Skip to content Skip to left sidebar Skip to right sidebar Skip to footer

Tag: GSA

Update on GSA’s Schedule Consolidation

Stephanie Shutt, who is spearheading the GSA Schedule consolidation, recently spoke about the effort’s three phases. On October 1, GSA completed the first phase of the consolidation and released the new single solicitation. (Nextgov, October 9, 2019)

Phase one organizes the Multiple Award Schedule Consolidation into categories that correspond to OMB’s category management approach. This allowed GSA to work with a template instead of starting from nothing. During the Schedule review, duplicates were removed as were multiple versions of specific contract clauses. (ibid)

To date, the Schedules had been divided into service and supply subcategories or Special Item Numbers (SINs). Duplicate SINs were removed, about 600 in all. The new SINs structure is based on the North American Industry Classification System (NAICS) which many agencies already use. (ibid)

Phase two, set to begin after the new year, will focus on existing contract holders completing a mass modification to update their base terms and conditions, which will ultimately moving most current holders to the new Schedule. Updates do not apply to negotiated elements of contracts, such as warranties or periods of performance. They will, however, impact the baseline terms and conditions. Vendors will also see a relocation of SINs and have the opportunity to select SINs that previously were across separate Schedules. Look for an advanced notice regarding mass modifications from GSA in early November. (ibid)

Phase three is slated to launch in July 2020. During this time, contracting officers will assist multiple Schedule holders with more than five years remaining on their contracts to consolidate into a single contract under the new Schedule. (ibid)

Shutt stressed that vendors with one contract under MAS or multiple contract holders that see completion within the next five years will have reviewed and completed the process by signing the “mass mod” during phase two. Phase three affects only contractors with multiple contracts, especially those with more than five years remaining on the contract. Those particular contractors will receive support directly from Shutt’s team to devise a plan to funnel all products and services down to one contract. (ibid)

Questions about how these phases might affect your current contract or a current bid? Give us a call.

GSA Updating their e-Market Portal

On October 1st, GSA issued a solicitation requesting proposals from e-marketplace portal providers. The solicitation is for the initial proof of concept of the Commercial Platforms program, part of the foundation of GSA’s Federal Marketplace Strategy (FMP) to simplify federal buying and selling and how federal agencies buy commercial off-the-shelf products. Proof of concept implementation is through partnerships with many commercial e-marketplace platform providers currently offering business-to-business capabilities. This gives federal agencies greater visibility into their online spending. (GSA.gov, October 2, 2019)

GSA Administrator Emily Murphy said, “As federal procurement continues to evolve, simplifying how we purchase basic commodities will allow agencies to focus more on work that directly serves their missions. Federal agencies spent approximately $260 million using online portals last year and it is critical that we use the Commercial Platforms program to better understand and manage this.” (ibid)

The proof of concept is GSA’s kickoff for changing the way federal agencies purchase commercial products via the open market, implementing the requirement of Section 846 in the FY 18 National Defense Authorization Act (NDAA). Last year GSA conducted stakeholder outreach and market research to get a better understanding of the open market place. They determined to take small steps through an iterative program management approach to Commercial Platforms. (ibid)

Proposals are due by November 1, 2019, at 5 PM EST. (FedBizOpps.gov, October 1, 2019)

Are you wondering how the e-marketplace will affect your current contract? Do you provide B2B services in the private sector and have questions about the solicitation? Give us a call.

It’s Heeeeere…

The new, single GSA Multiple Award Schedule solicitation was released today, 1 October, and it’s mostly what we expected.

Solicitation number 47QSMD20R0001, refresh 00 (!!) points you to the correct NAICS number for your product or service. The first page of the solicitation references the MAS Roadmap, which includes a guide to preparing your offer and required forms such as the:

  • Agent authorization letter
  • Letter of supply
  • Categories and appropriate NAICS (formerly SIN) numbers
  • Labor category matrix

as well as information about the:

  • Price proposal template, pricing narrative, and pricing support
  • Financial statements
  • Subcontracting plan
  • Technical proposal
  • Professional compensation plan
  • Commercial supplier agreements
  • Previous cancellation and rejection letters
  • Commercial sales practices
  • Commercial or market pricing

You must download separate documents, depending on your proposed product/service. Option categories include: office management, facilities, furniture and furnishings, human capital, industrial products and services, information technology, miscellaneous, professional services, scientific management and solutions, security and protection, transportation and logistics, and travel.

The old standards survive. You must submit via eOffer, the pilot TDR still applies, and you must sell $25,000 per year from the Schedule to keep it. Pathways to Success and the Readiness Assessment remain, as does AbilityOne and SCA.

All service AND product offers must now provide corporate experience and quality control narratives. Furthermore, you now have the option to submit CPARS reports instead of Open Ratings or even a narrative if your company hasn’t six references required by Open Ratings. One positive: GSA now requires only one past project description per service.

The following ominous clause has been included: “The offeror must provide a full and broad array of proposed products/services. An offer will not be accepted with limited product/service offerings unless it represents a total solution for the offeror or proposed product/service offering.” Will small, niche businesses have a more difficult time obtaining an award? Hope not.

Also, until SAM has added representations for the new FAR clause regarding covered telecommunication equipment and services (see our Blog post from 10 September) from particular Chinese companies, proposal submissions must include a statement noting compliance with n 52.204-24 Representation Regarding Telecommunications and Video Surveillance Services or Equipment.

Once awarded, yearly increases for contractors will be capped at four percent for the Human Capital Category, five percent for Professional Services and Travel, and ten percent for all others.

Yes, it’s complicated, and yes we have a handle on it. We are primed and ready to answer all your questions either about a new proposal or your current Schedule. Just give us a call.