Contract Vehicles

General Services Administration (GSA) Professional Services Schedule (PSS)

GSA PSS is an indefinite delivery/indefinite quantity (IDIQ) multiple award schedule, providing federal agencies direct, simplified access to services, including but not limited to:

  • Mission-oriented business integration services
  • Financial and business solutions
  • Professional engineering services

KSA offers its organizational performance, acquisition, training, and strategy solutions to PSS solicitors.

Schedule Title: Professional Services Schedule (PSS)

Contract Number: 47QRAA18D004D

Contract Period: January 31, 2018 through January 30, 2023

Contact for Contract Administration:

Bryan Altmire, Vice President

Tel: 202-470-4795

Fax: 202-888-6737

Email: bryan.altmire@ksaintegration.com

Business Size/Classification:

Small Business, Service Disabled Veteran Owned Small Business

For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at www.fss.gsa.gov.

Seaport-NxG

Keith Stalder & Associates (KSA), LLC Contract: N0017819D7952

Contract Expiration Date: 01 JAN 2029

Point of Contact: Bryan Altmire, 202.470.4795 or bryan.altmire@ksaintegration.com

The official U.S. Navy SeaPort-e website can be accessed at: http://www.seaport.navy.mil

KSA, LLC is pleased to announce our award of a Seaport-e prime contract during the 2016 Rolling Admissions. Our Seaport-e prime contract includes the following Seaport Zones:

  • Zone 2 – National Capital Region

  • Zone 3 – Mid-Atlantic

  • Zone 4 – Gulf Coast

  • Zone 6 – Southwest

Please check our website often for Seaport-e updates.

Functional Areas

KSA was awarded the Seaport-E contract for the following five functional categories:

  • Reliability, Maintainability, and Availability (RM&A) Support

  • Logistics Support

  • Training Support

  • Program Support

  • Functional and Administration Support

KSA, LLC Seaport-e Delivery Orders

DO 0001 NSWC Dalhgren Seaport-e Basic Award.

KSA, LLC Seaport-e Team

Please refer to our teaming partners’s websites (links embedded in logos) for company specific lists of last 3 years service experience.

Dynamis, Inc is a Small Business providing all aspects of professional support, engineering, technical, & programmatic support services Seaport-E. Dynamis was awarded the Seaport-E prime contract during the 2016 rolling admission.

  • All twenty-two functional categories

  • All seven zones.

TAPE is a CVE-certified Service-Disabled Veteran Owned /8(m) Economically Disadvantaged Woman-Owned Small Business (SDVO/EDWOSB) providing all aspects of professional support, engineering, technical, & programmatic support services Seaport-E.

  • All twenty-two functional categories

  • All seven zones

RMGS is a Service-Disabled Veteran-Owned Small Business (SDVOSB) that provides quality services based on decades of collective experience mitigating risk, without the overhead burden of larger, less flexible companies. Seaport-e functional areas of expertise include:

  • Logistics Support

  • Training Support

  • Program Support

  • Functional and Administration Support

Veracity Forecasting and Analysis is a small business awarded a Seaport-e prime contract during the 2013 Rolling Admissions. Seaport-e functional areas of expertise include:

  • Information System (IS) Development, Information Assurance (IA) and Information

  • Technology (IT) Support

  • Measurement Facilities, Range, and Instrumentation Support

  • In-Service Engineering, Fleet Introduction, Installation and Checkout Suppor

  • Research and Development Support

  • Engineering, System Engineering and Process Engineering Support

  • Modeling, Simulation, Stimulation, and Analysis Support

  • Software Engineering, Development, Programming, and Network Support

  • Reliability, Maintainability, and Availability (RM&A) Support

  • Quality Assurance (QA) Support

KSA, LLC Quality Assurance Program Description

When issues are identified, we take quick action to ensure that adverse affects are minimized or eliminated before they impact performance, cost, schedule, contractual, or technical performance. We fully assess the issue and identify the source or root cause. If corrective action is necessary, we immediately notify the Contracting Officer and the Contracting Officers Technical Representative. KSA identifies and evaluates alternatives that have the least impact on the project, confer with our client and the affected parties to get consensus on the appropriate course of action, and take this action as expeditiously as possible. Once we have verified the effectiveness of the solution, we share lessons learned with other project teams.

Read Full Text

Subcontract Vehicles

Human Capital and Training Solutions (HCaTS)

The HCaTS Program provides reliable, flexible, fast and efficient ways to obtain best-value, customized solutions for human capital management and training requirements. HCaTS is comprised of two indefinite-delivery/indefinite-quantity (IDIQ) governmentwide contract vehicles: HCaTS Unrestricted (HCaTS U) and HCaTS Small Business (HCaTS SB).

Department of Homeland Security (DHS) Operations and Requirements Analysis (ORA)

Five year subcontract with the Department of Homeland Security’s (DHS), Directorate for Science and Technology (S&T) in partnership with prime contractor Applied Research Associates (ARA).

Under the contract, KSA Integration is assisting the DHS S&T in developing and delivering analyses, strategic reports, operational assessments, and recommendations to address the mission needs, capabilities, and requirements of the Department. KSA Integration delivers analytic capability and substantial knowledge of DHS operations based on past performance to this contract.

Department of Veterans Affairs Veteran Enterprise Contracting for Transformation and Operational Readiness (VECTOR) IDIQ (Group 2: Research)

VECTOR is a ten year $25B multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract that covers a broad range of management and business services and solutions. KSA teamed with nine other SDVOSBs from across the nation and was awarded a task order in Group 2: Analysis.

Department of Veterans Affairs Survey Analysis IDIQ

Five year IDIQ 07 May 2018 through 07 September 2022 to allow the National Center for Post-Traumatic Stress Disorder (NCPTSD) to conduct surveys of probability-based nationally-representative random samples within the general population, Veterans non-Veterans, as well as random samples of providers within the general population, psychiatrists, psychologists, and family/general practitioners.

 

U.S. Army, Human Resource Solutions

The HR Solutions contract vehicle supports contracting needs in four mission areas: 1) Management and Administrative Support, 2) Recruitment and Retention, 3) Personnel Services and Support, and 4) Studies and Analysis.

 

United States Marine Corps (USMC) Training and Education Command (TECOM) Blanket Purchase Agreement (BPA)

KSA Integration assists prime contractor Claxton Logistics Services in developing, coordinating, resourcing, executing, and evaluating training and education concepts, policies, plans, and programs in support of TECOM to ensure Marines are prepared to meet the challenges of present and future operational environments. This BPA provides TECOM with an array of professional support services and has a total ceiling value of $18,715,994.49.

 

Joint Non-Lethal Weapons Directorate (JNLWD) IDIQ

Small Business (8a), five year, firm-fixed price, $22M contract to provide the Joint Non-Lethal Weapons Directorate (JNLWD) Advisory and Assistance Services, Science and Technical Services, and Non-Lethal Weapons Research and Development Services.

Defense Technical Information Center (DTIC), Information Analysis Center, Multiple Award Contract (MAC)

The broad technical scope supports all aspects of identified military, national security-related and dual-use technologies and related applications across all federal, state and local agencies. The contract award in Small Business Pool 2 provides that all Task Orders (TOs) valued at or below $15M will be competed in Pool 2 among estimated 10 awardees. The period of performance runs until 2027.