Name:
Strategic Resilience Group, LLC
Address:
237 Garrisonville Road Suite 202 Stafford, VA 22554
Email:
Founded:
2015
Cage Code:
7JSY2
UEI:
DFPWXJXVHGW5
Type:
Service-Disabled Veteran-Owned Small Business
NAICS:
541611, 541690, 541990, 611430, 928110, 541330, 624190, 541511
One Acquisition Solution for Integrated Services Plus (OASIS+)
Contract Number:
One Acquisition Solution for Integrated Services Plus (OASIS+) is a suite of governmentwide, multi-award contracts designed to support federal agencies’ procurement requirements for services-based solutions. This suite of services contracts is available for use by agencies throughout the Federal Government who hold a Delegation of Procurement Authority (DPA).
OASIS+ is a collection of multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, of which the contract base period is five (5) years with one (1) option period of five (5) years that may extend the cumulative contract ordering period to 10 years. Task orders can be awarded under OASIS+ any time prior to the expiration of the ordering period of the master contracts. Notwithstanding, the OASIS+ IDIQ master contracts (contractor specific) can have different award dates; however, all contracts for each specific MAC have the same contract end dates (e.g., all of the Small Business contracts will end on the same date).
OASIS+ contracts may be used by all federal agencies, including the Department of Defense (DoD) and Federally Funded Research and Development Centers (FFRDCs), but are not open to state and local governments at this time. See 4800.2I OGP Eligibility to Use GSA Sources of Supply and Services for details.
Orders issued against the OASIS+ contracts are considered Interagency Acquisitions. GSA has specific statutory authority under 40 U.S.C. 501 to purchase supplies and non-personal services on behalf of other agencies. Therefore, the Economy Act does not apply to OASIS+ orders.
General Services Administration (GSA)
Contract Number: GS-47QRAA200D0070
SIN: 541611 & 541611RC & 541990 & 540990RC
SRG offers Federal agencies and authorized customers a total solution under its GSA Professional Services Schedule (PSS) to their business, operations, compliance, and mission requirements. Awarded special item numbers (SINs) encompass a full set of services to provide comprehensive solutions to a customers' program, financial, management, engineering, scientific and administrative and technical requirements. The SRG consolidated Schedule provides customers with a single, simplified contract mechanism to meet specific requirements.
Customers may order services from SRG under functional domains offered within the following schedules:
-
Professional Services Schedule Contract
eFAST Electronic Federal Aviation Administration
Accelerated And Simplified Task
Contract Number: 693KA9-22-A-00322
The Electronic Federal Aviation Administration (FAA) Accelerated and Simplified Tasks (eFAST) is the FAA's preferred contracting vehicle for small business contracts. eFAST streamlines the procurement process for all stakeholders using a web-based acquisition tool and automated workflows compliant with applicable FAA standards. eFAST supports the following contract types: Firm-Fixed Price, Cost Reimbursable, Time and Materials, Labor Hour and others as appropriate.
Functional areas are support service categories used in eFAST acquisitions.
eFAST MOA Holders offer services in the following functional areas:
-
Air Transportation Support
-
Business Administration & Management
-
Research & Development
-
Computer/Information Systems Development
-
Computer Systems Support
-
Documentation & Training
-
Engineering Services
-
Maintenance & Repair
Since Fiscal Year 2010, the eFAST program has awarded over $4.4 billion in contracts to small businesses.
SeaPort Next Generation (NxG)
Contract Number: N0017821D9374
SeaPort-NxG is the Navy's electronic platform for acquiring support services in 23 functional areas including Engineering, Financial Management, and Program Management. The Navy Systems Commands (NAVSEA, NAVAIR, NAVWAR, NAVFAC, and NAVSUP), the Office of Naval Research (ONR), Military Sealift Command (MSC), and the United States Marine Corps (USMC) compete their service requirements amongst 2400+ SeaPort-NxG Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract holders.
SDVOSB Sole Source
Federal Agencies can establish streamlined sole source awards to Service-Disabled Veteran-Owned Small Businesses (SDVOSB) through one of the following provisions:
FAR 19.1406 Sole source awards to service-disabled veteran-owned small business concerns.
(a) A contracting officer shall consider a contract award to a SDVOSB concern on a sole source basis (see 6.302-5(b)(6)), before considering small business set-asides (see 19.203 and subpart 19.5) provided none of the exclusions of 19.1404 apply and—
(1) The contracting officer does not have a reasonable expectation that offers would be received from two or more service-disabled veteran-owned small business concerns;
(2) The anticipated award price of the contract, including options, will not exceed:
(i) $7 million for a requirement within the NAICS codes for manufacturing; or
(ii) $4 million for a requirement within any other NAICS code;
(3) The requirement is not currently being performed by an 8(a) participant or has been accepted as a requirement by SBA under subpart 19.8;
(4) The service-disabled veteran-owned small business concern has been determined to be a responsible contractor with respect to performance; and
(5) Award can be made at a fair and reasonable price.
VA 819.7007 Sole source awards to a verified service-disabled Veteran-owned small business
a) A contracting officer may award a contract to an eligible SDVOSB concern using procedures other than competitive procedures provided-
The anticipated award price of the contract (including options) will not exceed $5 million;
The justification prepared pursuant to FAR 6.302-5(c)(2)(ii) is posted in accordance with FAR subpart 5.301(d);
The SDVOSB concern has been determined to be a responsible source with respect to performance; and
In the estimation of the contracting officer, contract award can be made at a fair and reasonable price that offers best value to the Government.
b) The contracting officer’s determination to make a sole source award is a business decision wholly within the discretion of the contracting officer. To ensure that opportunities are available to the broadest number of verified SDVOSBs, this authority is to be used judiciously and only when in the best interest of the Government.
c) A determination that only one SDVOSB can meet the requirement is not required. However, in accordance with FAR 6.302-5(c)(2)(ii), contracts awarded using this authority shall be supported by a written justification and approval described.
d) When conducting a SDVOSB sole source acquisition, the contracting officer shall ensure the business meets eligibility requirements 819.7003.
e) A procurement requirement estimated to exceed the legislative threshold of $5 million shall not be split or subdivided to permit the use of this SDVOSB sole source authority.