GS00F022DA
Federal Supply Schedule
Overview
Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
Awardee
Awarding / Funding Agency
NAICS
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$1,999,999,998 (8% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20416 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 October 2035.
Amendment Since initial award the Ordering Period End Date was extended from 10/29/20 to 10/29/25 and the Vehicle Ceiling has decreased 100% from $999,999,999,999 to $1,999,999,998.
Subcontracting Plan This FSS has a Commercial Subcontract Plan. The General Services Administration has an overall 2023 small business subcontracting goal of 21%
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 October 2035.
Amendment Since initial award the Ordering Period End Date was extended from 10/29/20 to 10/29/25 and the Vehicle Ceiling has decreased 100% from $999,999,999,999 to $1,999,999,998.
Subcontracting Plan This FSS has a Commercial Subcontract Plan. The General Services Administration has an overall 2023 small business subcontracting goal of 21%
DUN & Bradstreet was awarded
Multiple Award Schedule (MAS) GS00F022DA GS00F022DA
by
the General Services Administration (GSA)
for Federal Supply Schedule Contract
in October 2015.
The schedule
has a current duration of 10 years (up to 20 years if all options exercised) and
was awarded
full & open
with
NAICS 561450 and
PSC R704
via direct negotiation acquisition procedures with 999 bids received.
To date, $158,132,739 has been obligated through this vehicle with a potential value of all existing task orders of $193,456,191.
The total ceiling is $1,999,999,998, of which 8% has been used.
As of today, the FSS has a total reported backlog of $36,879,748 and funded backlog of $1,556,296.
Multiple Award Schedule
Special Item Numbers (SINs)
54151ECOM - Electronic Commerce and Subscription Services
54151S - Information Technology Professional Services
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
561450 - Business Information Services (BIS)
541910 - Marketing Research and Analysis
541690 - Technical Consulting Services
54151S - Information Technology Professional Services
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
561450 - Business Information Services (BIS)
541910 - Marketing Research and Analysis
541690 - Technical Consulting Services
Status
(Open)
Modified 4/2/25
Period of Performance
10/29/15
Start Date
10/29/25
Ordering Period End Date
Task Order Obligations and Backlog
$156.6M
Total Obligated
$158.1M
Current Award
$193.5M
Potential Award
$1.6M
Funded Backlog
$36.9M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
GS00F022DA
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under GS00F022DA
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
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
BPAs
Blanket purchase agreements awarded under GS00F022DA
Contract Awards
Prime task orders awarded under GS00F022DA
Subcontract Awards
Disclosed subcontracts for GS00F022DA
Transaction History
Modifications to GS00F022DA
People
Suggested agency contacts for GS00F022DA
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
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
NKBFT21NR4F5
Awardee CAGE
0YCL7
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
None Applicable
Awardee District
FL-05
Senators
Marco Rubio
Rick Scott
Rick Scott
Representative
John Rutherford
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Interior Franchise Fund, Departmental Management (014-4529) | Other natural resources | Other services from non-Federal sources (25.2) | $41,565,592 | 35% |
Salaries and Expenses, Small Business Administration (073-0100) | Other advancement of commerce | Other services from non-Federal sources (25.2) | $29,845,660 | 25% |
Salaries and Expenses, Federal Bureau of Investigation, Justice (015-0200) | Defense-related activities | Supplies and materials (26.0) | $6,000,000 | 5% |
Operations and Support, U.S. Immigration and Customs Enforcement, Homeland Security (070-0540) | Federal law enforcement activities | Other services from non-Federal sources (25.2) | $4,784,979 | 4% |
Department of Defense Working Capital Fund, Defense (097-4930) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $3,959,735 | 3% |
Last Modified: 4/2/25