E-Gov Travel Service, Next Generation (ETSNext) Travel and Expense (T&E) Technology Managed Service
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Dec 18, 2023 04:26 pm EST
- Original Published Date: Oct 04, 2023 12:32 pm EDT
- Updated Response Date: Jan 31, 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: 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:
- Table of Contents - Renumber Sections and their corresponding starting page.
- Section B.04 - Update all Option Periods under Period of Performance
- Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 1 and CLIN 2 section (4th paragraph).
- Section B.05.1 - Update FY23 project number to actual number.
- Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 3 section (2nd Paragraph).
- Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 4 section (1st Paragraph and 4th Paragraph).
- Section B.05.1 – Add/Update Base and Option Period CLINS to CLIN 5 (1st paragraph).
- Section B.05.1 – Add/Update Base and Option Period CLINS to the pricing tables.
- 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.
- Section C.02.4 Service Delivery – Solution Management, Customer Support Item #36 - Delete
- 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”.
- Section J – Attachment J-2 and J-3 have been replaced with versions dated December 18, 2023
- 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.
- 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.”
- 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.
- 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:
- Replace Attachment J-1 with a revised Attachment J-1 dated November 9, 2023
- Replace Attachment J-3 with a revised Attachment J-3 dated November 9, 2023
- Replace Attachment J-10 with a revised Attachment J-10 dated November 9, 2023
- Add Attachment J-19.1 ETSNext Demonstration Configuration Guidance dated November 9, 2023
- Add Attachment J-19.2 Appendix for ETSNext Demonstration Configuration Guide dated November 9, 2023
- 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)
Attachments/Links
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
- Jackie Davis - Contracting Officer
- jaclyn.davis@gsa.gov
History
- Jan 01, 2025 12:00 am ESTPresolicitation (Updated)
- Nov 27, 2024 10:50 am ESTPresolicitation (Updated)
- Jul 16, 2024 04:49 pm EDTPresolicitation (Updated)
- Jul 10, 2024 03:23 pm EDTPresolicitation (Updated)
- May 22, 2024 03:25 pm EDTPresolicitation (Updated)
- May 20, 2024 07:36 am EDTPresolicitation (Updated)
- May 09, 2024 02:08 pm EDTPresolicitation (Updated)
- Apr 30, 2024 01:18 pm EDTPresolicitation (Updated)
- Feb 13, 2024 03:07 pm ESTPresolicitation (Updated)
- Jan 16, 2024 09:16 am ESTPresolicitation (Updated)
- Jan 08, 2024 05:05 pm ESTPresolicitation (Updated)
- Jan 04, 2024 02:09 pm ESTPresolicitation (Updated)
- Dec 21, 2023 10:32 am ESTPresolicitation (Updated)
- Dec 20, 2023 04:24 pm ESTPresolicitation (Updated)
- Dec 19, 2023 10:52 am ESTPresolicitation (Updated)
- Dec 18, 2023 04:26 pm ESTPresolicitation (Updated)
- Dec 13, 2023 11:43 am ESTPresolicitation (Updated)
- Dec 06, 2023 08:11 pm ESTPresolicitation (Updated)
- Dec 05, 2023 06:39 pm ESTPresolicitation (Updated)
- Dec 04, 2023 06:16 pm ESTPresolicitation (Updated)
- Nov 09, 2023 03:23 pm ESTPresolicitation (Updated)
- Oct 20, 2023 04:34 pm EDTPresolicitation (Updated)
- Oct 20, 2023 04:29 pm EDTPresolicitation (Updated)
- Oct 20, 2023 04:19 pm EDTPresolicitation (Updated)
- Oct 04, 2023 12:32 pm EDTPresolicitation (Original)