Clients can procure our services utilizing numerous Best In Class (BIC) government contracting vehicles.
GSA Multiple Award Schedule (Women Owned Small Business)
GSA Multiple Award Schedule is an IDIQ contract administered by the Federal Supply Service of the General Services Administration. As a GSA contractor under FSS, Summit Technologies, Inc. provides a wide variety of Information Technology services. Any agency of the U.S. Government may take advantage of GSA MAS task orders to secure products and services in a variety of skill areas, including systems analysis, design, installation, programming and/or integrated logistics support.
Contract Number: GS-35F-398CA
Eligible Agencies: All
Agency Sponsor: GSA
Prime or Subcontractor: Prime
Operational Detail:
- Computer Systems Design Services
- Computer Facilities Management Services
- Other Computer Related Services
Features & Benefits:
- Wide variety of products and services
- Competitive prices and discounts
- Flexible contracting and streamlined ordering
- Compliance with federal cybersecurity guidelines
- Access to small business credit
Point of Contact: Mr. Paul Patel
(860) 780-3131
Paul.Patel@Summtech.com
GSA STARS III
GLiST, LLC is an SBA approved Joint Venture formed by Summit Technologies, Inc. is (mentor) and GL Solutions, Inc., an 8(a) protégé. GLiST, LLC is a recipient of the 8(a) STARS III multiple-award indefinite-delivery/indefinite-quantity (MA-ID/IQ) contract, which is designed to provide federal agencies with innovative information technology (IT) services-based solutions. Summit Technologies, Inc., as a JV member has full access to GLiST LLC’s STARS III contract.
GSA STARS III website: www.gsa.gov/s3
Master Contract Number: 47QTCB21D0416
Contractor DUNS/UEI Number: 117588990
CAGE Code: 8P7Z3
Point of contact: Mr. Paul Patel
(860) 780-3131
Paul.Patel@Summtech.com
Additional STARS III resources for Government Agencies:
- This video provides an overview of how GSA’s 8(a)STARS III Government wide Acquisition Contract can help your agency meet its mission. Click here to view
- SBA Offer and Acceptance Guidance for Sole Source:
- The SBA Offer Letter [DOCX – 19 KB]is a template which agencies may use when drafting a sole-source offer for SBA review. Per section G.13 of the 8(a) STARS III contract, offer and acceptance is required for each sole source order in accordance with FAR 19.804-6.
- The list of SBA District Offices [PDF – 101 KB]provides email and phone contacts for SBA’s district offices (current as of 7/19/2021). These points of contact should be utilized when submitting an sole source offer to SBA.
- Request a GWAC Delegation of Procurement Authority (DPA). Click here
GSA Multiple Award Schedule 8(a)
GLiST, LLC is an SBA approved Joint Venture formed by Summit Technologies, Inc. is (mentor) and GL Solutions, Inc., an 8(a) protégé. GLiST, LLC is a recipient of the General Services Administration (GSA) Multiple Award Schedule (MAS) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract vehicle, which is available to all Federal, State, local, and tribal Governments. Summit Technologies, Inc., as a JV member has full access to GLiST LLC’s GSA MAS scheduled with the benefits of the SBA’s 8(a) program.
General Services Administration
Contract Number: 47QTCA21D00BF
Period: 6/23/2021 – 6/22/2026
Type: GWAC, IDIQ
Socio Economic Status: SBA Certified 8(a) Joint Venture, SBA Certified Small Disadvantaged Business, Small Minority -Owned Business
Duration: 5-year base + one 5-year option
DUNS: 117588990
SIN’s: 54151S – Information Technology Professional Services.
541611 – Management & Financial Consulting, Acquisition & Grants Management Support, and Business Program & Project Management Services.
541219 – Budget and Financial Management Services.
541214 – Payroll Services.
Point of Contact: Mr. Paul Patel
(860) 780-3131
Paul.Patel@Summtech.com
DISA ENCORE III
Summit is pleased to be a subcontractor to the Team CSI, JV in support for Encore III.
Encore III is DISA’s flagship IDIQ contract vehicle to provide global IT services and solutions capabilities, attributes or services in support of the Department of Defense and other Federal agencies.
Sponsoring Agency: Defense Information Systems Agency (DISA)
Admin Contracting Office: DITCO-Scott
Available Order Types: CPFF, CPIF, CPAF, FFP, FPIF, T&M
Period of Performance: May 12, 2019- May 11, 2029 (including all options)
For use by: All Federal Government agencies
- Indefinite Delivery/Indefinite Quantity Task Order contract
- Services provided in both CONUS and OCONUS
- Time & Material, Firm Fixed Price and Cost-Reimbursement Type contracts
- Full range of labor categories
- $17.5B Encore III Contract Ceiling
Performance Areas:
- Performance Area 1: Enterprise IT Policy and Planning
- Performance Area 2: Integrated Solutions Management
- Performance Area 3: Process, Performance and Strategic Benchmarking
- Performance Area 4: Business Process Reengineering (BPR)
- Performance Area 5: Requirements Analysis
- Performance Area 6: Market Research and Prototyping
- Performance Area 7: Information and Knowledge Management
- Performance Area 8: Custom Application Development
- Performance Area 9: Product Integration
- Performance Area 10: Test and Evaluation (T&E)
- Performance Area 11: Asset Management
- Performance Area 12: Network Support
- Performance Area 13: Cyber Security Assessment and Authorization
- Performance Area 14: Information Communications Technology
- Performance Area 15: Computer-Telephony Integration (CTI)
- Performance Area 16: Web Services
- Performance Area 17: Operations Support
- Performance Area 18: IT Support Services
- Performance Area 19: Cloud Professional Services
Point of Contact: Mr. Dave Mathangani
(571) 485-8870
Dave.Mathangani@Summtech.com
Army RS3
Summit Technologies, Inc. is pleased to be a non-exclusive subcontractor to SMS Corporation and UTRS for RS3 opportunities. RS3 is a Performance Based Services Contract providing customized best value solutions to a diverse group of organizations that span the spectrum of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) mission requirements throughout the world.
Please note all requirements are restricted to small businesses when market research indicates that two or more capable small businesses intend to propose on task order for any of the following:
- Less than $10 million
- Acquisition and Strategic Planning Services
- Contracting Officer determination – FAR 16.505(b)(2)(i)(F)
- Contract Type: Firm Fixed Price, Cost Plus Fixed Fee, Cost Plus Incentive Fee, Cost Reimbursable
- Government Fees: 0.1% to 1%
- Contract Ceiling: $37.4B ceiling
Period of Performance: 10-year ordering period and 15-year performance period.
Eligible Agencies: All Federal and State Agencies with C4ISR requirements.
Agency Sponsor: Department of the Army – Army Contracting Command-APG
Point of Contact: Mr. Scott Thomas
(202) 423-5571
Scott.Thomas@Summtech.com
Army ITES-3S
As a non-exclusive subcontractor to DSA, IMC and SMS Corporation, Summit is pleased to deliver solutions through the ITES-3S IDIQ contract. The Army’s preferred source for the purchase of a full range of services and solutions within CONUS and OCONUS, ITES-3S provides IT services and solutions that include but are not limited to the following Task Areas:
- Business Process Reengineering (BPR)
- Information Systems Security
- Information Assurance
- Information Technology Services
- (CAD/CAE/CAM) Development
- Software/Middleware Development
- Enterprise Design Integration and Consolidation
- Education/Training
- Program/Project Management
- Systems Operation and Maintenance and Network Support
Ceiling: $12.1 Billion
Contract Types: Fixed Price, Time & Materials and Cost Recoverable
Benefits of using ITES-3S:
- Performance-based Cost, T&M, FFP Task Orders
- No Contract usage fees
- Decentralized Ordering (All TORs issued via ASCP IT e-mart)
- Open to Army, DOD and All Federal Agencies
- Host agency is the Army Small Computer Program (ASCP)
Point of Contact: Mr. Scott Thomas
(202) 423-5571
Scott.Thomas@Summtech.com