Our Contract Vehicles

HCI’s numerous contract vehicles provide access to the full gamut of HCI’s capabilities under pre-negotiated terms and conditions. These vehicles include a variety of GSA Schedules, Blanket Purchase Agreements, Agency ID/IQ Contracts, and Government-wide Acquisition Contracts that offer a number of benefits.

In many cases, we act as a PRIME CONTRACTOR and in other cases, we act as a subcontractor to our industry partners. In this section, we provide detailed information regarding our contract vehicles, awarded pricing structure, etc.

If you would like more information regarding these contracts, please contact HCI by e-mail at info@hc-inc.net or at (703) 537-3151.

As Prime contract holder, the awarding agency coupled with HCI's streamlined contracting management approach can implement your contracting requirements in a matter of days.

HCI’s rates have already been determined to be fair and reasonable by the awarding agency.

HCI has been in business since 1995 providing a variety of technology solutions and professional services to the Federal Government.

HCI’s steamlined contracting management approach combined with numerous contract vehicles provides flexibility in defining and obtaining the type of solutions and/or services our government clients require.

  • TSS-E
    Contract Vehicle
  • GSA MAS
    Contract Vehicle
  • ASC EAGLE
    Contract Vehicle
  • RS3
    Contract Vehicle
  • SeaPort NxG MAC
    Contract Vehicle
  • VETS
    Contract Vehicle
  • ITES-3S
    Contract Vehicle
  • T4NG
    Contract Vehicle
  • OASIS
    Contract Vehicle

Training Support Systems Enterprise (TSS-E) for the U.S. Army Training Support Center (ATSC)

Mission Installation Contracting Command (MICC) - Ft Eustis, VA; Solicitation number W911S0-16-R-0003. MICC-Ft Eustis, on behalf of the U. S. Army Training Support Center (ATSC), Ft Eustis, VA intends to contract for Training Support Systems Enterprise (TSS-E) Mission Support Services. ATSC, Ft Eustis, VA will manage, plan, integrate, implement, and sustain specific TSS-E programs that support training across all training domains and the Training and Doctrine Commands (TRADOC) core missions. The mission of TSS-E is to provide policy and resources to develop, deliver, and enable an operationally relevant and totally integrated Live, Virtual, Constructive, and Gaming (LVC&G) training environment for Warfighters through the Army's TSS-E products, services, and facilities worldwide. There are five (5) major tasking/subtasking areas each of which provides development and delivery of training products and support services to installations and units in the training of operational, institutional, and self-developmental domains. The five (5) tasking/subtasking areas are:

(1) Sustainable Range Program (SRP)(a) Range Operations(b) Range Modernization(c) Integrated Training Area Management (ITAM)(d) Geographic Information Systems (GIS)

(2) Combat Training Center (CTC) Support(a) Leader Training Program (LTP)(b) Operational Environment (OE) Support(c) Miscellaneous CTC Support

(3) Mission Complex and Live, Virtual & Constructive - IntegratedArchitecture (LVC-IA) Support(a) Technical Support(b) Training Support(c) Exercise Support(d) Program Management(e) LVC-IA Support

(4) Soldier Training Support(a) Training Support Center (TSC) Operations(b) TSC Modernization(c) Program Management

(5) Training Development Support(a) Combat Development Training Capability(b) Mission Training Capability(c) Virtual Capability(d) Gaming Capability(e) Constructive Simulation Capabilities

TSS-E Mission Support Services will provide support to Headquarters, Department of the Army (DA), the U.S. Army installations, the U.S. Army Commands (ACOMs), the U.S. Army Installation Management Command (IMCOM) and IMCOM Regions,the U.S. Army National Training Center (NTC), ATSC, the U.S. Army EnvironmentalCommand (AEC), the U.S. Army National Simulation Center (NSC), the U.S. Army Training and Doctrine Command (TRADOC) and Combined Arms Command (CAC), U.S. Army Reserve Command (USARC), and the U.S. Army National Guard (ARNG) Direct Reporting Units (DRU's). Services will be performed at Government facilities and/or contractor facilities throughout the Continental U.S. (CONUS) and its territories and Outside the Continental U.S. (OCONUS). The contractor shall be required to travel to locations throughout CONUS and OCONUS. This will be a performance-based services requirement with a five (5) year Ordering Period. The Government anticipates awarding Multiple Award Indefinite Delivery/Indefinite Quantity contracts with Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) task orders.

GSA MAS Contract

GSA Schedule Contracts, also known as GSA Schedules or Federal Supply Schedules, are long-term contracts that fall under the General Services Administration’s Multiple Award Schedule (MAS) Program. They are indefinite delivery, indefinite quantity (IDIQ) contracts. GSA Schedule Contracts were created to make acquiring products and services easier for federal employees. They include pre-negotiated rates, delivery periods, warranties, and other terms and conditions that help to optimize the purchasing process. GSA Multiple Award Schedules (MAS) are long-term governmentwide, indefinite-delivery, indefinite quantity (IDIQ) contracts that supply commercial items and services at volume discount pricing to federal, state, and local government buyers. The GSA Multiple Award Schedules Program is used by businesses and organizations interested in selling products and services to government agencies through the General Services Administration (GSA). Each GSA MAS contract is issued for a five-year initial period, with three further five-year option periods, for a total of 20-year contract life. The GSA Schedule program can be seen of as a long-term relationship with federal agencies, with contracts lasting up to 20 years.Both government buyers and contractors will benefit from GSA Schedules. The advantages of being on the GSA Schedule are numerous for contractors. GSA awards long-term, governmentwide contracts under the MAS Program that allows federal, state, and local government buyers to purchase commercial products, services, and solutions at pre-negotiated costs. You will be able to do the following as a MAS contractor:

  • Using streamlined ordering procedures, sell products and services directly to government organizations.
  • Comply with all federal regulations and policies.
  • Offer items and services at prices that are both fair and reasonable.

Army Sustainment Command (ASC) EAGLE Basic Ordering Agreement (BOA) II

The Army Sustainment Command (ASC), as the Army Materiel Command’s (AMC) executive agent for field support, is establishing a capability to support the Materiel Enterprise by providing for major aspects of the Army’s multi-faceted supply, maintenance and transportation efforts – both Contiguous United States (CONUS) and outside the Contiguous United States (OCONUS). These efforts directly and indirectly support preparing forces for deployment, sustainment and redeployment in current conflicts, reset forces and rebuild readiness for future deployments and contingencies in order to meet the demands of a persistent conflict in the 21st Century. Services are contemplated for both CONUS and OCONUS operating environments to include areas in conflict and contingencies. Customers for these efforts may include Department of the Army, Coalition partners, joint bases, foreign Governments and other Department of Defense agencies. Functional and programmatic services may be required by any Army organization, at any level, including Army Commands (ACOM), Army Service Component Commands (ASCC) and Direct Reporting Units (DRU) as well as other U.S. Agencies, Coalition partners, joint bases and foreign Governments with whom the Armyhas entered into an agreement.

Responsive Strategic Sourcing for Services (RS3)

The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) has a requirement to provide knowledge based professional engineering support services for programs with Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) related requirements. Customers may include ACC-APG C4ISR customers, other Program Executive Offices (PEOs) other Department of Defense (DoD) agencies, and other federal agencies with C4ISR-related missions. The Responsive Strategic Sourcing for Services (RS3) multiple award indefinite-delivery indefinite-quantity (MA IDIQ) contract vehicle will provide services to support a diverse group of organizations that span the spectrum of mission areas for programs with C4ISR related requirements. Areas of support include C4ISR-related requirements for Engineering, Research, Development, Test and Evaluation (RDT&E), Logistics, Acquisition and Strategic Planning, and Education and Training. The anticipated ceiling amount for the RS3 contract, including the optional ordering period, is approximately $37.4 Billion. The anticipated ordering period is five (5) years with one optional five (5) year ordering period. In accordance with Federal Acquisition Regulation (FAR) 52.216-22, contractors may be required to continue services under a task order for up to five years after the expiration of the ordering period. The place of performance will be determined at the individual task order level and may include government sites and/or off site contractor facilities. The place of performance may be CONUS, OCONUS or a combination of CONUS and OCONUS locations to support requirements throughout the world.

SeaPort NxG MAC

SeaPort-NxG is a multiple-award, indefinite delivery, indefinite quantity (IDIQ) contract vehicle. Task orders issued on this contract vehicle will support Naval Sea Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, the Office of Naval Research, and the U.S. Marine Corps.

Veterans Technology Services (VETS) 2GWAC IDIQ

The VETS 2 GWAC is the only GWAC set aside exclusively for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB). It’s designed to meet diverse agency IT services requirements, including new and emerging technologies. The Veterans Technology Services (VETS) 2 Governmentwide Acquisition Contract (GWAC) is a MultipleAward, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide customized Information Technology (IT) services and IT services-based solutions. The principal nature of any resulting task order procurement must be for IT services; however ancillary support may be included when it is integral to and necessary for the IT services-based effort. The Contractor shall provide all management, supervision, labor, facilities and materials necessary to perform on a task order basis.

INFORMATION TECHNOLOGY ENTERPRISE SOLUTIONS-3 SERVICES (ITES-3S)

The overall objective of ITES-3S is to provide industry best practice, best value, non-personal services to enable a broad range of enterprise-level support services for IT integration and service management activities to the Army, other DoD agencies, and all other Federal agencies including, but not limited to, locations CONUS, OCONUS, and warzone areas.

Contract Objectives:

  • Establish and maintain contract methodologies and operations that are flexible, facilitate change, and allow for continuity of user support over the life of the contract.
  • Continuously improve task order competition throughout the life of the contract.
  • Increase use of subcontractors and teaming partners to bring expert talent and ingenuity to the varied work under ITES-3S, and effectively utilize small businesses to assure achievement of mandatory subcontracting goals.
  • Promote the contract to the Army, other DoD agencies, and all other Federal agencies to increase potential customers’ awareness of available services, solutions, and benefits of this contract.
  • Support and partner with CHESS hardware and software contract holders as a preferred source of supply.

The ITES-3S scope will include a full range of services and solutions necessary for the Army to satisfy its support of the Army Enterprise infostructure and infrastructure goals with IT services throughout CONUS and OCONUS locations, including warzone areas. The scope includes the Command, Control, Communications, Computers, and Information Management (C4IM) requirements as defined in Army Regulation 25-1 (AR 25-1). Additionally, ITES-3S will include the services and solutions necessary for the Army and other services to transition from current service-centric information environments to the enterprise JIE as directed by the DoD CIO. ITES-3S contemplates IT services-based solutions under which contractors may be required to provide a full range of equipment and software associated with those services. In addition to equipment and software, incidental construction may be required to provide a total solution. Therefore, end-to-end solutions to satisfy worldwide development, deployment, operation, maintenance, and sustainment requirements are included. Also included is support to analyzerequirements, develop and implement recommended solutions, operate and maintain legacy systems and equipment. The types of services and solutions required for this acquisition will fall under the following Task Areas: Cybersecurity Services; IT Services; Enterprise Design, Integration, and Consolidation; Network/Systems Operation and Maintenance; Telecommunications/Systems Operation and Maintenance; Business Process Reengineering; IT Supply Chain Management; and IT Education & Training. It is the intent of the Government to establish a scope that is broad, sufficiently flexible to satisfy requirements that may change over the period of performance, and fully comprehensive so as to embrace the full complement of services that relate to IT. ITES-3S will allow for ordering by all DoD and Federal agencies, but is being specificallycrafted to be utilized as a strategic source for the Army. All efforts supported under this contract shall be provided in accordance with Department of Defense, United States Army, DOD Intelligence Information Systems (DoDIIS), and National Security Agency standards as applicable to each task order. Efforts under this contract will support industry best practices when prescribed by the aforementioned standards.

Transformation Twenty-One Total Technology, Next Generation (T4NG) Program

The Transformation Twenty-One Total Technology Next Generation (T4NG) contract is a Master IDIQ with a five-year base period and five-year option period. The T4NG contract is a follow on to the original Transformation Twenty-One Total Technology (T4) vehicle, and supports information technology (IT) and telecommunication services. Services include: program management, strategy, enterprise architecture and planning; systems/software engineering; software technology demonstration and transition; test and evaluation; independent verification and validation; enterprise network; enterprise management framework; operations and maintenance; cybersecurity; training; information technology facilities; and other solutions encompassing the entire range of IT and Health IT requirements, to include software and hardware incidental to the solution.

One Acquisition Solution for Integrated Services (OASIS) Pool 4

One Acquisition Solution for Integrated Services (OASIS) is designed to address agencies’ need for a full range of service requirements that integrate multiple professional service disciplines and ancillary services/products with the flexibility for all contract types and pricing at the task order level. OASIS is a family of 7 separate Government-wide Multiple Award, Indefinite Delivery, Indefinite Quantity (MA-IDIQ) task order contracts that span 29 North American Industry Classification System (NAICS) Codes and 6 NAICS Code Exceptions under the economic subsector 541, Professional, Scientific, and Technical Services. Each of the 7 separate MA-IDIQ task order contracts will be individually referred to as “Pools” within OASIS. This OASIS MAIDIQ task order contract falls under Pool 4 in accordance with Section H.4.1. The services to be provided under OASIS are intended to meet the professional service mission requirements of all Federal agencies, including all organizations within the Department of Defense (DoD) and National Security Community.The scope of OASIS spans many areas of expertise and includes any and all components required to formulate a totalsolution to a professional services based requirement, except for those services specifically prohibited in Section C.5. Theseareas of expertise include, but are not limited to the following categories.

  1. Communication
  2. Compliance
  3. Defense
  4. Disaster
  5. Energy
  6. Environment
  7. Financial
  8. Health
  9. Intelligence
  10. Security
  11. Transportation

Discover the HCI Advantage

If you would like more info regarding these contracts, please contact HCI at (703) 537-3151.