional proposals or revisions to the current proposals submitted.

The purpose of Solicitation Amendment A00010 is to to RFP 47QMCB23R0011 is to Amend section B, G, L, and M to for SAF:

Date: July 10, 2024

Subject: Solicitation Amendment A00010

Note to Industry: This is for ETSNext Phase 2 participants. This is a minor solicitation amendment.  At this time, the government is not accepting additional proposals or revisions to the current proposals submitted.

The purpose of Solicitation Amendment A00010 is to to RFP 47QMCB23R0011 is to Amend section B, G, L, and M to for SAF:

Date: May 22, 2024

Subject: Solicitation Amendment A00009

Note to Industry: This is for ETSNext Phase 2 participants. This is a minor solicitation amendment.  At this time, the government is not accepting additional proposals or revisions to the current proposals submitted.

The purpose of Solicitation Amendment A00009 to RFP 47QMCB23R0011 is to incorporate the following changes:

1. Update Phase 2 Response date from NLT June 30, 2024, to May 14, 2024, at 5:00 p.m. ET.

2. Section J: Replace Attachment J-10: ETSNext Demonstration Scenarios Revision dated May 17, 2024, with Attachment J-10: ETSNext Demonstration Scenarios Revision dated May 22, 2024.

3. Incorporate Revised Attachment J-10 ETSNext Demonstration Scenarios Revision dated May 22, 2024.

Date: May 17, 2024 (issued), Posted to sam.gov on 5/20 (system issue)

Subject: Solicitation Amendment A00008

Note to Industry:  This is for ETSNext Phase 2 participants. This is a minor solicitation amendment.  At this time, the government is not accepting additional proposals or revisions to the current proposals submitted.

The purpose of Solicitation Amendment A00008 to RFP 47QMCB23R0011 is to incorporate the following changes:

  1. Section J: Replace Attachment J-10: ETSNext Demonstration Scenarios dated November 09, 2023, with Attachment J-10: ETSNext Demonstration Scenarios Revision dated May 17, 2024.
  2. Section L.03.2 Phase 2: Volume 6 second paragraph. Replace 10 people with 15 people.
  3. Incorporate Revised Attachment J-10 ETSNext Demonstration Scenarios dated May 17, 2024.

Date: May 9, 2024

Subject: Phase 1 Advisory Notices

Phase 1 Advisory Notices have been sent to all offerors that participated in ETSNext Phase 1 under Solicitation 47QMCB23R0011. Advisory notices were sent via email from erin.lush@gsa.gov on May 9, 2024. 

Date: April 30, 2024

Subject: Issuance of Solicitation Amendment A00007. Note to Industry:  This is a minor solicitation amendment making administrative changes. Revised proposals are not being sought.

The purpose of Solicitation Amendment A00007 to RFP 47QMCB23R0011 is to incorporate the following
changes:

1. Section B.05.1 – CLIN 1 and CLIN 2 – Managed Service T&E Transactions) (Page 5, 3rd Paragraph): The number of completed transactions will be assessed on a quarterly basis, and total cost will be based on a transaction unit cost. Replace “quarterly” with “monthly”.

2. Section L.02.2 – Phase 1 Submission Instructions (Page 126): Replace January 31, 2024, with February 21, 2024.

3. Section M.04.1 - Phase 1 Evaluations - Phase 1 Factor 5 Price Evaluation (Page 132): Add “GSA will also evaluate the degree of risk, if any, the offeror's price proposal represents to the Government.”

4. Section M.06 – Basis for Award (Page 136): Add “the degree of risk posed to the Government,” after “It is important to note that the price is still a factor in determining which offer represents the best value, and that an offer that is highly rated in every non-price factor may not be selected for award if either its total evaluated price cannot be determined fair and reasonable,”

Date: February 13, 2024

Subject: Issuance of Solicitation Amendment A00006. Please Note:  This is a minor solicitation amendment.  All items updated via Solicitation Amendment A00006 should not affect proposal submissions.  A request for extension will not be granted.  Offers are due on February 21, 2024 at 11:00 p.m. EST (2300hrs) to erin.lush@gsa.gov with a copy to onthego@gsa.gov.

The purpose of Solicitation Amendment A00006 to RFP 47QMCB23R0011 is to incorporate the following changes:

  1. Section B.05.1 – CLIN 1 and CLIN 2 – Managed Service T&E Transactions) (2nd Paragraph). add “Revisions to the awarded CLIN 1 and CLIN 2 price(s) as a result of an economic price adjustment shall be made in accordance with the terms and conditions of the contract.” at the end of the second paragraph. 
  2. Section B.05.1 – CLIN 1 and CLIN 2 – Managed Service T&E Transactions) (6th and 7th Paragraph). Add ETSNext Service Access Fee language (2 paragraphs).
  3. Section I – Clause 52.204-28, 52.204-30, and 52.204-30 Alternative I, have been added/updated as of December 2023.
  4. Section L .02.1, Volume 5 Item 1(b)(i): 19-24 (schedule of items) has been removed.
  5. Section L.02.1, Volume 5 item 1(c)(i): Add All solicitation Amendments
  6. Section L.02.1, Volume 5 Item 1(c)(ii): Add Sf30 – Solicitation Amendment A00005 Only – Completion of blocks 8, 15, and continuation pages blocks A through F, All CLINS 00001 through 12005 (Schedule of Items). Signed by an authorized official.

Date: January 16, 2024

Subject: The question and answer period is closed, however three questions came in that all vendors should have information to. Posting an update adding questions 67 through 69 to 47QMCB23R0011_QuestionsandAnswersPart4_2024-01-16: Please Note:  The Questions and Answers is a stand alone document and is not incorporated by reference into the solicitation

Date: January 8, 2024

Subject: The purpose of Solicitation Amendment A00005 to RFP 47QMCB23R0011 is to extend the submission
due date from January 31, 2024 at 2300 hours EST to February 21, 2024 at 2300 hours EST. Amendment A00005 also provides the entire CLIN Schedule of the SF30 in blocks A-F which corresponds to the changes in section B of Solicitation Amendment A00003. Offerors will complete Amendment A00005 CLIN schedule (Pages 3-10) when submitting their proposal, along with all other items as required in section L.02.1 Phase 1.

Date: January 4, 2024

Subject: The question and answer period is closed, however five questions came in that all vendors should have information to. Posting an update adding questions 62 through 66 to 47QMCB23R0011_QuestionsandAnswersPart3_2024-01-04: Please Note:  The Questions and Answers is a stand alone document and is not incorporated by reference into the solicitation 

Date: December 21, 2023

Subject: Posting an update to question 20 (row 22) for RFP Section H.02 of Questions and Answers (dated December 21, 2023) receved by December 12, 2023. Please Note:  The Questions and Answers is a stand alone document and is not incorporated by reference into the solicitation 

Date: December 20, 2023

Subject: Solicitation Amendment A00004. The amendment gives an option to consider other non-FedRAMP security authorization to operate procedures without triggering a contract termination, in the event GSA CISO determines it is a more appropriate path for security authorization.  Because the solution called for is cloud-based, FedRAMP is the required path as noted in the requirements. 

This amendment also removes H.01 Technology clause aligns the contract with commercial terms. Clauses  52.227-14 Rights in Data-General and 52.227-19 Commercial Computer Software License remain incorporated to retain the government's rights to design documents and avoid being charged again in future procurements for custom software developed for ETSNext.  Finally, Amendment A00004 updates solicitation clauses as outlined.

  1. Section B.05.1 – CLIN 3 section (2nd Paragraph) add “and applicable items in C.02.1, C.02.2, and C.02.4” after C.02.3.
  2. Section C.02.3 – Service Delivery – Implementation Services; Technology Implementation (Security, Privacy, Authorization) Item 17(b) add “for their cloud-based solution” after “FedRAMP authorization.
  3. Section C.02.3 – Service Delivery – Implementation Services; Technology Implementation (Security, Privacy, Authorization) Item 18(c)(i)and(ii); Update (i) to “No GSA Signed Authorization to Operate (ATO) within 9 months of contract award for the IOC and (ii) to “No GSA signed ATO within 21months of contract award for the FOC”.
  4. Section C.02.3 – Service Delivery – Implementation Services; Technology Implementation (Security, Privacy, Authorization) Item 18(e) replace “their” with “any” and add “proposed” after (CSO).
  5. Section C.02.4 – Service Delivery – Solution Management; Performance Standard Item IX-20 and IX-21 – Delete “or 210 days after contract award if pursuing MiSaas ATO first (initial Implementation)”.
  6. Remove language in section H.01 in its entirety with the word “Reserved”.
  7. Section H.02.3– replace the word “FedRAMP with “federal security requirements”.
  8. Section H.02.11(d) replace “Any FedRAMP” with “all federal security”
  9. Section H.13(c) – Update link to revised link
  10. Section I – Clause 52.204-29, 52.244-6, and 52.212-5 have been added/updated as of December 2023.Section I – Clause 52.212-4 has been updated as of November 2023
  11. Section J – Attachment J-3 has a revised attachment dated December 20, 2023
  12. Section K – Clause 52.212-3 has been updated as of November 2023

Date: December 19, 2023

Subject: Posting of Questions and Answers receved by December 12, 2023. Please Note:  The Questions and Answers is a stand alone document and is not incorporated by reference into the solicitation 

Date: December 18, 2023

Subject: Issuance of Solicitation Amendment A00003 to RFP 47QMCB23R0011. The purpose of Solicitation Amendment A00003 is to update the option year periods of performance from 4 3-year option periods to 12 1-year option periods in order to better align the contract with the agency reimbursement processes. This amendment will also update the language in the security section of the PWS. FedRAMP is the most likely security authorization approach but language was amended to also allow for an equivalent FISMA moderate security authorization if deemed appropriate by GSA.

The purpose of Solicitation Amendment A00003 to RFP 47QMCB23R0011 is to incorporate the following changes:

  1. Table of Contents - Renumber Sections and their corresponding starting page.
  2. Section B.04 - Update all Option Periods under Period of Performance
  3. Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 1 and CLIN 2 section (4th paragraph).
  4. Section B.05.1 - Update FY23 project number to actual number.
  5. Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 3 section (2nd Paragraph).
  6. Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 4 section (1st Paragraph and 4th Paragraph).
  7. Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 5 (1st paragraph).
  8. Section B.05.1 – Add/Update Base and Option Period CLINS to the pricing tables.
  9. Section C.02.3 Service Delivery – Implementation Services, Technology Implementation (Security, Privacy, Authorization) Authorization of the System Item #18(g), replace first “MiSaaS or FedRAMP” with system security authorization, and replace second “MiSaaS or FedRAMP” with FISMA/FIPS-199 moderate system security.
  10. Section C.02.4 Service Delivery – Solution Management, Customer Support Item #36 - Delete
  11. Section C.02.4 Service Delivery – Solution Management, Technology Implementation (Security, Privacy, Authorization) Authorization of the System Item #58(c), replace “FedRAMP” with “system security authorization”.
  12. Section J – Attachment J-2 and J-3 have been replaced with versions dated December 18, 2023
  13. Section L.02.1 – Add “Tables” “Graphics/Images/Tables are allowed a minimum of 8 pitch or point size) to Volume 1, Volume 3, and Volume 4.
  14. Section L.02.1 – Volume 1 update “not to exceed 30 pages” to “not to exceed 40 pages”. Add “The cover letter, table of contents, and narrative of technical assumptions are not included in the page count and will be numbered with prefixes i, ii, iii, iv, v, vi, etc.”
  15. Section L.02.1 – Volume 2, Element 5, update “Voluntary Product Accessibility Template INT 2.5 (VPAT INT 2.5)” with correct title and link to VPAT INT 2.5.
  16. Section M.04.1 Phase 1 Evaluations, Phase 1 Factor 5 Price Evaluation will be replaced in its entirety.

Date: December 13, 2023

Subject: Posting of tje ETSNext Generation Pre-proposal Conference for Industry slides dated December 07, 2023 Please Note:  The Pre-proposal Conference for Industry slides are a stand alone document and are not incorporated by reference into the solicitation 

Date: December 6, 2023

Subject: Posting of tje ETSNext Generation Interested Parties List dated December 06, 2023. Please Note:  The Interested Parties List is a stand alone document and is not incorporated by reference into the solicitation 

Date: December 5, 2023

Subject: Posting of Questions and Answers receved by November 15, 2023. Please Note:  The Questions and Answers is a stand alone document and is not incorporated by reference into the solicitation 

Date: December 4, 2023

Subject: Issuance of Solicitation Amendment A00002 to RFP 47QMCB23R0011 incorporating the following changes:

1. RFP Cover Page - Replace Questions due from November 15, 2023 to December 12, 2023.
2. RFP Table of Contents – Renumbered.
3. RFP Section A - Replace Questions due from November 15, 2023 to December 12, 2023.
4. RFP Section B.02 - Replace Section B.02 in its entirety.
5. RFP Section B.05.1 - Remove “000” from CLIN0001 and CLIN0002 to reflect CLIN1 and CLIN2 (base and option periods) and add managed service transaction scenarios.
6. RFP Section B.05.1 – Update Base Period CLIN0003 in the table from “Annual” to “Base Period Lump Sum”.
7. RFP Section C.01.2 - Remove "GSA FAS was designed by the Office of Shared Solutions and Performance Improvement (OSSPI) as the Government-wide shared service provider for the T&E" with "GSA FAS' ETS was designated by the Shared Services Governance Board, as appointed by the Office of Management and Budget, to be an Existing Shared Service Provider for travel and expense management".
8. RFP Section C.01.3 - Provided revision to Figure 1 and Figure 2 dated December 4, 2023.
9. RFP Section I.01 – Remove Alternative 1 from Clause 52.219-9.
10. RFP Section J – Updated dates on Attachments J-1, J-3, J-10, J-19-1, J-19-2, and J-19-3 as reflected in Solicitation Amendment A0001 and Amendment A0002. Updated Legend ^^CUI to add "and/or documents not publicly made available" 
11. RFP Section L.02.1, Volume 1, add "or point size (graphics/images are allowed a minimum of 8 pitch or point size)" after 10 pitch and replace “The description must consider the totality of requirements described in the Performance Work Statement (PWS)” with “The description must demonstrate the Offeror’s commitment to the shared service model along with the totality of requirements described in the Performance Work Statement (PWS)”.
12. RFP Section L.02.1 Volume 2, Element 3 – Rename “C-SCRM Questionnaire” to “Basic Safeguarding Questionnaire”.
13. RFP Section L.02.1 Volume 2, Element 5 – Add “to create and submit an Accessibility Conformance Report (ACR)” after “Each offeror must also complete and submit a Voluntary Product Accessibility Template (VPAT)”.
14. RFP Section L.02.1 Volume 3 - add "or point size (graphics/images are allowed a minimum of 8 pitch or point size)" after 10 pitch.
15. RFP Section L.02.1 Volume 4 - add "or point size (graphics/images are allowed a minimum of 8 pitch or point size)" after 10 pitch.
16. RFP Section L.02.1 Volume 5 – Add “All offerors must have an active SAM UEI throughout the solicitation, evaluation and award process.” After “Completion of all representation and certifications via www.sam.gov.”
17. RFP Section L.3.2 Phase 2, Volume 6 Delete "Oral Presentation and" in header.
18. RFP - Replace the following sections in their entirety:
18a. RFP Section M.02 Evaluation of Offerors – General
18b. RFP Section M.04 Phase 1 Evaluation Methodology
18c. RFP Section M.04.1 Phase 1 Evaluations
18d. RFP Section M.05 Phase 2 Evaluation Methodology
18e. RFP Section M.05.1 Phase 2 Evaluations
18f. RFP Section M.06 Basis of Award
18g. RFP Section M.07 Evaluation Conclusion and Verification

19. Replace Attachment J-3 with a revised Attachment J-3 dated December 4, 2023

20. Replace Attachment J-19.1 with a revised Attachment J-19.1 dated December 4, 2023

Please Note: All changes in RFP Sections and Attachments are in Red. 

Date: November 9, 2023

Subject: Issuance of Solicitation Amendment A00001 to RFP 47QMCB23R0011 incorporating the following changes:

  1. Replace Attachment J-1 with a revised Attachment J-1 dated November 9, 2023
  2. Replace Attachment J-3 with a revised Attachment J-3 dated November 9, 2023
  3. Replace Attachment J-10 with a revised Attachment J-10 dated November 9, 2023
  4. Add Attachment J-19.1 ETSNext Demonstration Configuration Guidance dated November 9, 2023
  5. Add Attachment J-19.2 Appendix for ETSNext Demonstration Configuration Guide dated November 9, 2023
  6. Add Attachment J-19.3 MOI Notional User Profiles dated November 9, 2023

Date: October 20, 2023

Subject: Issuance of the Request for Proposals (RFP) 47QMCB23R0011 - E-Gov Travel Service, Next Generation (ETSNext) Travel and Expence (T&E) Technology Managed Service

Questions Due: Questions are due November 15, 2023 at 11:00 p.m. EST to erin.lush@gsa.gov with a copy to onthego@gsa.gov

Pre-Proposal Conference Information: The Governmetn will hold a pre-proposal conference on December 7, 2023, that will review the contents of the RFP and response requriements.  The date, time, and registration link are as follows:

Date:                        December 7, 2023

Time:                        1:00 p.m. EST - 3:00 p.m. EST

Registration Link:     https://gsa.zoomgov.com/meeting/register/vJItdOCppjwoHx-tCUTknWOXUBWXqOD7jxA#/registration

Closing Response Date: January 31, 2024 at 11:00 p.m. EST

Contact Point or Contracting Officer: Erin M. Lush; erin.lush@gsa.gov with a copy to onthego@gsa.gov on all correspondence

**This RFP contains Controlled Unclassified Information, JSON and YAML files, and access to documents that are not publically available.  To gain access to this information, a cover letter to include the company name, complete address (street, city, county, state, and zip), web address, email, phone, business size and SAM UEI must be submitted to erin.lush@gsa.gov with a copy to onthego@gsa.gov, before access to these documents are granted.**

------------------------------------------

Date: October 4, 2023

Subject: Synopsis for Request for Proposals (RFP) 47QMCB23R0011 - E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Services

Action Code: 518210 - Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services

Year: 2023 (FY2024)

Contracting Office Zip: 20405-0001

Product or Service Code: DH10 - IT and Telecom - Platform As A Service: Database, Mainframe, Middleware

Contracting Office Address: 1800 F Street NW, Washington, D.C. 20405-0001

Proposed Solicitation Number: 47QMCB23R0011

Closing Response Date: January 31, 2024

Contact Point or Contracting Officer: Erin M. Lush; erin.lush@gsa.gov with a copy to onthego@gsa.gov on all correspondence

Subject: 47QMCB23R0011 - ETSNext

Contract Award and Solicitation Number: Contract Award: TBD

Solicitation Number: 47QMCB23R0011

Contract Award Dollar Amount: TBD

Line Item Number: TBD

Contractor: TBD

Description: E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Services

Place of Contract Performance: TBD

Set-Aside Status: Full and Open Competition (No Set-aside)

Contact Information

Contracting Office Address

  • 1800 F STREET, NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

  • Erin M. Lush - Contracting Officer of Record
  •   erin.lush@gsa.gov
  •   Phone Number (502) 918-0618

Secondary Point of Contact





History