Alliant 3

Alliant 3, one of the latest Governmentwide Acquisition Contracts (GWAC) offered by GSA, will provide federal government agencies with integrated IT solution services for evolving needs globally. The scope of Alliant 3 is aligned with the Federal Enterprise Architecture (FEA) and Department of Defense Information Enterprise Architecture (DoD IEA).

The vehicle supports “every conceivable aspect of IT services” including artificial intelligence (AI), distributed ledger technology (DLT), robotic process automation (RPA) and other types of emerging technologies. As a Best-in-Class (BIC) contract solution, Alliant 3 allows for multiple contract types including cost reimbursement, firm-fixed-price, time and materials, labor-hour and hybrids.

This Multiple Award Indefinite Delivery/Indefinite Quantity (MA-IDIQ) has an anticipated period of performance of 10 years with one five-year base period and one five-year option period.

Alliant 3 is an unrestricted GWAC. As such, “Other Than Small” and “Small Business” offerors are eligible to participate in the solicitation. Offerors must bid using a self-scoring methodology to win a seat on Alliant 3. GSA intends to make at least 60 awards with the possibility of tied scores factored in. In the event of a tie at the 60th award, all offerors with equal scores will receive an award. Additionally, if a tied score occurs before the 60th award the two offerors will also receive awards.

The maximum number of available points is 94,200 (as of Draft RFP issued on January 5, 2023). Point scoring criterion include relevant experience, emerging technology scope, past performance, offeror certifications and—now—sustainability related disclosures. 

Relevant experience
Relevant experience is divided into two categories:

  • NAICS Group Projects, and
  • Emerging Technology (ET) Projects

 Projects to be utilized within each category must meet certain conditions to be included within a proposal submission and the same project can be submitted for both NAICS Group and ET relevant experience. Draft RFP Section L.5.2.2 provides an overview of requirements for the “NAICS Group Relevant Experience” category while Section L.5.2.3 provides an overview of requirements for the “Emerging Technology Relevant Experience” category.

 Notably, NAICS Group Relevant Experience yields point scoring opportunities by specific project attributes including project size, projects with a cost reimbursement contract type, fair opportunity task order award against a MA/IDIQ contract and project location. 

 Similarly, ET Relevant Experience yields point scoring opportunities through submission of projects that align with ET scope areas defined in the draft RFP. Offerors may submit up to three ET relevant experience projects for each of the 11 emerging technologies (shown below), meaning there could be up to 33 projects to verify for those offerors looking to maximize points in this area.

  • Artificial Intelligence, Big Data, Cloud Computing, Cybersecurity, Edge Computing, Extended Reality (XR), Health Information Technology (HIT), The Internet of Things (IoT), Mobile IT, Quantum Computing, Zero Trust Networks

 Finally, there are opportunities for businesses to score additional points if they can prove they have met with small businesses who have experience in one of the 11 emerging technologies. 

Cost Accounting System (CAS) and audit information
Offerors can also claim points for their cost accounting system (CAS). Specifically, the offeror would need to provide verification from the Defense Contract Audit Agency (DCAA), Defense Contract Management Agency (DCMA) or any Cognizant Federal Agency (CFA) of an acceptable accounting system. This could be a:

  • Letter from DCAA, DCMA or the CFA that the offeror’s accounting system has been audited and determined adequate for determining costs applicable to the contract or order in accordance with FAR 16.301-3(a)(3), OR
  • A copy of the official cost accounting audit report from DCMA verifying the approval of the cost accounting system (also certifying that there have been no material changes to the accounting system since the last audit of its accounting system).  

 If an offeror does not submit evidence of an adequate/acceptable cost accounting system or verification of cost-reimbursement contract experience from the DCAA/DCMA or a CFA, the Offeror will not earn any points in this scoring element. Third party audits of cost accounting systems are not acceptable under any conditions.

Other contractor business systems
Several other contractor business systems will yield point scoring opportunities, including Purchasing System, Earned Value Management Systems, Acceptable Estimate Systems, and Forward Pricing Rate Agreements. Similar to cost accounting systems, DCAA, DCMA or CFA verification is required to achieve points. 

Contract ceiling:

  • There is no maximum dollar ceiling amount for the Master Contract or for each individual task order. An unlimited number of task orders may be placed for the term of Alliant 3, including the option if exercised.

GWAC Contract Access Fee (CAF):

  • Sales on the vehicle are expected to exhibit a CAF of 0.75%, similar to the GSA Schedules.

Cybersecurity and supplier governance:

Sustainability-related disclosures:

  • Alliant 3 will improve on Alliant 2 proposal requirements as one of the first to use Greenhouse Gas (GHG) reporting as a scoring criterion.
  • An amendment to the Draft RFP issued on January 5, 2023, includes 3,500 points for sustainability-related public disclosures of greenhouse gas (GHG) emissions for scopes 1 and 2 (1,750 points) and scope 3 (1,750 points).
  • To claim credit in these areas the potential offeror must provide the location of the public disclosure on its own website or third-party sustainability reporting portal (e.g., internet URL, Carbon Disclosure Project reporting portal).
  • GSA has also stated that the Alliant 3 contract will be the first GWAC to require GHG reporting and will contain emission reduction targets.

Small business stewardship:

  • Alliant 3 has a goal of 50% regarding subcontracting dollars to small businesses (see page 69 of the Draft RFP for other benchmarks for various socioeconomic categories of small businesses).

The Alliant 3 Request for Proposal (RFP) will be solicited no earlier than the first quarter of fiscal year 2024 (Q1, FY24), to provide the government sufficient time to review public responses to the Request for Information (RFI).

Related sections