Proud to Serve

Contracting options to accommodate any need

CLASS (SB Prime Contractor)
The Clinical Acquisition for Support Services (CLASS) contract seeks to supplement clinical staff at Military Treatment Facilities (MTFs) and satellite clinics affiliated with 64 different Air Force bases within the 50 United States (U.S.) and Guam. GCI provides healthcare workers who are qualified to provide Military Health System patients with direct clinical services in various categories. These categories include primary care providers, nursing and allied health services, behavioral health services, dental services, ancillary services, technician services and specialty providers.
DHA MQS – Ancillary (SB Prime Contractor)

GCI has been selected as one of 36 vendors to fulfill the Department of Defense (DoD), Defense Health Agency (DHA), oversight and Performance Management Committee's requirement for Medical Q-Coded Services (MQS). GCI provides personal or non-personal medical services to supplement the medical staff at DoD Military Treatment Facilities (MTFs) with a wide range of qualified Health Care Workers (HCWs) within the 50 United States (U.S.), District of Columbia (DC), Guam and Puerto Rico. This contract vehicle includes providing qualified credentialed (privileged and non-privileged) and non-credentialed HCWs in the following market segments:

Ancillary Services: Services provided by HCWs who deliver patient treatment or assist in the provision of patient treatment including, but not limited to, audiologists, clinical laboratory personnel, dieticians, mid-level providers (i.e., nurse practitioners, physician assistants), occupational therapists, pharmacists, physical therapists, podiatrists, occupational therapists, radiology support, respiratory therapists and speech pathologists.

Contract Ceiling: $7.5B

Period of Performance: December 1, 2017 – November 30, 2024.

Authorized User: Army, Navy, Air Force and DHA military treatment facilities.

Agency Sponsor: Defense Health Agency.

DISA ENCORE III (SB Prime Contractor)

Defense Information Systems Agency’s ENCORE III contracting vehicle provides a full range of information technology (IT) services and solutions required by the Department of Defense, other federal agencies, and the intelligence community.

This provides services ranging from engineering development to full sustainment under a suite of multiple award, indefinite delivery/indefinite quantity (ID/IQ) contracts not to exceed $17.5 billion.

The 19 performance areas included in the ENCORE III performance work statement are:

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 Reeingineering (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

ENCORE III has a five-year base term and five-year option periods.

For more information or ordering instructions, please visit the Encore III Small Business Set-Aside webpage at https://www.ditco.disa.mil/contracts/?vc=ENCOR3SB.

GSA MAS - Small Business

This contract was awarded to Global Miracle Solutions JV which is formed of GCI and Miracle Systems.

GSA IT Schedule 70, is the largest, most widely used acquisition vehicle in the federal government. Schedule 70 is an indefinite delivery/indefinite quantity (IDIQ) multiple award schedule, offering innovative solutions to federal, state and local governments’ information technology needs. Ordering agencies may purchase services from the SIN listed in the price catalog on a firm-fixed price or labor-hours delivery/task order basis. The firm-fixed or not-to-exceed price will be based upon the labor categories and hourly rates (which may be discounted) awarded on the contract.

Contract Number: 47QTCA21D0054

Period of Performance: February 09, 2021 – February 08, 2026

DUNS Number and Cage Code: DUNS: 116764509 | Cage: 86SB78


Highly Adaptive Cybersecurity Services (HACS) SIN 54151HACS

Our contract has all 5 Highly Adaptive Cybersecurity Services (HACS) on IT Schedule 70 to provide agencies quicker access to Cybersecurity services which include:

  • High Value Asset Assessments
  • Risk and Vulnerability Assessment
  • Cyber Hunt
  • Incident Response
  • Penetration Testing

IT Professsional Services SIN 54151S

MAS Information Technology's Special Item Number (SIN) 54151S for all IT Professional Services includes:

  • Cognitive computing
  • Conversion and implementation support
  • Database planning and design
  • Internet of Things (IoT)
  • IT project management
  • Migration services (of all kinds)
  • Network services
  • Programming
  • Resources and facilities management
  • Systems analysis, design, and implementation
  • Other services relevant to 29 CFR 541.400

Health IT Services SIN 54151HEAL

The Information Technology Category Health IT Services SIN 54151HEAL includes professional services and/or professional labor categories that perform the following services:

  • Connected health
  • Electronic health records
  • Emerging research
  • Health analytics
  • Health informatics
  • Health information exchanges
  • Innovative solutions
  • Personal health information management
  • Other health IT services
GSA OASIS Small Business Pool 1
OASIS Contract - One Acquisition Solution for Integrated Solutions

This contract was awarded to Global Miracle Solutions JV which is formed of GCI and Miracle Systems.

Contract Number: 47QRAD20D1047

Period of Performance: March 25, 2020 – December 31, 2024

DUNS Number and Cage Code: DUNS: 116764509 | Cage: 86SB78

Agency Sponsor: General Services Administration (GSA).


OASIS Small Business (SB) Indefinite Delivery Indefinite Quantity (IDIQ) contract provides flexible and innovative solutions for complex professional services. GSA OASIS SB has been designated as a Best-in-Class (BIC) government wide solution by the Office of Management and Budget (OMB) that:

  • Allows acquisition experts to take advantage of pre-vetted, government wide contract solutions
  • Supports a government wide migration to solutions that are mature and market-proven
  • Assists in the optimization of spend, within the government wide category management framework
  • Increases the transactional data available for agency level and government wide analysis of buying behavior

Additional features and benefits include:

  • Through OASIS SB, customer agencies receive small business credit, and it supports competition, even in socioeconomic categories;
  • Span many areas of expertise and mission space
  • Span multiple professional service disciplines
  • Allow flexibility for all contract types, including hybrids and cost-reimbursement, at the task order level
  • Allow ancillary support components, commonly referred to as Other Direct Costs (ODC), at the task order level
  • Commercial and non-commercial services
  • CONUS and OCONUS requirements
  • Classified and unclassified services
  • Ancillary Support necessary to deliver a total solution
GSA Schedule 621i (SB Prime Contractor)
The Federal Supply Schedule (FSS) 621i --Professional and Allied Healthcare Staffing Services is a Multiple-Award Schedule (MAS) contract to provide physicians, nurses and allied healthcare staff to government facilities. Under the 621i contract, each healthcare specialty is priced at fully loaded hourly rates, which includes direct labor costs, fringe benefits, overhead, general and administrative expenses and profit. In addition to the base rate, 621i contracts may also include pricing for overtime, shift differentials, weekday or weekend on-call fees and holiday rates. Government ordering activities require 621i services by issuing task orders against MAS contract in accordance with the FSS contract terms and Federal Acquisition Regulation (FAR) Subpart 8.4. This contract vehicle allows GCI the ability to provide contracted healthcare services to numerous federal agencies.
GSA STARS III (SB Prime Contractor)
GSA Schedule

GCI’s 8a, WOSB and HUBZONE joint venture, TRG JV was awarded the GSA STARS III contract with the teaming partner TRD Inc under WOSB and HUBZONE Categories.

Contract Specifications:

  • The ceiling for 8(a) STARS III is $50 billion
  • 8(a) STARS III allows for fixed price, time and materials, labor-hour or a hybrid blend of these task order types
  • The contract access fee for the 8(a) STARS III GWAC is .75%, the same as GSA Schedules
  • The contract includes two sub-areas, one for emerging technology and one for OCONUS requirements

Period of Performance: The 8(a) STARS III GWAC ordering period is a five year base with one three year option. This ordering period began on July 2, 2021.

Functional areas include:

NAICS 541511 Custom Computer Programming Services

NAICS 541512 Computer Systems Design Services

NAICS 541513 Computer Facilities Management Services

NAICS 541519 Other Computer Related Services

Constellations: GCI holds the following quality certifications:

ML3 SVC

ISO 9001:2015

ISO 27000:2015

ISO 21000-1:2011

If you have never used this contract vehicle before provided below are the steps to do so:

1. Attend training

2. Request a delegation of procurement authority

3. Issue the task order

4. Report contract actions

5. Review past performance

JE-RDAP (SB Prime Contractor)

GCI was awarded as a small business prime on the Joint Enterprise Research, Development, Acquisition and Production and Procurement (JE-RDAP). JE-RDAP is an Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle. The period of performance consists of a ten year base period, with an estimated completion date of October 3, 2027. GCI competes for task orders on the $8.2 billion hybrid contract to provide mission-essential contractor support to support research and development of chemical, biological, radiological, nuclear and high-yield explosives defense systems, capabilities, equipment, supplies and material.

Contract Ceiling: $8.2B

Period of Performance: November 1, 2017 – October 31, 2027.

Authorized User: Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD), DoD and other United States federal government agencies.

Agency Sponsor: The Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division.

SeaPort Next Generation (SB Prime Contractor)

GCI has received a contract award as a Small Business Prime for SeaPort-NxG.

The Navy awarded 1,873 indefinite-delivery/indefinite-quantity, multiple-award contracts (MACs) for future competition of support service requirements to be solicited by the Department of the Navy activities under the SeaPort Next Generation (SeaPort-NxG) multiple-award contract vehicle. The government estimates approximately $5,000,000,000 of services will be procured per year via orders issued under the SeaPort-NxG multiple award contracts.

The work under the contracts will fall under two categories: engineering support services and program management support services; that are further divided into 23 functional areas. The MACs have a five-year base period of performance with an additional five-year ordering period option.

Let's Get to Work

We support a wide variety of government and commercial clients