Search IDVs

47QTCA18D00FC

Federal Supply Schedule

Overview

Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$100,000 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Windsor Mill, Maryland 21244 United States.
Multiple Award Schedule The Ordering Period End Date of Mulitple Award Schedules can be extended via three 5 year options for up to 20 years. If all options are exercised, this Schedule will end in June 2038.
Ceiling Exceeded Total obligated funds of $368,523 has exceeded the reported contract ceiling of $100,000. This may prevent future funds from being obligated to this federal supply schedule. Note, however, that the government can often amend the ceiling to allow for additional awards or in some cases may not have properly updated the ceiling in public records.
Cancellation This FSS was legally cancelled in April 2023.
Optimal Solutions Group was awarded Multiple Award Schedule (MAS) 47QTCA18D00FC (47QTCA-18-D-00FC) by the General Services Administration (GSA) for Federal Supply Schedule Contract in June 2018. The schedule has a current duration of 5 years (up to 20 years if all options exercised) and was awarded full & open with NAICS 518210 and PSC D305 via direct negotiation acquisition procedures with 999 bids received. To date, $368,523 has been obligated through this vehicle. The total ceiling is $100,000, of which 101% has been used.

Status
(Complete)

Modified 4/18/23
Period of Performance
6/29/18
Start Date
6/28/23
Ordering Period End Date
100% Complete

Task Order Obligations
$368.5K
Total Obligated
$368.5K
Current Award
$368.5K
Potential Award
100% Funded

Award Hierarchy

Federal Supply Schedule

47QTCA18D00FC

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 47QTCA18D00FC

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating
Year Contracts Subcontracts Grants Subgrants


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

BPAs

Blanket purchase agreements awarded under 47QTCA18D00FC

Contract Awards

Prime task orders awarded under 47QTCA18D00FC

Subcontract Awards

Disclosed subcontracts for 47QTCA18D00FC

Transaction History

Modifications to 47QTCA18D00FC

People

Suggested agency contacts for 47QTCA18D00FC

Competition

Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
WR4LJXNPX627
Awardee CAGE
3C0L6
Agency Detail
Awarding Office
47QRAA GSA/FAS/PSHC/PROF SRVCS SCHED-PSS
Funding Office
47QRAA GSA/FAS/PSHC/PROF SRVCS SCHED-PSS
Created By
00.f.systemadmin@gsa.gov
Last Modified By
00.f.systemadmin@gsa.gov
Approved By
00.f.systemadmin@gsa.gov

Legislative

Legislative Mandates
Clinger-Cohen Act Compliant
Awardee District
MD-04
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Glenn Ivey

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Program Management, Centers for Medicare and Medicaid Services, Health and Human Services (075-0511) Health care services Other services from non-Federal sources (25.2) $364,189 100%
Last Modified: 4/18/23