Contract Vehicles

Photo of a woman signing a contract
CIO-SP3 Small Business
CIO-SP3 Small Business 8(a)
GSA OASIS SB Pool 1
GSA OASIS SB 8(a) Pool 1
DISA SETI SB Multi-Award IDIQ
DOT SWES BPA
GSA Multiple Award Schedule (MAS)
Seaport-NxG
DOL DAVINCE BPA
U.S. Coast Guard - APLES II Single Award IDIQ
U.S. Department of Agriculture

CIO-SP3 Small Business

Contract Number: 75N98120D00084

Scope:
Synergy is a prime contract holder for the Chief Information Officer–Solutions and Partners 3 (CIO-SP3) Small Business Government-Wide Acquisition Contract (GWAC). This is a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This contract is intended to provide information technology (IT) solutions and services as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996. These IT solutions and services include, but are not limited to, health and biomedical-related IT services to meet scientific, health, administrative, operational, managerial, and information management requirements. The contract also contains general IT services partly because medical systems are increasingly integrated within a broader IT architecture, requiring a systems approach to their implementation and a sound infrastructure for their operation.

Synergy is qualified under the Small Business (restricted) Group of the CIO-SP3 contract in all 10 Task Areas:

  • Task Area 1: IT Services for Biomedical Research, Health Sciences, and Healthcare
  • Task Area 2: Chief Information Officer (CIO) Support
  • Task Area 3: Imaging
  • Task Area 4: Outsourcing
  • Task Area 5: IT Operations and Maintenance
  • Task Area 6: Integration Services
  • Task Area 7: Critical Infrastructure Protection and Information Assurance
  • Task Area 8: Digital Government
  • Task Area 9: Enterprise Resource Planning
  • Task Area 10: Software Development

Benefits:

  • Small Business set-aside GWAC
  • All federal agencies may place task orders against this contract
  • Streamlined ordering procedures are based on Fair Opportunity (FAR Subpart 16.505[b][1]) vs. full and open competition
  • No protest on orders under $10 million except on the grounds that the order increases the scope, period or maximum value of the contract (FAR Subpart 16.505 [a][10][i])
  • Varied contract types (Fixed Price, Time and Materials, Cost-Reimbursement) for greater flexibility
  • With a $20 billion ceiling, multiple contract types and the ability to award in modular increments and incorporate performance-based features, CIO-SP3 Small Business offers streamlined ordering and processes that save agencies time, money and resources.

Point of Contact: CIO-SP3-OPS@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to CIO-SP3-OPS@synergybis.com.

Contract Program Manager: Matt Ancona, (443) 722-3628, CIO-SP3-OPS@synergybis.com

Link to NIH CIO-SP3 Website: https://nitaac.nih.gov/services/cio-sp3-small-business

Period of Performance: May 11, 2020 to April 29, 2024.

Standard Form 26 75N98120D00084

Conformed Contract: Conformed Contract 75N98120D00084 – SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Contractor Site Rates: Contractor Site Rates 75N98120D00084 – SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Government Site Rates: Government Site Rates 75N98120D00084 – SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Prompt Payment Terms: NET 30. See Box 9 of SF26.

CIO-SP3 Small Business 8(a)

Contract Number: 75N98119D00005

Scope:
Synergy is a prime contract holder for the Chief Information Officer–Solutions and Partners 3 (CIO-SP3) Small Business 8(a) Government-Wide Acquisition Contract (GWAC). This is a ten (10) year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This contract is intended to provide information technology (IT) solutions and services as defined in FAR 2.101(b) and further clarified in the Clinger-Cohen Act of 1996. These IT solutions and services include, but are not limited to, health and biomedical-related IT services to meet scientific, health, administrative, operational, managerial, and information management requirements. The contract also contains general IT services partly because medical systems are increasingly integrated within a broader IT architecture, requiring a systems approach to their implementation and a sound infrastructure for their operation.

Synergy is qualified under the 8(a) Disadvantaged Small Business Group of the CIO-SP3 contract in all 10 Task Areas:

  • Task Area 1: IT Services for Biomedical Research, Health Sciences, and Healthcare
  • Task Area 2: Chief Information Officer (CIO) Support
  • Task Area 3: Imaging
  • Task Area 4: Outsourcing
  • Task Area 5: IT Operations and Maintenance
  • Task Area 6: Integration Services
  • Task Area 7: Critical Infrastructure Protection and Information Assurance
  • Task Area 8: Digital Government
  • Task Area 9: Enterprise Resource Planning
  • Task Area 10: Software Development

Benefits:

  • 8(a) Small Business set-aside GWAC
  • All federal agencies may place task orders against this contract
  • Streamlined ordering procedures are based on Fair Opportunity (FAR Subpart 16.505[b][1]) vs. full and open competition
  • No protest on orders under $10 million except on the grounds that the order increases the scope, period or maximum value of the contract (FAR Subpart 16.505 [a][10][i])
  • Varied contract types (Fixed Price, Time and Materials, Cost-Reimbursement) for greater flexibility
  • With a $20 billion ceiling, multiple contract types and the ability to award in modular increments and incorporate performance-based features, CIO-SP3 Small Business offers streamlined ordering and processes that save agencies time, money and resources.

Point of Contact: CIO-SP3-OPS@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to CIO-SP3-OPS@synergybis.com.

Contract Program Manager: Matt Ancona, (443) 722-3628, CIO-SP3-OPS@synergybis.com

Link to NIH CIO-SP3 Website: https://nitaac.nih.gov/services/cio-sp3-small-business

Period of Performance: May 11, 2020 to April 29, 2024.

Standard Form 26 75N98119D00005

Conformed Contract: Conformed Contract 75N98119D00005 – SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Contractor Site Rates: Contractor Site Rates 75N98119D00005 SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Government Site Rates: Government Site Rates 75N98119D00005 SYNERGY BUSINESS INNOVATION & SOLUTIONS INC.

Prompt Payment Terms: NET 30. See Box 9 of SF26.

GSA OASIS SB Pool 1

Contract Number: 47QRAD20D1055

DUNS Number: 826338498

Cage Code: 5UBA8

Scope:
Synergy is a prime contract holder for One Acquisition Solution for Integrated Services – Small Business (OASIS SB), a contract vehicle 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 SB 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 are individually referred to as “Pools” within OASIS SB. Synergy’s OASIS SB MA-IDIQ task order contract falls under Pool 1 (NAICS codes with a $16.5m Business Size Standard). Applicable NAICS CODES include:

NAICS CODE

NAICS TITLE

541330

Engineering Services

541360

Geophysical Surveying and Mapping Services

541370

Surveying And Mapping (Except Geophysical) Services

541380

Testing Laboratories

541611

Administrative Management and General Management Consulting Services

541612

Human Resources Consulting Services

541613

Marketing Consulting Services

541614

Process, Physical Distribution, and Logistics Consulting Services

541618

Other Management Consulting Services

541620

Environmental Consulting Services

541690

Other Scientific and Technical Consulting Services

541810

Advertising Agencies

541820

Public Relations Agencies

541830

Media Buying Agencies

541840

Media Representatives

541850

Outdoor Advertising

541860

Direct Mail Advertising

541870

Advertising Material Distribution Services

541890

Other Services Related to Advertising

541910

Marketing Research and Public Opinion Polling

541990

All Other Professional, Scientific, and Technical Services

The services to be provided under OASIS SB 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.

Point of Contact: OASIS@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to OASIS@synergybis.com.

Contract Program Manager: Matt Ancona, (443) 722-3628, OASIS@synergybis.com

Link to Website: https://www.gsa.gov/buy-through-us/products-and-services/professional-services/buy-services/oasis-and-oasis-small-business

Contract: Statement of Work for GSA OASIS SB Contract Pool 1

Period of Performance: The cumulative term of OASIS SB may span up to June 19, 2024 and the cumulative term of all task orders placed under OASIS SB may span up to June 19, 2029.

GSA OASIS SB 8(a) Pool 1

Contract Number: 47QRAD20D8140

DUNS Number: 826338498

Cage Code: 5UBA8

Scope:
Synergy is a prime contract holder for One Acquisition Solution for Integrated Services (OASIS) – Small Business 8(a) SubPool 1 (OASIS SB 8(a) SubPool 1), a contract vehicle 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 SB 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 are individually referred to as “Pools” within OASIS SB. Synergy’s OASIS SB MA-IDIQ task order contract falls under Pool 1 (NAICS codes with a $16.5m Business Size Standard). Applicable NAICS CODES include:

NAICS CODE

NAICS TITLE

541330

Engineering Services

541360

Geophysical Surveying and Mapping Services

541370

Surveying And Mapping (Except Geophysical) Services

541380

Testing Laboratories

541611

Administrative Management and General Management Consulting Services

541612

Human Resources Consulting Services

541613

Marketing Consulting Services

541614

Process, Physical Distribution, and Logistics Consulting Services

541618

Other Management Consulting Services

541620

Environmental Consulting Services

541690

Other Scientific and Technical Consulting Services

541810

Advertising Agencies

541820

Public Relations Agencies

541830

Media Buying Agencies

541840

Media Representatives

541850

Outdoor Advertising

541860

Direct Mail Advertising

541870

Advertising Material Distribution Services

541890

Other Services Related to Advertising

541910

Marketing Research and Public Opinion Polling

541990

All Other Professional, Scientific, and Technical Services

The services to be provided under OASIS SB 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.

Point of Contact: OASIS@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to OASIS@synergybis.com.

Contract Program Manager: Matt Ancona, (443) 722-3628, OASIS@synergybis.com.

Link to Website: https://www.gsa.gov/buy-through-us/products-and-services/professional-services/buy-services/oasis-and-oasis-small-business

Contract: Statement of Work for GSA OASIS SB 8a Contract 8a SubPool 1

Period of Performance: The cumulative term of the OASIS SB 8(a) SubPool may span up to December 19, 2024 and the cumulative term of all task orders placed under the OASIS SB 8(a) SubPool may span up to December 19, 2029.

DISA SETI SB Multi-Award IDIQ

Contract Number:HC104719D2038

Scope:
Synergy is a prime contract holder on the Defense Information Systems Agency (DISA) Systems Engineering, Technology, & Innovation (SETI) multiple award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract vehicle. SETI has a focused scope to provide new, non-commodity and innovative information technology engineering solutions, embracing cutting-edge technologies and methodologies for mission partners across the Department of Defense. The SETI vehicle is designed for current complex and unique requirements, but also built to be technology-agnostic in order to solve capability gaps in all future mission needs.

Synergy’s responsibilities on this task order include systems engineering, design analysis, systems architecture, software systems design & development, systems integration, systems test and evaluation, systems deployment and lifecycle engineering, and special systems engineering (i.e. network, satellite, spectrum, cybersecurity, cloud, mobility, and/or cognitive engineering).

Benefits:

  • FAR-based, fair opportunity procurement approach for ordering critical performance-based services through DISA’s prequalified pool of innovative contractors
  • A variety of unique acquisition types; including, but not limited to: Rapid technology prototyping, staged contracts, milestone-based competitions; incentive prizes and challenge-based acquisitions

Point of Contact: Matt Ancona, (443) 722-3628, SETI@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to SETI@synergybis.com.

Period of Performance: July 8, 2019 to July 7, 2029.

DOT SWES BPA

Department of Transportation Logo

Contract Number: 693JJ319A000018

Scope:
Synergy was awarded as a prime contract holder for the US Department of Transportation (USDOT) multiple award Blanket Purchase Agreement (BPA) to support the USDOT Office of the Secretary (OST) and the Operating Administrations (OAs).

The scope of this department-wide BPA encompasses a suite of approximately one hundred thirty (~130) active applications and new application development needs across a wide range of technology stacks. To more rapidly deliver value to stakeholders, the DOT is transitioning from a Waterfall development lifecycle based organization to an iterative development organization. The iterative processes may include Agile/Scrum, Lean, Kanban, Extreme Programming (XP) and DevOps. Many OAs currently use specific iterative practices in the development or maintenance of their applications.

This BPA will also support the Department’s digital transformation program, DestinationsDIGITAL. DestinationsDIGITAL is shifting the Department’s technology deployment away from OA-specific point solutions that rely on custom software development with the goal to leverage a much broader array of shared services and a narrower set of technology stacks to meet mission needs. These shared services include commercially available, Federal Information Technology Systems Security Requirement (FedRAMP) certified cloud services, a set of low-code development platforms, a suite of centrally-provided enterprise IT shared services and common suite of cyber security tools and services. Over time, the vision of DestinationsDIGITAL is to rationalize DOT’s IT portfolio, resulting in fewer technology solutions to meet mission needs, thereby maximizing the value delivered by IT spend and reducing our cyber-attack plane.

Point of Contact: swes@synergybis.com.

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to swes@synergybis.com.

Period of Performance: May 7, 2019 to May 6, 2024

GSA Multiple Award Schedule (MAS)

Contract Number: GS-35F-0495Y

Scope:
Synergy is a prime contract holder for GSA Schedule 70, a Multiple Award Schedule (MAS) contract that provides the full range of IT services, including data warehousing, networking information, systems analysis and design, and installation for all federal departments and agencies.

Synergy has been awarded three Special Item Numbers (SINs) under IT Schedule 70:

  • SIN 54151S (Legacy 132-51): IT Professional Services
  • SIN 54151HEAL (Legacy 132-56): Health IT Services
  • SIN OLM (Legacy 70-500): Order-Level Materials (OLMs)
  • SIN 541330ENG (Legacy SIN 871-1): Engineering Services
  • SIN 541715 (Legacy SIN 871-1): Engineering Research and Development and Strategic Planning
  • SIN 541611 (Legacy SIN 874-1): Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services

SIN 54151S (Legacy 132-51): IT Professional Services

The scope of SIN 54151S (legacy SIN 132-51) includes resources and facilities management, database planning and design, systems analysis and design, network services, programming, conversion and implementation support, network services project management, data/records management, and other services relevant to 29CFR541.400.

Benefits:

Widespread use of modern IT paradigms helps to ensure protection of data, increased administrative efficiencies, greater cost savings, and improved customer experience. With the IT Professional Services SIN, you get:

  • Access to pre-vetted, experienced IT solution providers;
  • Access to the complete range of IT professional services;
  • Innovative and cutting-edge technologies and methodologies;
  • Universal labor category set that includes subject-matter experts (SMEs) in any technical field;
  • Ability to meet socioeconomic goals with awards to small businesses and other qualified vendors;
  • Ability to establish Blanket Purchase Agreements (BPAs) for recurring needs or indefinite requirements over several years;
  • Reduced procurement lead times, with no synopsis required;
  • Pre-negotiated ceiling prices that can be further discounted;
  • Established terms and conditions at the master contract level;
  • Flexibility to have customized terms and conditions at the task order level;
  • Simplified procurement process for services; and
  • More data available to track IT spend

SIN 54151HEAL (Legacy 132-56): Health IT Services

SIN 54151HEAL (legacy SIN 132-56) is a recently created SIN under IT Schedule 70 that assists customer agencies in procuring Health IT services. Services under this SIN include a wide range of Health IT services: connected health, electronic health records, health information exchanges, health analytics, personal health information management, innovative Health IT solutions, health informatics, emerging Health IT research, and other Health IT services.

Benefits:

With all that the Health IT Services SIN offers, you can:

  • Easily identify Health IT solutions and experts;
  • Award small business set-aside contracts to meet socio-economic goals;
  • Establish Blanket Purchase Agreements (BPAs) focused on Health IT solutions;
  • Get HIPPA compliance expertise;
  • Support the Federal Health IT Strategic Plan to expand adoption of Health IT services, reduce prices, advance secure and interoperable health information solutions, and strengthen healthcare-delivery systems;
  • Reduce procurement lead times:
    • No synopsis required;
    • Pre-negotiated ceiling prices which can be further discounted through head-to-head competition; and
    • Established terms and conditions
  • Clearly differentiate between Health IT services from other IT services;
  • Get access to innovative and cutting-edge technologies;
  • Increase visibility and accessibility of pre-vetted industry partners;
  • Simplify procurement process for services; and
  • Get data available to track Health IT spend

SIN OLM (Legacy 70-500): Order-Level Materials (OLMs)

The Order-Level Materials (OLMs) SIN was recently added under IT Schedule 70 and assists with supplies and/or services acquired in direct support of an individual task or delivery order placed against a Schedule contract or BPA. This SIN is procured under a special ordering procedure that simplifies the process for acquiring supplies and services necessary to support individual task or delivery orders placed against a Schedule contract or BPA. Using this new procedure, ancillary supplies and services not known at the time of the Schedule award may be included and priced at the order level.

Benefits:

  • Allows buyers the flexibility to easily acquire OLMs, creating consistency between the Schedules program and other established indefinite-delivery/indefinite-quantity (IDIQ) contracts. These benefits include:
    • Increases the flexibility of GSA Schedules to provide a total solution to meet the ordering activity’s requirements
    • Reduces agency procurement and administrative costs and enhances the time savings and streamlined processes of leveraging GSA Schedules
    • Reduces contract duplication by eliminating the need to set up new commercial IDIQs or conduct open market procurements to obtain necessary order level ODCs
    • Increases competition, resulting in cost savings for the ordering activity
    • Eliminates the need for Government Furnished Equipment (GFE), which can be labor intensive to administer

All Schedule terms and conditions apply to OLMs (e.g., TAA and mandatory environmental attributes clauses), which ensures agency purchases are compliant with FAR and other regulatory guidelines

SIN 541330ENG (Legacy SIN 871-1): Engineering Services

Services include: applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, processes, and systems. Services may involve any of the following activities: provision of advice, concept development, requirements analysis, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. NOTE: Services under this SIN cannot include architect-engineer services as defined in the Brooks Act and FAR Part 2, or construction services as defined in FAR Parts 2 and 36.

SIN 541715 (Legacy SIN 871-1): Engineering Research and Development and Strategic Planning

Services include conducting research and experimental development (except nanotechnology and biotechnology research and experimental development) in the physical, engineering and life sciences such as; such as agriculture, electronics, environmental, biology, botany, computers, chemistry, food, fisheries, forests, geology, health, mathematics, medicine, oceanography, pharmacy, physics, veterinary and other allied subjects. Typical tasks include, but are not limited to, analysis of mission, program goals and objectives, program evaluations, analysis of program effectiveness, requirements analysis, organizational performance assessment, special studies and analysis, training, and consulting; requirements analysis, cost/cost performance trade-off analysis, feasibility analysis, developing and completing fire safety evaluation worksheets as they relate to engineering services; operation and maintenance, evaluation of inspection, testing, and maintenance program for fire protection and life safety systems, program/project management, technology transfer/insertion, training and consulting. NOTE: Services under this NAICS cannot include architect-engineer services as defined in the Brooks Act and FAR Part 2 or construction services as defined in the Federal Acquisition Regulation Part 36 and Part 2.

SIN 541611 (Legacy SIN 874-1): Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services

Provide operating advice and assistance on administrative and management issues. Examples include: strategic and organizational planning, business process improvement, acquisition and grants management support, facilitation, surveys, assessment and improvement of financial management systems, financial reporting and analysis, due diligence in validating an agency’s portfolio of assets and related support services, strategic financial planning, financial policy formulation and development, special cost studies, actuarial services, economic and regulatory analysis, benchmarking and program metrics, and business program and project management. Inherently Governmental services as identified in FAR 7.503 or by the ordering agency are prohibited. It is the responsibility of the Contracting Officer placing the order to make this determination. Ordering activities must require prospective contractors to identify potential conflicts of interest and address those, prior to task order award. Personal services as defined in FAR 37.104 are prohibited.

 

Point of Contact: gsa@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to gsa@synergybis.com.

Link to Website: https://www.gsa.gov/technology/technology-purchasing-programs/it-schedule-70

Period of Performance: July 10, 2012 to July 9, 2027 with the potential to add one additional five (5) year Option Period.

Seaport-NxG

Contract Number: N0017819D8613

Scope:
Synergy is a prime contract holder for SeaPort-NxG, which 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 1800+ SeaPort-NxG Indefinite Delivery Indefinite Quantity (IDIQ) multiple award contract holders, including Synergy.

Services to be provided under SeaPort-NxG are categorized into the following categories and functional areas:

Category 1: Engineering Services

Functional Areas under Engineering Services:

  • Engineering, System Engineering, and Safety and Process Engineering Support
  • Software Engineering, Development, Programming, and Network Support
  • In-Service Engineering, Fleet Introduction, Installation and Checkout and Provisioning Support
  • Measurement Facilities, Range, and Instrumentation Support
  • Interoperability, Test and Evaluation, Trials Support
  • Research and Development Support
  • Modeling, Simulation, Stimulation, and Analysis Support
  • Prototyping, Pre-Production, Model-Making, and Fabrication Support
  • System Design Documentation and Technical Data Support
  • Reliability, Maintainability, and Availability (RM&A) Support
  • Inactivation and Disposal Support
  • Biochemical Engineering Support

Category 2: Program Management Services:

Functional Areas under Program Management Services:

  • Financial Analysis and Budget Support
  • Quality Assurance (QA) Support
  • Functional and Direct Programmatic Administrative Support
  • Professional Development and Training Support
  • Analytical and Organizational Assessment Support
  • Database Administrators
  • Public Affairs and Multimedia Support
  • Logistics Support
  • Configuration Management (CM) Support
  • Information System (IS) Development, Information Assurance (IA), and Information Technology (IT) Support
  • Computer Systems Analysts

Benefits:

SeaPort-NxG provides an efficient and effective means of contracting for professional support services and enhancing small business participation.

Point of Contact: bdops@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to bdops@synergybis.com.

Link to Website: https://www.seaport.navy.mil/

Period of Performance: January 2, 2019 to January 1, 2029.

DOL DAVINCE BPA

Department of Labor Logo

Scope:
Synergy is the prime contract holder for the IT Systems Engineering and Integration Support Services Contract, which is a single-award Blanket Purchase Agreement (BPA) for IT Systems Engineering and Integration Support Services. Within this requirement, Synergy will provide services in all aspects of IT Systems Engineering, Advanced Engineering, Enterprise Architecture, Unified Communication and integration support services required for the Office of the Chief Information Officer (OCIO) Enterprise General Support System (GSS). These services include providing technology and full range IT services and products for Systems Engineering and Implementation to support OCIO’s mission of providing information technology solutions and leadership to advance the DOL Mission.

Point of Contact: Thomas Row, TRow@synergybis.com

Period of Performance: June 25, 2019 to June 24, 2024.

U.S. Coast Guard – APLES II Single Award IDIQ

USCG Logo

Scope:
Synergy is the prime contract holder for the $400 Million 8(a) single-award IDIQ for Application Product Line Enterprise Support (APLES) services in support of C5I Service Center under the US Coast Guard (USCG). Under this contract Synergy supports a full range of software engineering services including design, implementation, operation, maintenance, and enhancement for 35 business systems and 90 applications across the Human Resource, Finance, Logistics, and Enterprise support verticals for the USCG.

Under this contract, Synergy serves as both advisor and implementor for executing the US Coast Guard’s IT modernization roadmap. We have implemented Agile Transformation to improve quality, agility, and throughput of both maintenance and modernization task delivery. We have also focused on enterprise-wide capabilities to implement a scalable and sustained operational efficiency through capabilities such as DevSecOps, Infrastructure as Code (IaC), and Test Automation.

Point of Contact: Thomas Row, TRow@synergybis.com

If you would like to partner with Synergy on this vehicle or if you have any other questions, please reach out to TRow@synergybis.com.

Period of Performance: July 1, 2018 to July 10, 2018, and October 25, 2018 to October 15, 2023 (60 months).

U.S. Department of Agriculture

Contract Number/Order Number: 75N98119D00005/12314421F0279

Scope:
Synergy is a prime contractor to support the Office of the Chief Information Officer (OCIO), Digital Infrastructure Services Center (DISC), Enterprise Applications Services (EAS). Through this contract, we are supporting the EAS’s goal to become the number one choice for USDA and across Government agencies for:

  • Integrated enterprise web services,
  • Custom desktop and mobile application development and support,
  • Software as a Service (SaaS) development and support,
  • Geospatial guidance and management, and
  • Cutting edge Learning Management System (AgLearn),
  • Security integration and support.

For list of our capabilities and services, please visit: https://www.usda.gov/sites/default/files/2022-03/eas-services-and-capabilities.pdf

DISC – EAS IT services can be leveraged by other Government agencies via Inter Agency Agreements (IAA). EAS’s current portfolio of projects and agencies include, but not limited:

  • Department of Defense – U.S. Air Force
  • Department of Defense – U.S. Army
  • Department of Homeland Security – Federal Emergency Management Agency
  • Government Accountability Office
  • General Service Administration
  • Office of Management and Budget

For more details on our capabilities and services, please visit: https://www.usda.gov/ocio/centers/eas

Using DISC EAS IT Service program has many benefits. There is no need for sole source justifications, solicitations or Requests for Proposals if Government agency choose to work with us. DISC-EAS works under very flexible Inter-Agency reimbursable agreements (Treasury forms 7600A and B) rather than a commercial contracts. If you would like to discuss how you can bring a program from any government agency to this contract using IAA, please reach out to Matt Ancona at MAncona@synergybis.com.

Period of Performance: December 6, 2021 to December 6, 2026.