Top 10 Small Business Opportunities for FY 2013 -...

20
Top 10 Small Business Opportunities for FY 2013 Reason for this Topic At the beginning of each federal fiscal year, Deltek identifies the top ten federal set-aside opportunities for small businesses in the coming year. Using information provided by Government sources as well as analysis provided by the Deltek team, these opportunities were selected based on forecasted contract value and significance to the buying agency and marketplace. Each opportunity has a solicitation release date anticipated in FY 2013. The FY 2013 Top 10 Set-Aside Opportunities list exceeds $12 billion in total ceiling value available as prime contracting opportunities for small businesses. Bottom Line Agencies are expanding small business prime contracts and task order opportunities by increasing the number of awards made to small firms, particularly within the traditional Small Business Set-Aside category. Only three of the Top 10 included other set-aside categories. Multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts continue to dominate the Top 10 list, as agencies look for cost savings and continuity in task order competitions. Competition will continue to increase for open- market small business set-aside contracts. In FY 2013, Defense opportunities have higher dollar values than Civilian opportunities which is a change from previous years. Small business set-asides with multiple pools or components are common in agency vehicles, giving small businesses more opportunities to participate and compete as prime contractors. Deltek’s Take Top 10 Set-Aside procurements represent over $12 billion in total contract value for FY 2013 Defense opportunities provide most potential for small businesses with larger values this fiscal year than in year’s past Multiple award contracts represent over $11 billion in contract value 8 of the top 10 opportunities on the FY 2013 Top 10 list for small businesses are multiple award vehicles Air Force opportunities are slated to dominate the Defense market in FY 2013. This can be partially attributed to follow-on requirements, completion of existing programs from the previous years and new ID/IQs.

Transcript of Top 10 Small Business Opportunities for FY 2013 -...

Top 10 Small Business Opportunities for FY 2013

Reason for this Topic

At the beginning of each federal fiscal year, Deltek identifies the top ten federal set-aside opportunities for small businesses in the coming year. Using information provided by Government sources as well as analysis provided by the Deltek team, these opportunities were selected based on forecasted contract value and significance to the buying agency and marketplace. Each opportunity has a solicitation release date anticipated in FY 2013. The FY 2013 Top 10 Set-Aside Opportunities list exceeds $12 billion in total ceiling value available as prime contracting opportunities for small businesses.

Bottom Line

Agencies are expanding small business prime contracts and task order opportunities by increasing the number of awards made to small firms, particularly within the traditional Small Business Set-Aside category. Only three of the Top 10 included other set-aside categories.

Multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contracts continue to dominate the Top 10 list, as agencies look for cost savings and continuity in task order competitions. Competition will continue to increase for open-market small business set-aside contracts.

In FY 2013, Defense opportunities have higher dollar values than Civilian opportunities which is a change from previous years.

Small business set-asides with multiple pools or components are common in agency vehicles, giving small businesses more opportunities to participate and compete as prime contractors.

Deltek’s Take

Top 10 Set-Aside procurements represent over $12 billion in total contract value for FY 2013

Defense opportunities provide most potential for small businesses with larger values this fiscal year than in year’s past

Multiple award contracts represent over $11 billion in contract value 8 of the top 10 opportunities on the FY 2013 Top 10 list for small businesses are multiple award vehicles

Air Force opportunities are slated to dominate the Defense market in FY 2013. This can be partially attributed to follow-on requirements, completion of existing programs from the previous years and new ID/IQs.

2

Federal Small Business Prime Contracting Trends, FY 2007 – FY 2011

Following a significant increase in contract spending from FY 2007 to FY 2008, small business prime contracting spending has been on the decline. This trend continued with contract obligations declining from $98 billion obligated in FY 2010 to $91 billion awarded to small businesses in FY 2011.

Over the last several years, total contract spending has been relatively stable and on par with small business spending. However, during FY 2011, total contract spending decreased which left small businesses with a smaller percentage of contract dollars. This suggests that small businesses are being disproportionately affected by spending cuts. Exhibit 1

Total Contract Dollars vs. Small Business Contract Obligations

Source: FPDS Small Business Goaling Report, Deltek

Exhibit 2

3

SBA Small Business Scorecard Comparison, FY 2008-FY 2011

` Source: The SBA’s 2011 Small Business Procurement Scorecard

During FY 2010, the Federal Government showed improvement in achieving its small business goals with 22.66% of contracts awarded to small businesses. This equates to $97.9 billion awarded to small businesses during that year. The Government made progress in meeting its goals in most small business categories from FY 2009 to FY 2010; however, the government continues to fall short of the goals it established for some categories.

During FY 2011, the Government awarded more than $91.5 billion to small businesses which represented 21.65% of prime contracts going to small businesses. The FY 2011 Scorecard data indicates that fewer contracts were awarded to small businesses than in previous years.

4

Overview of the FY 2013 Top 10 Small Business Opportunities List

This year’s list of opportunities is valued at $12 billion, a 35% decrease from last year. This year, we observed a significant shift in the mix of opportunities from defense vs. civilian agencies. Seven of this year’s top ten will be procured by defense agencies. Last year, civilian opportunities dominated the list with values twice that of defense opportunities.

In FY 2012, a couple of very large opportunities were procured by civilian agencies, including First Source II valued at $3 billion and HHS’ Contact Center Operations (CCO) procurement, valued at $9 billion leaving fewer large civilian small business opportunities in this year’s report.

Comparison of Top Opportunities Values from FY 2010-FY 2013

Source: Deltek

5

During FY 2012, civilian opportunities were valued at $12.8 billion or 70% of the total and defense opportunities accounted for $5.6 billion or just 30.4% of the total value. In FY 2013 these numbers changed dramatically with defense opportunities valued at $9.5 billion or 79% of the total with civilian opportunities totaling $2.5 billion or just 21%.

Exhibit 3

Civilian vs. Defense Top 10 Small Business Opportunities by Fiscal Year

Source: Deltek

Exhibit 4

6

Federal Agencies are continuing to procure their requirements through small business set-asides more often than through other small business categories, such as 8(a) and Service Disabled Veteran-Owned Small Businesses (SDVOSBs). By utilizing small business set-asides, agencies can not only get credit toward their small business goals, but it also gives them leeway to award contracts to any category of small business.

Breakdown of Set-Asides within the Top 10 List by Potential Contract Value

Source: Deltek

7

A quick reference table for the Top 10 FY 2013 Small Business Opportunities is provided in Exhibit 5.

Exhibit 5

FY 2013 Top 10 Quick Reference List

*Signifies a Deltek Estimate

Rank Agency Program Est. RFP

Date # of

Awards Est.

Value Competition

Type NAICS Code

1 Defense

Special Operational Equipment Tailored Vendor Logistics Support Program

9/2013* 2-5 $5.7 billion*

Small Business Set-Aside

423990

2 State HITSS II 12/2012* Multiple TBD

$2.1 billion*

Other—Multiple Pools

541519

3 Air Force ACCESS 2 6/2013* Multiple TBD

$995 Million

Small Business Set-Aside

541712

4 Air Force USAMS III 2/2013* 6-10 $900 Million*

Small Business Set-Aside

541330

5 Air Force NETCENTS II A&AS 9/2013* 6-10 $710 Million

Service Disabled Veteran-Owned

541512

6 Army IMCS 3 2/2013* Multiple TBD

$500 Million*

Small Business Set-Aside

517110

7 Air Force TDSS(e) 1/2013 Multiple TBD

$426 Million

8(a) Set-Aside 511130

8 Air Force 3PL SECC 12/2012 6-10 $338 Million

Small Business Set-Aside

541614

9 Commerce PTOSS IV 10/2012* 1 $245 Million*

Small Business Set-Aside

561210

10 NASA METTS 11/2012 1 $150 Million*

8(a) Set-Aside TBD

Source: Deltek

1. Where an RFP date is estimated by Deltek, Deltek uses what it believes is the earliest an RFP could be released by government to ensure industry does not miss any procurement activity. As a result, dates will frequently shift to later dates as the government firms up its acquisition plans.

2. The assigned values vary between published values, Government estimates and Deltek estimated values. In the cases of Deltek estimated values, Deltek will report the highest possible contract value for any opportunity which generally is the incumbent contracts’ ceiling value. For instances when previous ceiling values are not available, Deltek will use reported obligations as a benchmark.

8

FY 2013 Top 10 Set-Aside List: Summary and Significance

1) Special Operational Equipment Tailored Vendor Logistics Support Program (TLS) (Opportunity ID: 70506

Agency: Department of Defense/ Defense Logistics Agency (DLA), Defense Supply Center Philadelphia (DSCP)

Est. Value: $5.7 billion (Deltek Estimate)

Competition Type Small Business Set-Aside

NAICS Code 423990

Size Standard 100 employees

Duration: 5 years (2 year base and 3 x 1 year option periods)

Incumbent(s): Tactical & Survival Specialties, W.S. Darley, Atlantic Diving Supply, Inc., Source One Distributers

RFP Date: September 2013 (Deltek Estimate)

Award Date: March 2014 (Deltek Estimate)

Anticipated # of Awards

2-5 awards

Summary: The Department of Defense (DoD), Defense Logistics Agency (DLA)’s Defense Supply Center Philadelphia (DSCP) has a requirement for tailored logistics services which will employ the techniques, advantages and economics of commercial business practices. This requirement will provide rapid response, direct vendor delivery, advanced distribution, material management, total asset/in-transit visibility and information fusion to reduce the total logistics cost to DSCP and its customers. This effort will support defense agencies and non-defense agencies as well as other authorized federally- funded users. These contracts will provide a wide-range of incidental training and services as well as providing special operational equipment worldwide. The customer’s product requirements will support a variety of mission requirements including, diving, hyperbaric, lifesaving, search and rescue, tactical equipment protection, flight and deck crew safety, maritime interdiction, homeland defense and the global war on terror. Significance:

The acquisition is divided into five regions in which ordering activities are located globally. This procurement allows contractors to submit proposals for one region, a combination of regions or all regions. Since this procurement will have a very-wide footprint geographically, there are opportunities for a number of small businesses to win prime contracts.

Since this work will be performed both in the Continental United States (CONUS) and Outside of the Continental United States (OCONUS), contractors will need to have experience in logistics as well as the resources to staff the related service requirements worldwide.

9

2) Hybrid Information Technology Services for State II (HITSS II) (Opportunity ID: 49544)

Agency: Department of State, Bureau of Information Resource Management (Code IRM), Information Technology Infrastructure (Code ITM/OPS/ITI)

Est. Value: $2.1 billion (Deltek Estimate)

Competition Type Other—multiple small business pools are anticipated

NAICS Code 541519

Size Standard $25.5 million

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): 20 companies

RFP Date: December 2012 (Deltek Estimate)

Award Date: June 2013 (Deltek Estimate)

Anticipated # of Awards

Multiple TBD

Summary: The Department of State (DOS) requires computer-related technical services support for its operating systems, and hardware and software applications. The Department's mission of foreign policy, national security and consular affairs requires sound management of information resources in the Department and overseas. Currently, the Department's information technology consists of radios, telephones, specialized telecommunications terminals, relay facilities, leased circuits, minicomputers, mainframe systems, personal computers, microfiche and CD-ROM document archives.

Anticipated requirements include: systems and software analysis and development; document analysis, development of systems design documents; computer programming; computer center operations; configuration management; software maintenance, testing, and troubleshooting; computer security; technical writing; training; and word processing.

Significance:

In addition to providing services to DOS bureaus, services may be required for field offices throughout the United States and at overseas posts.

A Presolicitation notice for this procurement was issued in August 2012. The procurement will be a multiple award IDIQ task-order based contract and will consist of set-asides for Service-Disabled, Veteran-Owned businesses, Woman-Owned small businesses, and HUBZone businesses. Resulting task orders may be set aside to any one of these groups or may be competed among all three groups.

Reported spending on the existing contract for FY2007-2011 totals over $1 billion.

10

3) Acquisition of Consolidated Enterprise Support Services (ACCESS 2)(Opportunity ID: 65599)

Agency: Department of the Air Force, Air Force Materiel Command (AFMC)

Est. Value: $950 million (Deltek Estimate)

Competition Type Small Business Set-Aside

NAICS Code 541712

Size Standard 500 employees

Duration: 3 year base

Incumbent(s): 19 companies

RFP Date: June 2013 (Deltek Estimate)

Award Date: January 2015 (Deltek Estimate)

Anticipated # of Awards

Multiple TBD

Summary: The Department of Air Force, Air Force Material Command (AFMC), has a requirement for Acquisition of Consolidated Enterprise Support Services (ACCESS 2). ACCESS 2 contracts will likely have a similar scope of work as the incumbent effort. ACCESS 2 tasks may include providing administrative, acquisition analysis, program analysis, test and evaluation, acquisition logistics, security analysts and other IT and professional services and support requirements. The incumbent ACCESS contracts provide a wide-range of diverse Advisory & Assistance (A&AS) services, management and professional services, studies and evaluation as well as various engineering and technical services. Significance:

The incumbent ACCESS contracts are set to expire in June 2015. The Air Force anticipates pursuing a follow-on procurement with acquisition activity beginning during FY 2013. In order to avoid a lapse in these services during the follow-on procurement, the Air Force plans to run both ACCESS and ACCESS 2 concurrently during the final option year of the ACCESS contracts.

Expect to see multiple awards made to small businesses in the ACCESS 2 procurement as well as ample teaming opportunities.

Spending on the incumbent ACCESS contracts is less than the $950 million value estimate for ACCESS 2. However, the Air Force anticipates expanding the scope of the follow-on to include all locations. Pending this determination, higher spending is expected through the follow-on effort.

Work will be performed at Wright-Patterson Air Force Base, Ohio as well as other Temporary Duty (TDY) locations, including overseas locations.

11

4) Advisory and Assistance Services for United States Strategic Command Systems and

Missions Support (USAMS III) (Opportunity ID: 60568)

Agency: Department of the Air Force, Air Combat Command, 12th Air Force

Est. Value: $900 million (Deltek Estimate)

Competition Type Small Business Set-Aside

NAICS Code 541330

Size Standard $35.5 million

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): Booz Allen Hamilton, MacAulay-Brown, Inc., CSSS.net, ITT Corporation, Science Applications International Corporation (SAIC), CACI International, Inc.

RFP Date: February 2013 (Deltek Estimate)

Award Date: July 2013 (Deltek Estimate)

Anticipated # of Awards

6-10

Summary: The Department of the Air Force, Air Combat Command (ACC), 12th Air Force, 55th Wing, 55th Mission Support Group, has a requirement for the provision of advisory and assistance for the United States Strategic Command Systems and Missions Support. Contractors will provide a wide range of non-personal Advisory & Assistance Services (A&AS) in three categories: Management and Professional Services, Studies Analyses and Evaluations and Engineering and Technical Services. Significance:

USAMS III contracts will cast a wide net, providing A&AS support to many different organizations and customers throughout DoD.

This effort will be 100% set-aside for small businesses while USAMS II was procured on an unrestricted basis.

The Air Force initially planned to use NAICS Code 541618 ($14 Million size standard) for this effort. However, a decision was made to utilize NAICS Code 541330 ($35.5 Million size standard) which will likely lead to a larger pool of potential bidders.

This move by the Air Force indicates the agency’s efforts to increase small business participation for the follow-on effort. Larger pools of contractors often lead to increased competition, making it that much more important for contractors to win this work either as a prime contractor or as a member of a team.

Work will be performed within the continental U.S.

12

5) NETCENTS II IT Professional Support Engineering Services (A&AS) (Opportunity ID: 48254)

Agency: Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Lifecycle Management Center, PEO Enterprise Systems

Est. Value: $710 million (Government Estimate)

Competition Type Service Disabled Veteran-Owned Businesses (SDVOBs)

NAICS Code 541512

Size Standard $25.5 million

Duration: 5 year(s): 3 year(s) base plus 2 x 1 year(s) option(s)

Incumbent(s): 8 companies

RFP Date: September 2013 (Deltek Estimate)

Award Date: March 2014 (Deltek Estimate)

Anticipated # of Awards

6-10

Summary:

The Department of the Air Force, Air Force Material Command, Air Force Lifecycle Management Center, PEO Enterprise Systems has a requirement for Network-Centric Solutions II (NETCENTS II) IT Professional Support/Engineering Services.

This IT Professional Support Engineering Services opportunity is part of the larger NETCENTS II program which includes the following categories: Netcentric products (COTS only), NetOps and Infrastructure Solutions, Application Services and Enterprise Integration & Service Management (EISM)—A&AS. The Air Force, all defense agencies as well as non-defense agencies are able to procure their requirements through this NETCENTS contracts.

Significance:

The acquisition strategy for NETCENTS II will be to expand opportunities to many more companies than during the previous effort. The first NETCENTS effort involved only a single IDIQ contract with awards made to just eight contractors. The overarching NETCENTS II program will result in multiple awards as well as teaming opportunities.

The Air Force has instituted a ―mandatory use‖ policy which is a change from the previous NETCENTS procurement. Given the new strategy with separate NETCENTS II procurements set-aside for small businesses, the mandatory use policy, the larger scope and more contract awards, small firms will benefit significantly.

The Air Force anticipates that requirements will be competed on the task-order level which will increase competition but only among other small business prime contractors.

13

6) Information Management Communications Services 3 (IMCS 3) (Opportunity ID: 72006)

Agency: Department of the Army, Chief Information Officer (CIO), Network Enterprise Technology Command (NETCOM)/9th Army Signal Command

Est. Value: $500 million (Deltek Estimate)

Competition Type Small Business Set-Aside

NAICS Code 517110

Size Standard 1,500 employees

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): Aleut Corporation, GSTEK, Inc., Strategic Resources, Inc., A&T Systems, Inc., Altech Services, Inc., Cordev, Inc. GC&E, Global Management Systems, Inc.

RFP Date: February 2013 (Deltek Estimate)

Award Date: August 2013 (Deltek Estimate)

Anticipated # of Awards

Multiple TBD

Summary:

The Department of the Army’s Directorate of Information Management (DOIM), has a requirement for technical and communications administration, operation and maintenance. The purpose of this procurement is to provide O&M support of communication systems for up to 93 DOIM locations. Contractors will provide Administrative Telephone Services (ATS) such as switchboard console operations, inside plant, customer services (telephone), outside plant (cable) IT services (ITS) such as LAN Administration and system maintenance, help desk assistance, software installation, hardware and software troubleshooting and web master support. Additional requirements include: Video Teleconferencing (VTC) support to include establishing and scheduling of VTCs, Defense Message Switching (DMS) operations, Technical Control Facility (TCF) operations and maintenance (O&M) to include the TCF matrix switch, configuration management of the installation infrastructure to include creating and updating drawings using Computer-Aided Drawing (CAD) engineering support, Land Mobile Radio (LMR) network management and Control System Management Significance:

The IMCS 2 incumbent contracts are set to expire in September 2013. These contracts support many of the Army’s telecommunications and O&M requirements. Efforts will be made to ensure that the IMCS 3 contracts are awarded prior to the incumbent contracts lapsing. Acquisition activity is expected to begin during early Q2FY13.

Work will be performed at 93 different DOIM locations nationwide. Individual requirements for these sites will be competed through task orders among IMCS III contractors. Contractors with the resources and capabilities to fulfill requirements at multiple locations may be best situated to win this work.

14

7) Technical Data Support Services (TDSSe) (Opportunity ID: 78427)

Agency: Department of the Air Force, Air Force Materiel Command

Est. Value: $426 million (Government Estimate)

Competition Type 8(a) set-aside

NAICS Code 511130

Size Standard 500 employees

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): All Native Services, CDO Technologies, Inc.

RFP Date: January 2013 (Government Estimate)

Award Date: November 2013 (Deltek Estimate)

Anticipated # of Awards

Multiple TBD

Summary: The Department of the Air Force, Air Force Materiel Command (AFMC), has a requirement for a broad range of technical order editorial and systems support services at Warner-Robins Air Logistics Center (WR-ALC), Ogden Air Logistics Center (OO-ALC) and Oklahoma City Air Logistics Center (OC-ALC).

The purpose of these contracts will be to provide technical data support in a fraction of the time for standard contract actions, to provide order sustainment support to each of the three ALCs and to standardize processes and reduce costs to the Warfighter.

Significance:

During the previous procurement, the ceiling was reached early on the CDO Technologies contract. CDO Technologies has since graduated from the 8(a) program making them ineligible to bid as a prime contractor for the follow-on procurement. All Native Technologies was awarded a bridge contract to continue the work until a follow-on could be procured. All Native Technologies remains an eligible 8(a) certified company, making them eligible to compete for the follow-on effort.

Expect to see multiple awards made to 8(a) business concerns.

Since the Air Force is looking for contractors that can perform all requirements, at all locations and with the use of the Ability One program, this procurement offers an excellent teaming opportunity for contractors that cannot individually meet each of these qualifications. Contractors or teams of contractors that have all of these capabilities are to be given priority over others.

15

8) Follow-on Third Party Logistics Services for Support Equipment Commodity Council (3PL) (SECC) (Opportunity ID: 92288)

Agency: Department of the Air Force, Air Force Materiel Command (AFMC)

Est. Value: $196 million (5 Year Contracts)/$338 Million (8 Year Contracts) (Government Estimate)

Competition Type Small Business Set-Aside

NAICS Code 541614

Size Standard $14 million

Duration: 5 year(s): 3 year(s) base plus 1 x 2 year(s) option(s)

8 year(s): 3 year(s) base plus 5 x 1 year(s) option(s)

Incumbent(s): Boneal, Inc., ATAP, Inc., Applied Global Technologies (AGT), Inc., TKC Aerospace, Inc. (TKCA)

RFP Date: December 2012 (Government Estimate)

Award Date: February 2014 (Government Estimate)

Anticipated # of Awards

6-10

Summary:

The Department of the Air Force, Air Force Materiel Command (AFMC, Support Equipment Commodity Council (SECC) has a requirement for Third Party Logistics (3PL) Services for the Support Equipment Commodity Council (SECC).

This effort will require the sourcing, acquisition and delivery of a broad range of support equipment. Contractors must be cost effective when supplying these products to the Air Force’s customers. The objective of this effort is to improve Warfighter support, maintain or lower costs to the Government, maintain visibility and to ensure that small business manufacturers continue to be utilized. Significance:

The Air Force is looking to maximize small business participation for the follow-on procurement. The acquisition strategy remains under development, so decisions have yet to be made about how to include multiple small business categories. However, a decision was made to set-aside one 3PL effort for 8(a) small business concerns.

The Air Force has been working closely with vendors to shape the follow-on effort. The agency has also asked industry to respond with their thoughts on various NAICS Codes.

Small businesses in a variety of socioeconomic categories are being asked to submit proposals. If an insufficient number of quality proposals are submitted, the SECC has said that this will result in delays.

16

9) Patent and Trademark Office Support Services (PTOSS) IV (Opportunity ID: 32547)

Agency: Department of Commerce, Patent and Trademark Office (PTO)

Est. Value: $245 million (Deltek Estimate)

Competition Type Small Business Set-Aside

NAICS Code 561210

Size Standard $35.5 million

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): Akima Corporation

RFP Date: October 2012 (Deltek Estimate)

Award Date: December 2012 (Deltek Estimate)

Anticipated # of Awards

1

Summary: The Department of Commerce, Patent and Trademark Office has a continuing requirement for support services that provide continued and improved processing and maintenance of applications and application related papers, maintenance of the examiner paper search files, processing of fee payments and office actions and related services. In addition to managing paper patent applications and converting them into electronic images, the PTOSS IV contract will also review new patent applications for compliance, completeness with all filing requirements to determine compliance with Federal rules and readiness for examination. Significance:

The Patent and Trademark Office Support Services (PTOSS IV) contract is a follow-on to the PTOSS III effort which is currently being fulfilled by Akima Corporation. The USPTO estimated the value of this contract to be approximately $237 Million. However, contract spending has exceeded $245 Million as of October 2012.

Based upon spending trends from the PTOSS III effort, we can expect to see spending to meet or exceed current spending levels for the follow-on effort.

Capabilities statements are under review, so the USPTO has been unable to confirm a specific timeframe for the RFP to be released. However since the incumbent contract is set to expire during December 2012, there is potential that a bridge contract may be awarded to allow for adequate time to procure the follow-on effort.

17

10) Marshall Engineering Technicians and Trade Support Services (METTS) (Opportunity ID: 53603)

Agency: National Aeronautics and Space Administration (NASA), Marshall Space Flight Center, Engineering Directorate (Code ED01), Space Systems Department (Code ES01)

Est. Value: $150 million (Deltek Estimate)

Competition Type 8(a) set-aside

NAICS Code TBD

Size Standard TBD

Duration: 5 year(s): 1 year(s) base plus 4 x 1 year(s) option(s)

Incumbent(s): InfoPro Corporation, Lockheed Martin Corporation

RFP Date: November 2012 (Government Estimate)

Award Date: July 2013 (Government Estimate)

Anticipated # of Awards

1

Summary: The National Aeronautics and Space Administration (NASA)’s Marshall Space Flight Center (MSFC) has a continuing requirement for manufacturing, assembly, testing and analytical support. The effort is a follow on to an incumbent contract held by InfoPro Corporation and a delivery order held by Lockheed Martin Corporation. NASA is utilizing this delivery order to maintain specialized engineering expertise for the Test Laboratory. The tasks previously fulfilled by Lockheed Martin Corporation will be competed through the Marshall Engineering and Trade Support (METTS) follow-on effort. Significance:

NASA currently anticipates utilizing a similar acquisition strategy as the previous effort. The follow-on effort is envisioned to be an 8(a) set-aside with a single award made.

The incumbent contract held by InfoPro Corporation has a contract ceiling of $150.8 Million. As of September 2012, spending obligations total $139 Million. Based upon historic spending patterns, we expect to see the value for the follow-on to be equal or greater in value.

18

FY 2012 Top 10 Set-Aside Opportunities: Where Are They Now? Exhibit 6

FY 2012 Top 10 Small Business Opportunities Status List

Rank Agency Program Previous

Estimated Ceiling Value

Notable Acquisition

Events During Procurement

Status as of October 2012

1 Health and

Human Services

CCO $9 billion RFP 3/2012 Under Protest with Decisions Due by

10/2012

2 Homeland Security

First Source 2 $3 billion Proposals due

3/2012

Awards expected in 10/2012*

3 Army D3I $4.9 billion Draft Solicitation

Documents 12/2012

RFPs expected to be released in 1/2013

4 Air Force AAS GEITA 11 $950 Million Proposals

4/2012 Awards expected in

12/2012

5 Air Force PASS II $675 Million Proposals

5/2012 Awards expected in

10/2012

6 Air Force NETCENTS II

A&AS $710 Million

Draft RFP 7/2009

RFP expected to be released in 9/2013*

7 Air Force FABS $600 Million Cancelled 12/2011

Consolidated into SAFS. SAF Awards are

expected in 11/2012

8 Army LSFMA $1.5 billion Proposals

5/2012 Awards expected in

9/2012

9 NASA ESES II $475 Million Proposals

2/2012 Award expected in

1/2013*

10 NASA WICC $413 Million Proposals 10/2012

Awards Expected in 12/2013

*Signifies a Deltek estimate

19

Conclusion:

The FY 2013 Top 10 Set-Aside Opportunities, while representing only a small percentage of total procurements anticipated in FY 2013, represent common trends in the market such as the use of multiple award ID/IQ contracts. This procurement method has expanded opportunities for small businesses in all categories and also increases opportunities for these firms to grow through teaming.

The opportunities on this year’s list are a departure from what we observed in FY 2012 in that the value of defense opportunities is more than double that of the civilian opportunities. This is a new trend which may be due to a couple of different factors. Since the Department of Defense (DoD) has fallen short of many of its small business goals over the last several years, the agency needs to make efforts to increase the percentage of contracts awarded to small businesses. Since DoD also has the highest budget each fiscal year, it is that much more important that the agency meet these goals. Another factor that may be at play here is that many of the largest civilian opportunities that were prominent in FY 2012 are now well under way in the acquisition. Fewer high dollar value civilian small business opportunities this year have made defense opportunities to take a more prominent role.

Many of the larger IT procurements that have been centerpieces of this report in years past are out on the street or nearing the end of their procurement timeline, making this year’s list much more about professional services than IT.

Methodology

The Top 10 Federal Set-Aside Opportunities of FY 2013 are among the largest, most significant set-aside programs with solicitation release dates during FY 2013. Deltek’s Federal Opportunities database is the primary source of information in this report, augmented by primary and secondary research performed for each opportunity.

Deltek uses information gathered by its analysts from government contracting offices supplemented by Deltek analysis to compile the details of each opportunity. Estimated contract value is typically the maximum or ceiling value possible over the life of a contract. Estimated solicitation and award dates are made with the information available at the time of publication. Where Deltek estimates solicitation dates, Deltek uses a solicitation release date it believes is the earliest a solicitation could be expected to avoid solicitations being released in advance of Deltek expectations.

About GovWin

GovWin from Deltek is the essential source for information, teaming and software solutions to help organizations find, manage and win government business. More than 2,800 companies, including small businesses, new entrants to the public sector, and the largest government contractors, rely on GovWin for the latest and most comprehensive information solutions, including market intelligence, consulting, sales management tools, teaming solutions, and educational and networking events. Deltek (Nasdaq: PROJ) is the leading global provider of enterprise software and information solutions for government contractors and professional services firms. For decades, Deltek has delivered actionable insight that empowers our customers to unlock their business potential. Over 14,500 organizations in approximately 80 countries around the world use Deltek to research and identify opportunities, win new business, optimize resources, streamline operations, and deliver profitable projects.

Get started today at GovWin.com. Deltek – Know more. Do more.® www.deltek.com.

20