GS02F0022X
Federal Supply Schedule
Overview
Government Description
EO14042 THIS CONTRACT INCLUDES THE FEDERAL ACQUISITION REGULATION (FAR) CLAUSE 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS - FEDERAL SUPPLY SCHEDULE CONTRACT
Awardee
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
$250,000 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Silver Spring, Maryland 20910 United States.
Ceiling Exceeded Total obligated funds of $41,565,303 has exceeded the reported contract ceiling of $250,000. 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.
Ceiling Exceeded Total obligated funds of $41,565,303 has exceeded the reported contract ceiling of $250,000. 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.
Synergy Enterprises was awarded
Federal Supply Schedule GS02F0022X GS02F0022X
by
Federal Acquisition Service
in November 2010.
The FSS
has a duration of 5 years and
was awarded
through solicitation Mission Oriented Business Integrated Services (MOBIS)
full & open
with
NAICS 541611 and
PSC R499
via direct negotiation acquisition procedures.
To date, $44,857,547 has been obligated through this vehicle with a potential value of all existing task orders of $54,057,269.
The total ceiling is $250,000, of which 101% has been used.
As of today, the FSS has a total reported backlog of $12,491,966 and funded backlog of $3,292,244.
The vehicle was awarded through Mission Oriented Business Integrated Services (MOBIS 874).
Status
(Complete)
Modified 12/7/21
Period of Performance
11/4/10
Start Date
11/3/15
Ordering Period End Date
Task Order Obligations and Backlog
$41.6M
Total Obligated
$44.9M
Current Award
$54.1M
Potential Award
$3.3M
Funded Backlog
$12.5M
Total Backlog
Award Hierarchy
Federal Supply Schedule
GS02F0022X
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under GS02F0022X
$-
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 GS02F0022X
Contract Awards
Prime task orders awarded under GS02F0022X
Subcontract Awards
Disclosed subcontracts for GS02F0022X
Opportunity Lifecycle
Procurement history for GS02F0022X
Transaction History
Modifications to GS02F0022X
People
Suggested agency contacts for GS02F0022X
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
ZNJ8KDH3DMQ4
Awardee CAGE
3GS77
Agency Detail
Awarding Office
CR000 GSA/FAS NORTHEAST&CARIBBEAN SUPPLY AND ACQUISITION CENTER (2QSB)
Funding Office
285X00 GSA/FAS HEARTLAND REGIONAL ADMINISTRATOR
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
MD-08
Senators
Benjamin Cardin
Chris Van Hollen
Chris Van Hollen
Representative
Jamie Raskin
Last Modified: 12/7/21