Alliant 3 GWAC, Request for Proposal (RFP)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) is managing the Alliant 3 Governmentwide Acquisition Contract (GWAC), an unrestricted Multiple Award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for comprehensive Information Technology (IT) services-based solutions. This opportunity aims to provide federal agencies with access to a broad range of IT capabilities, including emerging technologies.
Current Status & Next Steps
Phase One awards were executed on February 25, 2026, with 43 offerors selected. The evaluation of Phase Two is now underway, and GSA will continue through subsequent phases until all 76 awards (plus ties) are complete. Offerors not selected in Phase One remain eligible for further consideration and have not been eliminated. Debriefings will be provided after all award phases are finalized.
Scope of Work
The Alliant 3 GWAC encompasses a wide array of IT services, including infrastructure, application services, IT management services, cloud computing, big data analytics, cybersecurity, and support for National Security Systems. It covers all current leading-edge and emerging technologies (e.g., AI, Quantum Computing, Zero-trust Networks) and supports all IT development methodologies, including Agile.
Contract Details
This is a Multiple Award, IDIQ contract with a potential 10-year period of performance (5-year base + 5-year option). There is no maximum dollar ceiling for the Master Contract or individual Task Orders. A minimum contract guarantee of $2,500 per Base Contract applies, and a 0.75% Contract Access Fee (CAF) is charged on orders. Task Orders can utilize various contract types, including Fixed-Price, Cost-Reimbursement, Incentive, Requirements, Time-and-Material, and Labor-Hour.
Key Changes & Requirements
The proposal due date for new submissions or amendments for existing offerors has been extended to April 11, 2025, at 4:00 PM ET. Significant changes include the removal of Greenhouse Gas (GHG) evaluation points and related climate risk management plan requirements (J.P-15) due to recent Executive Orders. The Meaningful Relationship Commitment Letter (MRCL) project requirement has also been removed. Offerors can now include Other Transactional Agreements (OTAs) and task orders under Basic Ordering Agreements (BOAs) as acceptable contract types for relevant experience. Password protection is permitted for GSA Form 527 and associated financial documents, provided the password is emailed separately to A3PSWD@gsa.gov before the due date.
Evaluation Factors
Proposals are evaluated using a "Highest Technically Rated Offerors with a Fair and Reasonable Price (HTR/F&RP)" approach. Non-price factors, including Past Performance, Relevant Experience, Systems, Certifications, Clearances, and Organizational Risk Assessment, are considered more important than price. Pricing will be evaluated only for the top 76 technically rated offers.
Submission & Contact
Proposals must be submitted electronically via the Symphony Proposal Intake System. Offerors are advised to monitor their Symphony accounts for exchanges and respond promptly. For questions, contact Alliant3QA@gsa.gov.