iGov offers a variety of Governmentwide Acquisition Contracts (GWAC) through which our robust portfolio of services and products can be obtained to meet your acquisition needs. We also hold many agency-specific contracts that allow agencies access to pre-negotiated and ready-to-use customized solutions. Additionally, our established partnerships enable us to provide complete solutions that fulfill your agency’s program goals and mission.
Contract Name:
Platform Engineering and Integration for Tactical and Strategic Systems (PEITSS)
Contract Number:
FA8730-16-D0007
Period of Performance:
January 27, 2016 through January 26, 2026
Contract Ceiling:
$538 Million contract limit
Contract Type:
USAF IDIQ
Delivery:
TBD per Delivery Order
Available To:
USAF IDIQ
The PEITSS contract is a multi-award, indefinite-delivery, indefinite-quantity (MAIDIQ) contract with a five-year base and one five-year option period. It will be used to design, develop, produce, and sustain a variety of tactical and strategic systems for the US Air Force’s Battle Management Directorate.
With an initial ceiling value of $538M, iGov was awarded the first delivery order, valued at $52.3M, to deliver and install a new Mobile Communications System (MCS) in the U.S. Air Force M1145 Highly Mobile Multi Wheeled Vehicles (HMMWV). The initial order is for 158 installed MCS systems and several spare kits. The second delivery order was awarded to iGov in July 2018. iGov will modify the M1165 HMMWV armored variant used by the Air Forced Tactical Control Party operators.
The work is being primarily performed at iGov’s System Engineering and Integration facility in Tampa, FL.
Program Manager: Mr. Terry Wright
Phone: 813-448-3326
Email: twright@igov.com
Contract Manager: Theresa Whittle
Phone: 703-749-0872
Email: twhittle@igov.com
Contract Name:
National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V
Contract Number:
NNG15SD81B (Group C Small Business)
Period of Performance:
May 1, 2015 through April 30, 2025
Contract Ceiling:
$20 Billion contract limit
Contract Type:
Firm Fixed Price (FFP)
Delivery:
30 Days
Available To:
All Federal Government Departments & Agencies, Authorized Prime Contractors
The NASA SEWP Governmentwide Acquisition Contract (GWAC) provides the latest IT products and services and has an outstanding track record of serving up fresh technology. It offers a vast selection and wide range of commercial advanced technology, including desktops and servers, IT peripherals, network equipment, storage systems, security tools, software products, cloud-based services, telecommunication, health IT, and video conferencing systems. It also offers product-based services such as installation and maintenance to all Federal agencies (including DoD) and their approved support service contractors. SEWP offers low prices (generally below GSA schedule prices), the lowest surcharge (0.34% effective 10/01/2020), and the easiest and fastest ordering procedure using pre-competed contracts.
The SEWP V Contracts are multi-award contracts and are subject to Fair Opportunity. Contract Holders will be provided fair opportunity at the individual order level as appropriate per FAR Part 16.505(b), including the SEWP RFQ tools. FAR 16.505(b) (1) provides that each contractor shall be given fair opportunity to be considered for each order exceeding $10,000 and issued under multiple award contracts.
iGov Technologies, Inc.
Primary: Phen Vilamonh
Phone: 800-777-9375
Email: igovcontracts@igov.com
Alternate: Tom Walsh
Phone: 800-777-9375
Email: igovcontracts@igov.com
Sales Dept:
Phone: 800-777-9375
Email: salesstaff@igov.com
SEWP Program Management Office (PMO)
Customer Helpline: 301-286-1478
Email: help@sewp.nasa.gov
SEWP Website: http://www.sewp.nasa.gov
All Delivery Orders must be sent to NASA SEWP PMO
Email: sewporders@sewp.nasa.gov
Fax: 301-286-0317
Please see attached ordering guide on how to obtain a quote, policy and procedural information, and order inquiries.
Contract Name:
National Institutes of Health (NIH) Chief Information Officer – Commodities and Solutions (CIO-CS)
Contract Number:
HHSN316201500062W
Period of Performance:
May 1, 2015 through April 30, 2025
Base contract - 5 years w/ one 5-year option
Contract Ceiling:
$20 Billion contract limit
Contract Type:
Firm Fixed Price (FFP)
Delivery:
TBD per Delivery Order
Available To:
All Federal Government Departments & Agencies
The NIH CIO-CS contract provides all Federal agencies the ability to acquire IT commodities and solutions to fulfill mission-critical requirements. Available commodities and solutions include health- and biomedical-related IT commodities to meet scientific, health, administrative, operational, managerial, and information management requirements. Also included are IT services such as deployment & installation, maintenance & training, engineering studies, enterprise licenses & extended warranties, cloud, mobility, collaboration tools, web & video conferencing, cyber security, and virtualization.
Program / Contracts Dept.
CIO-CS Program Manager: Ms. Phen Vilamonh
Phone: 800-777-9375
Fax: 703-356-2023
Email: igovcontracts@igov.com
Sales Dept.
Phone: 800-777-9375
Fax: 703-356-2023
Email: ciocs@igov.com
Ordering Information:
Requests for Quote (RFQ) and resulting orders that are greater than $3,000 shall be submitted/released through e-GOS. Contract holders are authorized to initiate work only after receipt of an award document through e-GOS.
NIH Customer Support Center
Phone: 888-773-6542
E-mail: NITAACsupport@nih.gov
Contract Name:
Department of Homeland Security (DHS) FirstSource II
Contract Number:
HSHQDC-13-D-00016
Period of Performance:
January 8, 2013 through December 31, 2023
Contract Ceiling:
$6.3 Billion contract limit
Contract Type:
Firm Fixed Price (FFP) / Time and Materials (T&M) / FFP w/Incentive
Delivery:
15 Days
Available To:
DHS and all its Components
Other Government Agencies with DHS HCA Approval
The FirstSource II contract provides DHS and its 16 operating components with commercial IT commodity solutions and value-added reseller services for a variety of applications. It also provides for technological advances and new business practices that may reduce costs and increase productivity and efficiency while leveraging DHS’ department-wide buying power to obtain the lowest available prices. This contract provides access to a wide and renewable variety of IT commodities and solutions (hardware and software) from multiple Original Equipment Manufacturers (OEMs) through Delivery Order competitions. Any commercially available IT product may be made available through this contract.
Contracts Dept.
Phone: 800-777-9375
Fax: 703-356-2023
Email: igovcontracts@igov.com
Sales Dept.
Phone: 800-777-9375
Fax: 703-356-2023
Email: FSII_SB@igov.com
Contract Name:
General Services Administration (GSA) Information Technology (IT) Schedule 70
Contract Number:
GS-35F-005GA
Period of Performance:
October 5, 2016 through October 4, 2026
Contract Ceiling:
N/A
Contract Type:
Firm Fixed Price (FFP) / Time & Materials (T&M)
Available To:
GSA IT Schedule 70 is a Governmentwide Acquisition Contract (GWAC) that supports Government requirements for high-performance IT by providing state-of-the-art commercial hardware, software, services, and solutions. The IT Schedule includes equipment such as large scale, desktop and laptop/portable/notebook computers; professional workstations; servers; optical and imaging systems; printers; displays; network equipment; optical recognition input/output devices; storage devices; telephone equipment; telephone answering and voice message systems; audio and video teleconferencing equipment; facsimile equipment; radio transmitters, receivers and antennas; microwave radio and radio navigation equipment; and pagers and public address systems. Both term and perpetual software licenses for large-scale computers and microcomputers are included for operating system, application, electronic commerce, utility, communications, and core and ancillary financial software. IT professional services include facility operation and maintenance, systems development, systems analysis, automated information system design & integration, programming, backup and security, data conversion, and network management services.
Contracts Dept.
Phone: 800-777-9375
Email: igovcontracts@igov.com
Sales Dept. (for RFQs and order inquiries)
Phone: 800-777-9375
Email: salesstaff@igov.com
Ordering Address:
MA Federal, Inc. d/b/a iGov.com
12030 Sunrise Valley Dr., Suite 300
Reston, VA 20191
Email: salesstaff@igov.com
Fax: 703-356-2023
Contract Name:
GSA IT Schedule 70 Rugged Laptop BPA
Contract Number:
47QTCA20A004M
Period of Performance:
March 19, 2020 through March 18, 2023
Contract Ceiling:
N/A
Contract Type:
GSA Schedule 70 BPA-FFP
Delivery:
60 Days ARO
Available To:
All Federal Departments and Agencies authorized to purchase from GSA Federal Supply Schedules
The 2GIT BPA provides the Government a fast and effective way to order IT hardware and software commodities, ancillary supplies and services at discounted prices with prompt, cost-effective delivery, while capturing economies of scale, fostering markets for sustainable technologies and environmentally preferable products, while simplifying data collection. The U.S. Air Force has decided to make the 2GIT BPAs a mandatory use vehicle for the replacement of the NETCENTS-2 Products IDID contract.
Contracts Manager:
Contact: Tom Walsh
Phone: 703-749-0874
Email: twalsh@igov.com
Sales Dept.
Phone: 800-777-9375
Email: saelsstaff@igov.com
60 Days ARO
Contract Name:
Targeted Requirements Execution - TREX
Contract Number:
H9240121D0002
Period of Performance:
October 16, 2020 - October 15, 2025
Contract Ceiling:
$780 Million
Contract Type:
IDIQ - Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF)
Available To:
United States Special Operations Command (USSOCOM)
The TREX Contract is provides Intelligence, Surveillance, and Reconnaissance (ISR) related equipment solutions and related incidental development and/or other related services to the Special Operations Command in four main categories: (1) System Integration, (2) Hardware and Modifications, (3) Specialized Communication Solutions and Networks, and (4) Signal Processing Capabilities.
Program Manager: Mr. Luke Haverlak
Phone: 813-756-2188
Email: lhaverlak@igov.com
Contract Manager: Theresa Whittle
Phone: 703-749-0872
Email: twhittle@igov.com
TBD per individual task order
Contract Name:
SeaPort Next Generation - SeaPort - NxG
Contract Number:
N00178-19-D-7798
Period of Performance:
January 2, 2019 through January 1, 2024
Contract Ceiling:
$5 Billion
Contract Type:
IDIQ - Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF) and Cost Plus Award Fee (CPAF)
Available To:
All warranted Contracting Officers from the Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Command, Naval Supply Systems Command, Military Sealift Command, Strategic Systems Programs, Naval Facilities Engineering Command, Office of Naval Research, and the United States Marine Corps are authorized to place orders under this IDIQ contarct, using the electronic SeaPort portal.
The SeaPort Next Generation Contract (SeaPort NxG) provides for Engineering and Program Management Services that span the entire spectrum of mission areas and technical capabilities supported by the Department of the Navy (DON).
Functional Areas under Engineering Services:
Functional Areas under Program Management Services:
Program Manager:
Contact: Chris Toy
Phone: 813-448-3347
Email: ctoy@igov.com
Contract Manager:
Contact: Tom Walsh
Phone: 703-749-0874
Email: twalsh@igov.com
Contract Name:
Responsive Strategic Sourcing for Services (RS3)
Contract Number:
W15P7T-19-D-0057
Period of Performance:
October 18, 2018 - May 14, 2027
Contract Ceiling:
$37.4 Billion
Contract Type:
IDIQ - Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF) and Cost
Available To:
ACC-APG customers, other Program Executive Offices (PEOs) other Department of Defense (DoD) agencies, and other federal agencies with knowledge based support services for requirements with Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) related needs.
The Responsive Strategic Sourcing for Services (RS3) spans the spectrum of mission areas for programs with C4ISR related requirements. Areas of support include Engineering, Research, Development, Test and Evaluation (RDT&E), Logistics, Acquisition and Strategic Planning, and Education and Training.
Program Manager: Stephen Carlton
Phone: 813-701-3587
Email: scarolton@igov.com
Contract Manager: Tom Walsh
Phone: 703-749-0874
Email: twalsh@igov.com
Contract Name:
USMC Marine Air Ground Task Force (MAGTF) Common Handheld
Contract Number:
M67854-19-D-2040
Period of Performance:
February 28, 2019 through February 27, 2024
Contract Ceiling:
$48 Million
Contract Type:
IDIQ - Firm Fixed Price (FFP)
Available To:
USMC MARCORSYSCOM
The contract is an indefinite-delivery/indefinite-quantity (IDIQ) contract which provides for a secure mobile computing platform, hereafter referred to as the MCH Integrated Platform, upon which the USMC can deploy a wide range of tactical applications providing fire support, command and control, situational awareness, and maneuver support capabilities for dismounted Marines. It provides for a secure mobile computing at the battle space tactical edge. Commercial Solutions for Classified (CSfC) systems will provide the key enabler to meet Marines’ need for secure computing with a rapid paced technology evolution present in the commercial smart phone industry.
Program Manager:
Contact: Mr. Luke Haverlak
Phone: 813-75-2188
Email: lhaverlack@igov.com
Contract Manager:
Contact: Theresa Whittle
Phone: 703-749-0872 Email: twhittle@igov.com
TBD per individual task order |
9211 Palm River Rd, Suite 100
Tampa FL 33619
Phone: 813-612-9470
Unique Entity ID: JKJ7JTLJJHR6
Cage Code: 32BQ5 Facility Code: 4C8X2
Contractor’s Taxpayer ID: 20-2347502
Business Size: Small (541519)
Date Incorporated: 08/31/2004
12030 Sunrise Valley Dr., Suite 300
Reston, VA 20191
Phone: 703-356-1160
Unique Entity ID: L7MZK1KZZ162
Cage Code: 06SD6
Contractor’s Taxpayer ID: 54-1802233
Small Business SIC Code: 5045 Business
Established: 05/13/1996