Consolidation & Bundling Determinations

In accordance with FAR 7.107-5 and GSAM 507.107-5, GSA is providing public notification of the rationale for consolidating or bundling the following requirements. Per GSAM 507.107-5(a)(1), notifications will be posted within 7 days of approval of the written determination.

The following table will be updated as written determinations are approved.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Travel Acquisition Support Branch (QMACB), Central Office, analyzed the benefits of consolidating Travel Management Company (TMC) services for the United States Marine Corps Worldwide (USMC) from four (4) separate contracts into one (1) Task Order for a term of five (5) years with one (1) year base period plus four (4) one (1) year option periods. GSA found that consolidation is necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 29.14%. The benefits exceed the requirement per FAR 7.107-2(d) of 10% of the estimated contract value for contracts below $94 million. In addition to the significant quantified cost savings, the task order will benefit from potential lower contract pricing, an expedited and simplified ordering process, shorter Procurement Acquisition Lead Time (PALT), and streamlined Government requirements and contract administration. The administrative savings and risk mitigation that will be realized as a result of the consolidated task order outweigh any perceived negative impacts to small businesses. Additionally, due to the size and scope of the USMC requirements, setting aside the procurement exclusively to small business is not feasible.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating three separate Task Orders (TOs) into two contracts for the Office of the Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP), Office of Military and Community Support Programs, Military and Family Life Counseling (MFLC) Program. The MFLC program addresses the behavioral and psychological health of the active duty military service members and their families in a unique environment. It is essential as it ensures that Military Service Members remain mentally capable to execute essential missions when required. This consolidation is determined necessary and justified based on both qualitative and quantitative benefits. Consolidation of the requirements will result in substantial benefits estimated at 5.06% percent of the total value of the MFLC requirement. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d) of five percent of the estimated contract value, for contracts above $94 million (M) due to the reduction of administrative costs, reduction in contractor program management personnel, reduction of contractor supervisory personnel, and a reduction in data analysts and logistics support personnel. In addition to the significant quantified cost savings, the contract will benefit from increased staffing performance and reduction in lost assignment days. The cost savings and other benefits realized as a result of this consolidated order outweigh any anticipated negative impact on small business.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Travel Acquisition Support Branch (QMACB), Central Office, analyzed the benefits of consolidating Travel Management Company (TMC) services for U.S. Air Force (USAF) from four (4) separate task orders into one (1) task order for a term of five (5) years with one (1) year base period plus four (4) one (1) year option periods. GSA has found the consolidation necessary and justified, considering both quantitative and qualitative benefits. The total estimated contract value for this procurement is below $94 million and substantial benefits expected are 22.07%. The consolidation meets the threshold for substantial benefits per FAR 7.107-2(d), and is also considered mission critical. The agency will avoid costs of conducting procurement package preparation, reviews, offer evaluation, negotiations (if applicable), and subsequent award and administration of multiple task order procurements. There is no perceived negative impact to small business at the prime or subcontractor level.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Travel Acquisition Support Branch (QMACB), Central Office, analyzed the benefits of consolidating Travel Management Company (TMC) services for the U.S. Army CONUS from five (5) separate contracts into one (1) Task Order for a term of five (5) years with one (1) year base period plus four (4) one (1) year option periods. GSA has found the consolidation necessary and justified, considering both quantitative and qualitative benefits. Consolidation of the requirements will result in substantial benefits estimated at 10.07% percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d)(1)(ii) of five percent of the estimated contract value when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced acquisition cycle times, enhanced performance, and better terms and conditions. The cost and administrative savings that will be realized as a result of the consolidated task order outweigh any perceived negative impacts on small businesses.

The General Services Administration (GSA), Office of Administrative Services (OAS), Office of Internal Acquisition (OIA), analyzed the benefits of consolidating 492 multi-function devices (MFDs) across 268 task orders into four (4) task orders for the Office of Administrative Services (OAS), Office of Workplace Management and Services (OWMS). The OWMS is a service organization designed to increase the ability of GSA staff to operate effectively in its transformed, shared workplaces. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial cost saving benefits estimated at 60.9%. The benefits substantially exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d) of 10% of the estimated contract value, for the contracts below $94 million due to reduction of administrative costs. In addition to the significant quantified cost savings, the resultant task orders will benefit from reduced administrative burden associated with the placement and administration of a series of annual contracts. In addition, the Government reserves the right to further set-aside this requirement for specific small business socio-economic categories. GSA OIA makes this Determination for Consolidation of Contract Requirements pursuant to the Federal Acquisition Regulation (FAR) 7.107 and the GSA Acquisition Manual (GSAM) 507.107-1.

The General Services Administration (GSA), Public Building Service (PBS), Acquisition Management Division (AMD) of Region 3 (R3) analyzed the benefits of consolidating three (3) separate contracts into one contract for Facilities Engineering, Operations & Management Services in Philadelphia, PA. A Blanket Purchase Agreement (BPA) will first be procured off the 03FAC Schedule and an order for a bundled procurement combining three (3) existing contracts will be immediately awarded. GSA has found bundling necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 12.04% over a period of 10-years. The benefits exceed the requirement per FAR 7.107-3(d)(1) of 10% of the estimated contract value for contracts below $94 million. The contract will benefit from reduced administrative costs and contract duplication through increased efficiencies; as well as, expansion of the collection and sharing of government-wide buying data, leading to better informed business decisions and reduction of costs and inefficiencies. The cost savings and other benefits that will be realized as a result of this consolidated contract outweigh the negative impacts to small businesses.

The General Services Administration (GSA), Federal Acquisition Service (FAS), analyzed the benefits of consolidating the 24 GSA-managed Schedule solicitations into one solicitation for products, services, and solutions. This consolidation is justified as being critical to the agency's mission success (see FAR 7.107-2(e)(1)(i)). Though quantitative benefits of this initiative cannot be reasonably estimated, a number of significant qualitative benefits are anticipated. These benefits include improvements that will save time, promote efficiency, reduce acquisition cycle times, and simplify the terms and conditions of the MAS program. This consolidation will establish a more intuitive structure that streamlines customer access to contract offerings and eliminates duplication of items throughout the program. Additionally, this initiative will make it easier and more efficient for industry to do business with federal, state, and local governments. Overall, the consolidation of the 24 GSA-managed schedule solicitations into one solicitation is critical to the success of GSA’s mission. This approach provides the most optimal solution, and the benefits realized as a result of this consolidated solicitation outweigh any possible negative impacts to Small Business (SB).

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of bundling three (3) Task Orders (TOs) and one Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with two awardees into one TO for the US Army-Rapid Equipping Force (REF) Mission Support. The consolidated TO will provide the REF with professional services support for research and analysis, outreach, and program management within the CONUS, and operations management, training, logistics, and solutions management within CONUS and OCONUS locations to meet the urgent “materiel” requirements of US Army forces employed globally. GSA has found the consolidation necessary and justified, considering both quantitative and qualitative benefits. Consolidation of the requirements will result in substantial benefits estimated at 23 percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d)(1)(ii) of five percent of the estimated contract value, when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced acquisition cycle times, enhanced performance, and better terms and conditions. The cost savings and other benefits that will be realized as a result of this consolidated TO outweigh the negative impacts to Small Business (SB).

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of bundling the work performed by five separate contracts/orders into a single Task Order (TO). The single TO will provide essential Information Technology Service Management (ITSM) for the planned Consular Affairs Enterprise Infrastructure Operations (CAEIO) requirement on behalf of the Department of State’s (DOS) Bureau of Consular Affairs (CA), Office of Consular Systems and Technology (CST). GSA has found this bundling necessary and justified. Bundling the requirements will result in substantial benefits estimated at 17 percent. The benefits exceed the requirements of the Federal Acquisition Regulation (FAR) 7.107-3(d). In addition to significant cost savings, the TO will benefit from increased efficiency, reduction in acquisition cycle times, quality improvements that will enhance performance, and eliminated redundancies. The cost savings and efficiency benefits realized, as a result of this single TO, will outweigh any negative impacts to Small Business (SB). DOS depends on network and information systems for essential operations and data security. Any failure or disruption of services resulting from a cyber-attack may have adverse consequences for the Department. Breaking support into multiple procurements not only introduces redundancy to the requirements but also increases vulnerability to cyber threats by increasing the number of weak points and platforms to secure.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Region 6 Assisted Acquisition Services (AAS) is proposing the consolidation of three non-commercial separate contracts into a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract (5 awardees are anticipated). The consolidated contract is for the development of reading and listening test item passages in support of the Department of Defense (DoD) warfigher mission. Specifically, DoD’s Defense Language Institute Foreign Language Center (DLIFLC) uses these reading and listening passages in creating Defense Language Proficiency Tests (DLPT) to determine the foreign language proficiency level of DoD and other Federal personnel. GSA has determined the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 8.19%. Though this consolidation does not meet the 10% cost savings threshold for substantial benefits outlined in FAR 7.107-2(d) and applicable to contracts below $94 million it is determined to be mission critical and found to maximize small business participation as per FAR 7.107-2(e)(1).

The General Services Administration (GSA), Federal Acquisition Services (FAS), Region 7, has realized the benefits of issuing one single Programmatic Consolidation for the Air Force Civil Engineering Center (AFCEC) Environmental Program rather than four (4) single consolidations. AFCEC is requesting a programmatic consolidation of their Fence-toFence (F2F) contracts to ease the workload required to develop and obtain approval for each consolidation. GSA has analyzed the benefits of consolidating 25 Environmental Services (ES) requirements, previously procured as single contracts actions into 4 individual consolidated contract actions. GSA has found this consolidation necessary and justified. Consolidation of these requirements will result in an overall substantial benefit estimated at 14.89%. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d) of ten percent of the estimated contract value, when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced acquisition cycle times, enhanced performance, and better terms and conditions The cost savings and other benefits that will be realized as a result of this consolidated TO outweigh the negative impacts to Small Business (SB).

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating four separate contracts into one TO on behalf of the Department of State (DOS) Travel Issuance and Overseas Citizens Assistance (TIOCA) requirements. The consolidated TO will maintain legacy production systems that support issuance of passports to U.S. citizens and immigrant and non-immigrant visas to foreign nationals according the laws of the U.S. Government. GSA has found the consolidation necessary and justified, considering both quantitative and qualitative benefits. Consolidation of the requirements will result in substantial benefits estimated at 12.9 percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d)(1)(ii) of five percent of the estimated contract value, when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced acquisition cycle times, enhanced performance, and better terms and conditions The cost savings and other benefits that will be realized as a result of this consolidated TO outweigh the negative impacts to Small Business (SB).

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating three separate Task Orders (TOs) into one TO for the planned Information Technology Enterprise Management Systems Solution (ITEMSS) TO on behalf of the Product Lead (PL) Reserve Component Automation System-Force Management System (RCAS-FMS). The consolidated TO will sustain current software applications and hardware as well as the enhancements for current applications and RCAS, FMS, and Defense Readiness Reporting System-Army (DRRS-A) systems. Two of the TOs encompassed in the consolidated TO were issued by office of the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), while the third and largest TO included in this new consolidated effort was issued by FEDSIM. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 10 percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d)(1)(ii) of five percent of the estimated contract value, when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency and communication, reduced acquisition cycle times, enhanced performance realizing decreased redundancy, and increased contractor accountability. The cost savings and other benefits that will be realized as a result of this consolidated TO will outweigh the negative impacts to Small Business (SB).

The Public Building Service (PBS) Special Programs Division (R7) analyzed the benefits of consolidating separate contracts and orders into one (1) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for repair and alteration (R&A) services to be completed nationwide. This IDIQ will be utilized by GSA, PBS Special Programs Division contracting officers to support both PBS-funded and tenant agency contract needs. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in quantifiable benefits estimated at 1.22%. In accordance with FAR 7.107-2(e)(1)(i) and (ii), although the benefits do not exceed the percentage listed in FAR 7.107-2(d)(3) of 10% of the estimated contract value for administrative savings, the use of IDIQ vehicles has proven to be mission critical for our region. In addition to the quantified cost savings, GSA will benefit from reduced procurement lead times, a simplified ordering process, and a more efficient process for obtaining security clearances for pre-qualified contractors for long-range resource planning. The cost savings and other benefits that will be realized as a result of this consolidated contract outweigh any possible negative impacts to small business.

The Public Building Service (PBS) Special Programs Division (R7) analyzed the benefits of consolidating separate contracts and orders into one (1) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for repair and alteration (R&A) services to be completed in Arizona, New Mexico, and Texas. This IDIQ will be utilized by GSA, PBS Special Programs Division contracting officers to support both PBS-funded and tenant agency contract needs. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in quantifiable benefits estimated at 1.67%. In accordance with FAR 7.107-2(e)(1)(i) and (ii), although the benefits do not exceed the percentage listed in FAR 7.107-2(d)(3) of 10% of the estimated contract value for administrative savings, the use of IDIQ vehicles has proven to be mission critical for our region and the procurement will be a total small business set-aside. In addition to the quantified cost savings, GSA will benefit from reduced procurement lead times, a simplified ordering process, and a more efficient process for obtaining security clearances for pre-qualified contractors for long-range resource planning. The cost savings and other benefits that will be realized as a result of this consolidated contract outweigh any possible negative impacts to small business.

The Public Building Service (PBS) Great Lakes Region (R5) analyzed the benefits of consolidating an indefinite number of separate contracts and orders into one (1) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for repair and alteration (R&A) services to be completed in federally owned and controlled facilities located in the northern States of Michigan, Minnesota, and Wisconsin. This IDIQ will be utilized by GSA, PBS Great Lakes Region contracting officers to support both PBS-funded and tenant agency contract needs. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 21.17% of the contract value. The benefits exceed the requirement per FAR 7.107-2(d)(i) of 10% of the estimated contract value, for contracts below $94 million. In addition to the significant quantified savings, consolidation will result in the expedited and simplified order processing as well as reduced procurement lead times. This contract will be set aside for small business. The Government reserves the right to further set-aside this requirement for specific small business socio­-economic categories.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating four separate Task Orders (TO) into one TO on behalf of the Air Force’s (AF) Air Combatant Command (ACC). The consolidated TO will provide an enterprise-wide solution, bolstering the United States’ (U.S.) security interests and positions, both at home and abroad, and protecting U.S. interests from emergent threats. GSA has found the consolidation necessary and justified, considering both quantitative and qualitative benefits. Consolidation of the requirements will result in substantial benefits estimated at 18 percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d)(1)(ii) of five percent of the estimated contract value, when the contract value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency and communication, reduced acquisition cycle times, enhanced performance realizing decreased redundancy, and increased contractor accountability. The cost savings, efficiency, and improved security posture benefits that will be realized as a result of this consolidated TO will outweigh the negative impacts to Small Business (SB).

The General Services Administration (GSA), Public Building Service (PBS) Region 5 analyzed the benefits of consolidating repair and alteration services that may arise at owned and leased properties within the Chicagoland area. GSA found the consolidation necessary and justified.

Consolidation of the requirements will result in substantial cost savings benefits estimated at 18.4 percent. The benefits exceed the requirement per FAR 7.107­2(d)(2) of 10 percent of the estimated contract value for contracts below $94 million. The consolidation demonstrates quantifiable savings in the form of reduced procurement costs and administrative savings. This consolidation of repair and alteration services maximizes small business opportunities by setting aside the procurement for small business.

The General Services Administration (GSA), Federal Acquisition Service (FAS), Great Lakes Region (Region 5), analyzed the benefits of consolidating two separate task orders into one task order for the Environmental Protection Agency (EPA) Office of Chief Financial Officer (OCFO) Office of Technology Solutions (OTS) Information Technology (IT) Support Services Effort.

GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 17.35%. The benefits exceed the requirements per Federal Acquisition Regulation (FAR) 7.107-2(d) of 10% of the estimated contract value for contracts below $94 million. In addition to the significant quantified cost savings, the task order will benefit from one set of program deliverables, cross utilization of contractor staffing, and reduced duplication of effort. The cost savings and other benefits that will be realized as a result of this consolidated task order outweigh the negative impacts to small business.

GSA FAS Region 5 makes this Determination for Consolidation of Contract Requirements pursuant to the Department of Defense (DoD) FAR Supplement (DFARS) 207.170-3 and the GSA Acquisition Manual (GSAM) 507.107-1.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating three separate Task Orders (TO) into one TO on behalf of the Army’s Communication-Electronic Research and Development Center (CERDEC); Intelligence Information Warfare Directorate (I2WD). The consolidated TO will provide lifecycle engineering and technical services for the TROJAN STRONG Family of Systems (FoS).

The Trojan Strong FoS provides intelligence and dissemination capability across six major task ares of the contract: program management; systems engineering; integration, installation, verification, and validation; operations and maintenance; research and development; and training.

GSA anticipates a savings of 17% will result from the consolidation. The cost savings and efficiency benefits that will be realized as a result of this consolidated TO will outweigh the negative impacts to Small Business (SB).

The consolidated solution will benefit the CERDEC by increasing efficiency, reducing acquisition cycle times, enhancing performance, and observing better terms and conditions.

GSA FEDSIM makes this Determination for Consolidation of Contract Requirements pursuant to the Department of Defense (DoD) FAR Supplement (DFARS) 207.170-3 and the GSA Acquisition Manual (GSAM) 507.107-1.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating 13 separate Task Orders (TOs) for the planned Regional Analytic Production Task Order (RAPTOR) on behalf of the Defense Intelligence Agency (DIA) into one consolidated task order (TO). The consolidated TO would provide all-source intelligence production that is most commonly produced for leadership and policymakers at the strategic level. The scope of services include program management; operations and planning; analysis and production; strategic partnering, engagement, and integration; exercise and assessments; mission enabling support; and, surge support. The total estimated benefit was calculated at approximately 21.8 percent of the Independent Government Cost Estimate (IGCE). The estimated benefits exceed the requirement per FAR 7.107-2(d)(2) of 5 percent of the estimated contract value, if the value exceeds $94 million. In addition to the significant quantified cost savings, the contract will have qualitative benefits that include program management efficiencies, reduced likelihood for performance redundancies, and increased opportunity for capitalizing on lessons learned. Furthermore, in addition to significant cost savings and efficiency benefits, stringent and aggressive small business goals will minimize the impact to small business.

GSA FEDSIM makes this Determination for Bundling of Contract Requirements pursuant to the Defense Federal Acquisition Regulation Supplement (DFARS) 207.170-3 and the GSA Acquisition Manual (GSAM) 507.107-1.

The General Services Administration (GSA) Federal Systems and Integration Management Center (FEDSIM) analyzed the benefits of consolidating four Task Orders into one consolidated Task Order (TO). This consolidated TO would provide a wide-range of mission-essential intelligence analysis, production, operations, planning, engagement, and assessment support services to the Defense Intelligence Agency (DIA) and United States European Command (EUCOM) located in Stuttgart, Germany and at Royal Air Force (RAF) Molesworth, United Kingdom. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 18 percent. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) 7.107-2(d) of 5 percent of the estimated contract value, if the value exceeds $94 million. In addition to the significant quantified cost savings, the TO will have qualitative benefits that includes increased efficiency, reduced redundancy, better communication, and increased accountability. The cost savings and efficiency benefits that will be realized as a result of this consolidated Task Order will outweigh the negative impacts to small business.

GSA FEDSIM makes this Determination for Consolidation of Contract Requirements pursuant to the Department of Defense (DoD) Federal Acquisition Regulation (FAR) Supplement (DFARS) 207.170-3 and the GSA Acquisition Manual (GSAM) 507.107-1.

The General Services Administration (GSA), Public Building Service (PBS) Region 3 analyzed the benefits of consolidating design-build construction services that may arise at owned and leased properties within the State of West Virginia and the western half of Virginia. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial cost savings benefits estimated at 4.1 percent. The benefits fall below the requirement per FAR 7.107­2(d)(2) of 10 percent of the estimated contract value for contracts below $94 million. However, the substantial benefits expected support that the procurement is mission critical and maximizes small business participation per FAR 7.107-2(d). The consolidation demonstrates quantifiable savings in the form of reduced administrative costs and non-quantifiable benefits in the form of improved cycle times, faster responses to emergency repairs, and increased efficiency based on the contractors familiarity with the facilities. This consolidation of construction services for the identified locations is critical to the agency's mission success by providing uninterrupted continuity of operations at the best value for the American taxpayer and maximizes small business opportunities by setting aside the procurement for small business.

The GSA PBS Region 7 Acquisition Management Division team analyzed the benefits of consolidating approximately 1,240 upcoming construction requirements in the next 5 years, to be supported by approximately seventy-eight (78) new Indefinite Delivery / Indefinite Quantity (IDIQ) awards for General Construction, Repair and Alteration with Design-Build and incidental Abatement Services covering all five (5) states in the Region (i.e., Arkansas, Louisiana, New Mexico, Oklahoma and Texas). GSA has found the construction consolidation is necessary in accordance with FAR 2.101 “Consolidation or consolidated requirement” (1)(ii) ...for construction projects to be performed at two or more discrete sites”, and is justified. In accordance to FAR 2.101 this consolidation analysis is necessary because our new construction projects will be performed at two or more discrete sites.

Consolidation of the requirements will result in quantifiable benefits estimated at 2.9%. In accordance with FAR 7.107-2(e)(1)(i) and (ii), although the benefits do not exceed the percentage listed in FAR 7.107-2(d)(3) of 10% of the estimated contract value for administrative savings, the use of IDIQ vehicles has proven to be mission critical for our region and the procurement will be a total small business set-aside. At the present time, Region 7 does not have the necessary staff to acquire this project support using a non-consolidated approach, which would negatively impact mission support. In addition to the quantified cost savings, GSA Region 7’s users will benefit from decreased procurement lead times, an expedited ordering process, reduced project completion delay risk, and increased customer satisfaction through expedited delivery by use of a streamlined ordering process. These new IDIQ contracts will be set-aside for small businesses, thereby reducing any negative impact to the small business community as a result of this consolidated procurement. In addition, the Government reserves the right to further set-aside this requirement for specific small business socio-economic categories.

GSA/PBS/Region 1 analyzed the benefits of establishing two (2) region-wide Multiple Award IDIQ contracts for Repair and Alteration (R&A) services to cover the following three (3) New England locations: 1) Connecticut, Rhode Island, Massachusetts, 2) Maine, New Hampshire and Vermont, and 3) City of Boston and Haverhill, MA. One Multiple Award R&A IDIQ will include RSMeans projects below the simplified acquisition threshold (SAT) for the three geographic zones described above. The second contract will be a Multiple Award IDIQ for R&A projects above SAT for the same three geographic zones.

GSA/PBS/Region 1 has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 10% for the solicitation above $150,000 and 22.3% for the solicitation below $150,000. The benefits of the IDIQ contracts meet and exceed the requirement per FAR 7.107-2(d) of 10% of the estimated contract value due to reduction of administrative costs. In addition to the significant quantified cost savings, the contract will expedite the ordering process, and facilitate the process of obtaining security clearances for pre-qualified contractors to enable long-range resource planning. This contract will be 100% set-aside for small businesses. In addition, the Government reserves the right to further set-aside this requirement for specific small business socio-economic categories.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), conducted an analysis on the benefits of consolidating two separate task orders and contract into one Task Order (TO) for Cyberspace Operations. The services provided under the TO will support Cyberspace Operations for the Army Cyber Command (ARCYBER), Joint Force Headquarters Cyber (JFHQ-C), and its Department of Defense (DoD) partnering organizations. The scope of services include program management; operations and planning; intelligence support; defensive cyber operations; plans and policy support; information operations; media relations support; security operations; and logistics support. GSA FEDSIM calculated a total benefit of 13 percent of the total contract value. The benefits exceed the requirement per FAR 7.107-2(d) (2) of 5 percent of the estimated contract value, if the value exceeds $94 million. In addition to the significant quantified cost savings, the contract will have qualitative benefits from increased efficiency, reduced redundancy, better communication, and increased accountability. The cost savings and efficiency benefits that will be realized as a result of this consolidated order outweigh the negative impacts to small business.

GSA FEDSIM makes this Determination for Consolidation of Contract Requirements pursuant to the Department of Defense (DoD) Federal Acquisition Regulation (FAR) Supplement (DFARS) 207.170-3 and the GSA Acquisition Manual (GSAM) GSAM 507.107-5(a)(1).

The General Services Administration (GSA), Public Buildings Service Region 4 analyzed the benefits of establishing one single award Indefinite Delivery Indefinite Quantity (IDIQ) for continuous and recurring needs of small construction projects that may arise at owned and leased properties within the counties of Hillsborough and Lee counties in Florida. The IDIQ contract would consist of a one-year base period and four (4) one-year option periods, with a total period of performance of five (5) years. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 24%. The benefits exceed the FAR 7.107-2(d) requirement of 10% of the estimated contract value for contracts below $94 million. In addition, there are other benefits including reducing procurement lead times, streamlining the ordering process, and gaining efficiencies in security clearances. No impact to the small business community is anticipated as the IDIQ will be competed among eligible small businesses under the Small Business Administration (SBA) 8(a) Business Development Program (BDP).

The General Services Administration (GSA), Public Buildings Service (PBS) analyzed the benefits of consolidating a large number of separate orders/contracts into 10 Indefinite Delivery Indefinite Quantity (IDIQ) awards for Professional Architect and Engineer Services for use in the National Capital Region (NCR). GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 9.2%. Although the consolidation does not meet the threshold for substantial benefits per FAR 7.107-2(d), the procurement is mission critical and maximizes small business participation. The issuance of multiple IDIQ contract(s) is critical to NCR's success. PBS' mission is to provide effective, mobile, and sustainable workplace solutions for federal agencies, for the benefit of the American Taxpayer. Professional Architect and Engineer IDIQ contract(s) are key to providing efficient and effective design solutions that enable PBS and its customer Federal Agencies to maintain continuous operational support of Americans. In addition to the above and quantified cost savings, the contract(s) will benefit from decreased procurement administrative lead times, reduced risk of delayed projects completions, increased customer satisfaction through expedited delivery, and provide a streamlined ordering process for anticipated and unforeseen needs. The cost savings and other benefits that will be realized as a result of this consolidated contract(s) outweigh the potential negative impacts to small business, which are anticipated to be negligible because the IDIQ will be set-aside for small businesses. In addition, the Government reserves the right to further set aside this requirement for specific small business socio-economic categories.

The General Services Administration (GSA), Public Building Service analyzed the benefits of consolidating design-build construction services that may arise at owned and leased properties within the State of Maryland, and Berkeley and Jefferson Counties in West Virginia. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial cost savings benefits estimated at 3.66 percent. The benefits fall below the requirement per FAR 7.107­2(d)(2) of 10 percent of the estimated contract value for contracts below $94 million. However, the substantial benefits expected support that the procurement is mission critical and maximizes small business participation per FAR 7.107-2(d). The consolidation demonstrates both quantifiable financial savings in the form of reduced administrative costs and non-quantifiable benefits in the form of improved cycle times, faster responses to emergency repairs, and increased efficiency based on the contractors acquiring familiarity with the facilities. This consolidation of construction services for the identified locations is critical to the agency's mission success by providing uninterrupted continuity of operations at the best value for the American taxpayer and maximizes small business opportunities by setting aside the procurement for small business.

The Public Building Service (PBS) Region 5 (R5) Acquisition Management Division submitted a consolidation determination analyzing the benefits of consolidating a number of separate contract requirements into one (1) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for construction services (repair and alterations services) to be completed at GSA owned and leased facilities throughout R5, which is composed of the States of Minnesota, Wisconsin, Illinois, Michigan, Indiana, and Ohio. The IDIQ will be utilized by GSA, PBS R5 contracting officers to support PBS-funded and tenant agency contract needs. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in cost savings estimated at 17.39% of the total contract value, which exceeds the requirement per FAR 7.107-2(d) of 10% of the estimated contract value for contracts below $94 million. In addition to the significant quantified cost savings, the contract will benefit from expediting the ordering process, reducing procurement lead times, simplifying the ordering process, and facilitating the process of obtaining security clearances for pre-qualified contractors for long-range resource planning. The new IDIQ will be set aside for small businesses.

General Services Administration (GSA) ,Public Building Service (PBS), Region 2 analyzed the benefits of establishing one Multiple Award IDIQ to cover two geographic zones within Upstate New York. GSA found the consolidation necessary and justified based on the anticipated “substantial benefit” of 20.9% in savings.The benefits exceed the requirement per FAR 7.107-2(d) of 10% of the estimated contract value, for contracts below $94 million. In addition, there are various other benefits including: expediting and simplifying the ordering process, reducing procurement lead times, reducing the risk of projects not getting completed, increasing customer satisfaction through expedited delivery, and facilitating the process of obtaining security clearances for pre-qualified contractors and long-range resource planning. A minimal impact to the small business community is anticipated since the multiple award IDIQ contract will be set-aside for small businesses. In addition, the Government reserves the right to further set-aside this requirement for specific small business socio-economic categories. The cost savings and other benefits that will be realized as a result of this consolidated contract outweigh the negative impacts to small business.

General Services Administration (GSA), Public Building Service (PBS) Northwest/Artic Region 10 Acquisition Management Division analyzed the benefits of consolidating 657 separate contracts into four (4) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for Construction Services to be completed in federally owned and controlled facilities located in the States of Alaska, Washington, Oregon, and Idaho. These single agency use contracts will be used to meet the mission requirements for GSA minor repair and alteration projects as well as Federal client tenant improvement projects that are funded by the reimbursable work authorization program. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 11% of the contract value. The benefits exceed the requirement per FAR 7.107-2(d)(i) of 10% of the estimated contract value, for contracts below $94 million. In addition to the significant quantified savings, consolidation will result in the reduction of the total procurement cost for both Government and Industry through streamlined competitive procedures, reduced one-bid award scenarios, and will encourage the continued development of small business firms in each award pool over a period of five (5) years. The four (4) IDIQs will be set aside exclusively for small business with no further socio­ economic restrictions.

General Services Administration (GSA), Federal Acquisition Service (FAS), Region 9 Assisted Acquisition Service (AAS), analyzed the benefits of consolidating 88 separate orders into one order for Visual Information, Multimedia, and Engineering Services (VIMES). GSA has found the consolidation necessary and justified.

Consolidation of the requirements will result in substantial benefits estimated at 12.15%. The benefits exceed the requirement per FAR 7.107-2(d) of 10% of the estimated contract value, for contracts below $94 million. The cost savings that will be realized as a result of this consolidated order outweigh the negative impacts to small business.

The Region 4 - Assisted Acquisition Services (AAS) Division in General Services Administration (GSA), Federal Acquisition Services (FAS), has analyzed the benefits of consolidating three separate efforts into one Task Order (TO) on behalf of client agency, Department of Army-Redstone Arsenal. AAS plans to issue one TO under the new Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract called One Acquisition Solution for Integrated Service (OASIS) Small Business (SB), Pool 3.

AAS calculated an estimated total benefit of 9.09 percent of the Independent Government Cost Estimate (IGCE). This percentage is made up of both contract costs saving, Government administrative cost savings, and other savings such as efficiencies related to award to only one contractor. For continuity operation of the client agency’s mission, the re-procurement would include a substantial cost savings by awarding one consolidated effort in lieu of three short term non-competitive contracts and three subsequently competitive procurements. If the consolidated approach is not deemed as the most advantageous option, the non-competitive short term contracts would be necessary based on the lack of procurement time available. These non-competitive short term contracts, would eliminate small business participation for two of the efforts until the long term competitive procurements could be awarded. AAS intends to avoid this scenario, as it has a negative impact on the small business community. This consolidation is necessary and justified, as the benefits of consolidation substantially exceeds both the relative benefits of any potential alternative approaches and any negative impact on small businesses.

GSA FAS makes this Determination for Consolidation of Contract Requirements pursuant to Defense Federal Acquisition Regulation Supplement (DFARS) 207.170-3,GSA Acquisition Manual (GSAM) 519.202-1(c), and FAR Case 2014-015 with relation to FAR 7.107.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM), analyzed the benefits of consolidating three separate existing Task Orders (TOs) and a new Task Order Request (TOR) for additional work into one overall TO for the planned Cyber Training and Exercise (CTE) support services for the United States Cyber Command (USCYBERCOM). The three existing TOs are comprised of one Other Than Small Business (OTSB) and two Small Business (SB) TOs. It is anticipated that this bundled TO will be solicited to the six contract holders under the FEDSIM USCYBERCOM Support Indefinite Delivery Indefinite Quantity (IDIQ) contract (GS00Q16AJD0001 through 0006).

GSA has found the substantial bundling necessary and justified because the Government will benefit through program management efficiencies, reduced likelihood for performance redundancies, and increased opportunity for capitalizing upon lessons learned. In addition, the anticipated benefits are measurably substantial and exceed 10 percent of the estimated contract value (Federal Acquisition Regulation (FAR) 7.107-3(d) for contracts below $94 million). GSA anticipates that consolidating the three TOs into one TO will result in substantial savings to the Government, estimated at 22.4 percent. In addition to the significant quantified cost savings, the efficiency benefits that will be realized as a result of the bundled TO will minimize impact to SBs because of the stringent and aggressive SB goals of the USCYBERCOM Support IDIQ.

The General Services Administration (GSA), Public Buildings Service, Region 3, analyzed the benefits of consolidating repair and alteration construction service projects that may arise at owned and leased properties within multiple counties in Pennsylvania; Ohio County, West Virginia; and Mahoning County, Ohio. These projects would be consolidated into a maximum of five (5) indefinite delivery/indefinite quantity (ID/IQ) contracts. Each ID/IQ contract would consist of a one-year base period and four (4) one-year option periods, with a total period period of performance of five (5) years.

GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 11.1%. The benefits exceed the FAR 7.107-2(d) requirement of 10% of the estimated contract value for contracts below $94 million. In addition to significant quantifiable benefits in the form of Government administrative savings, the contracts will benefit from the qualitative benefits of:

  • Expedited and simplified ordering process;
  • Shorter Procurement Administrative Lead Time (PALT);
  • Streamlined Government administration; and
  • Easier security pre-qualification process for contractor personnel.

The Federal Acquisition Service (FAS) Region 7 Assisted Acquisition Services (AAS) Division analyzed the benefits of consolidating two (2) Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts into one consolidated task order (TO). The consolidated TO will provide support to the U.S. Army Communications-Electronics Research Development & Engineering Center (CERDEC) Prototyping, Integration and Testing Division (PI&TD) for the design, development, and fabrication of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) systems, sub-systems, components, installation kits, and systems-of-systems for integration into ground-based vehicular, shelter, airborne, watercraft, soldier and dismounted platforms, both tactical and non-tactical, and into fixed and re-locatable sites. GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 6.35 percent, which exceed the requirement per FAR 7.107-2(d) of 5% of the estimated contract value for contracts above $94 million. In addition to the significant quantified savings, a consolidated TO will benefit from increased efficiency, reduced redundancy, better communication, and increased accountability.

The General Services Administration (GSA), Federal Acquisition Services (FAS), Region 7, has analyzed the benefits of consolidating two separate requirements, previously procured against two separate contracts, into one individual GSA 00CORP Professional Services Schedule (PSS) task order to provide Training Support Services (TSS) that include pilot flight training and maintenance for the Apache (AH-64D) and Chinook (CH-47F) helicopters. GSA Assisted Acquisition Services (AAS) has found the consolidation necessary and justified. The benefits of consolidating the current contracts exceeds the required 10% savings for consolidation, per FAR 7.107-2(d) when the estimated contract or order value (including options) value is $94 million or less. Consolidation of the two requirements will result in substantial benefits for the U.S. Army 120th Multi-Functional Training Brigade (MFTB) client that is estimated at 14.6%.

The General Services Administration (GSA), Public Buildings Service, Special Programs Division (SPD), analyzed the benefits of consolidating construction requirements for eleven (11) projects into one (1) task order for the conversion of approximately 91 Radiation Portal Monitors (RPM) at eleven (11) GSA-owned and leased Land Port of Entry (LPOE) sites on the northern border of the United States. SPD support will include contracting for construction services and managing the construction activities from pre-award through contract closeout. SPD has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 12%, to include efficiencies in managing all 11 projects with a master schedule, efficiencies in obtaining security clearances, and competitive pricing from suppliers and subcontractors on bulk. The benefits exceed the requirement per Federal Acquisition Regulation (FAR) Subpart 7.107-2(d) of 10% of the estimated contract value for contracts below $94 million due to the reduction of administrative costs. The cost savings and other benefits that will be realized as a result of this consolidated order outweigh the negative impact to small business. This determination is issued pursuant to FAR Subpart 7.107-2(e). Consolidation is based on the requirements of 2 or more discrete sites and an estimated value over the $2 million threshold.

The General Services Administration (GSA), Public Building Service, Heartland Region analyzed the benefits of consolidating 274 separate orders/contracts into fifteen (15) Indefinite-Delivery/Indefinite-Quantity (IDIQ) awards for General Construction Design Bid Services for use in the National Capital Region (NCR). GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 8.39%. The benefits exceed the requirements per FAR 7.107-2(d)(2) of 5% of the estimated contract value, for contracts above $94 million. In addition to the significant quantified cost savings, the contract will benefit from decreased procurement administrative lead times, reduced risk of project completion, increased customer satisfaction through expedited delivery and a streamlined ordering process. The contract will be stet-aside for small business.

The General Services Administration (GSA) Federal Systems and Integration Management Center (FEDSIM) is developing a solicitation for a single Task Order for course content development and course delivery support to the Center for Civil-Military Relations (CCMR) located in Monterey, California. Courses are delivered both CONUS and OCONUS and build capacity of U.S. partner nations and allies. The GSA, FEDSIM analyzed the benefits of establishing a single Task Order and the consolidation is necessary and justified based on the anticipated "substantial benefit" of 28.1%. In addition to the significant quantified cost savings, the contract will benefit from the benefits of increased efficiency, reduced redundancy, better communication, and increased accountability. The cost savings and efficiency benefits that will be realized as a result of this consolidated Task Order will outweigh the negative impacts to small business.

General Services Administration (GSA), National Capital Region (NCR), Federal Acquisition Service (FAS), Assisted Acquisition Services Division (AAS) analyzed the benefits of consolidating four separate contract/task orders into one Task Order (TO) for IT support and engineering services for the Department of Commerce (DOC) Office of the Chief Information Officer (OCIO). GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 18.15 percent. The benefits of a task order issued against a GWAC exceed the requirement per FAR 7.1072(d)(2) of 10 percent of the estimated task order value for task orders below $94 million. In addition to the significant quantified cost savings, the task order will benefit from streamlining the acquisition process; and improved communications and synergy leading to better deliveries of services. The task order will be issued against a GWAC that is set-aside for small businesses.

General Services Administration (GSA), Federal Acquisition Service (FAS), Greater Southwest Region (i.e. R7) analyzed the benefits of consolidating two (2) existing contracts into one (1) singular task order against the 8(a) STARS II GWAC for engineering/technical services and custom computer programming services. Consolidation of the two (2) separate existing contracts is necessary and justified as it will result in substantial benefits and an estimated savings of 12%. The substantial benefits exceed the statutory requirement (per 15 USC § 657q) of 10% of the estimated contract value for contracts below $94M. In addition to the significant cost savings, the consolidated contract will result in greater sharing of data between work functions and more efficiency in Procurement Administrative Lead Times (PALT) and contract administration.

General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (i.e. R2), is developing three solicitations for multiple award IDIQ contracts for Repair and Alteration (R&A) services each for a distinct geography: 1) Northern NJ, 2) Manhattan NY and 3) Brooklyn/Queens/Long Island NY. GSA PBS R2 analyzed the benefits of establishing IDIQs for each of the three geographic areas and the consolidation is necessary and justified based on the anticipated “substantial benefit” for each of the three (3) IDIQ contracts as follows: 1) Northern NJ - 12.02%, 2) Manhattan NY - 14.4% and 3) Brooklyn/Queens/Long Island NY - 10.6%. It will allow the region to expand coverage. It will also maximize competition by moving from individual, stand alone orders to a competitive environment. In addition, there are various other benefits including: expediting and simplifying the ordering process; reducing procurement lead times; reducing the risk of projects not getting completed; increasing customer satisfaction through expedited delivery; and facilitating the process of obtaining security clearances for pre-qualified contractors and long-range resource planning. Minimal impact to the small business community is anticipated since the three (3) IDIQ contracts will be set-aside for small businesses.

The General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (i.e. R2), analyzed the benefits of consolidating four (4) existing small business 8(a) (i.e. 8(a) Business Development (DB) Program) set-aside contracts into one (1) singular small business 8(a) set-aside contract for Building Operations and Maintenance (O&M) within the Caribbean Field Office. Consolidation of the four (4) separate existing Building O&M contracts is necessary and justified as it will result in substantial benefits and an estimated savings of 30%. The substantial benefits exceed the statutory requirement (per 15 USC § 657q) of 10% of the estimated contract value for contracts below $94M. In addition to the significant cost savings, the contract will be easier to manage, will eliminate waste, and will provide more efficiency in Procurement Acquisition Lead Times (PALT) and contract administration.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM) analyzed the benefits of consolidating five separate orders/contracts into one order for Infrastructure and Application Hosting Support in support of the Environmental Protection Agency (EPA). GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial cost savings benefits estimated at 15.7 percent. The benefits exceed the requirement per FAR 7.107-2(d)(2) of five percent of the estimated contract value when the value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced redundancy, better communication, and increased accountability. The cost savings and efficiency benefits that will be realized as a result of this consolidated order outweigh the negative impacts to small business.

The General Services Administration (GSA), Federal Systems Integration and Management Center (FEDSIM) analyzed the benefits of consolidating five separate orders/contracts into one order for End User Services in support of the Environmental Protection Agency (EPA). GSA found the consolidation necessary and justified. Consolidation of the requirements will result in substantial cost savings benefits estimated at 20.1 percent. The benefits exceed the requirement per FAR 7.107-2(d)(2) of 5 percent of the estimated contract value, if the value exceeds $94 million. In addition to the significant quantified cost savings, the contract will benefit from increased efficiency, reduced redundancy, better communication, and increased accountability. The cost savings and efficiency benefits that will be realized as a result of this consolidated order outweigh the negative impacts to small business.

The General Services Administration (GSA), Public Buildings Service, Great Lakes Region (i.e. R5), analyzed the benefits of consolidating an indefinite number of separate orders/contracts into one Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for repairs and alterations services in Southern Illinois and Indiana. GSA has found the consolidation necessary and justified. Consolidation of the requirements will result in substantial benefits estimated at 21.57%. IDIQ contracting is authorized by FAR 16.504. The benefits of the IDIQ contracts exceed the requirement per FAR 7.107-2(d) of 10% of the estimated contract value, for contracts below $94 million. In addition to the significant quantified cost savings, the contract will benefit from expediting the ordering process, reducing procurement lead times, simplifying the ordering process, and facilitating the process of obtaining security clearances for pre-qualified contractors for long-range resource planning. This contract will be set-aside for small businesses.

Last Reviewed: 2020-09-03