GS07F0071X
Federal Supply Schedule
Overview
Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
Awardee
Awarding / Funding Agency
Pricing
Fixed Price With Economic Price Adjustment
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$36,183,614 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Arlington, Virginia 20598 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 2030.
Ceiling Exceeded Total obligated funds of $48,178,800 has exceeded the reported contract ceiling of $36,183,614. 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.
Amendment Since initial award the Ordering Period End Date was extended from 10/20/15 to 10/20/25.
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 2030.
Ceiling Exceeded Total obligated funds of $48,178,800 has exceeded the reported contract ceiling of $36,183,614. 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.
Amendment Since initial award the Ordering Period End Date was extended from 10/20/15 to 10/20/25.
Global Resource Solutions was awarded
Multiple Award Schedule (MAS) GS07F0071X GS07F0071X
by
the General Services Administration (GSA)
for Federal Supply Schedule Contract
in October 2010.
The schedule
has a current duration of 15 years (up to 20 years if all options exercised) and
was awarded
full & open
with
NAICS 561621 and
PSC R414
via direct negotiation acquisition procedures with 999 bids received.
To date, $48,208,725 has been obligated through this vehicle with a potential value of all existing task orders of $59,683,283.
The total ceiling is $36,183,614, of which 101% has been used.
As of today, the FSS has a total reported backlog of $11,504,482 and funded backlog of $29,925.
Multiple Award Schedule
Special Item Numbers (SINs)
334512 - Total Solution Support Products for Facilities Management Systems
561611 - Background Investigation Services
54151S - Information Technology Professional Services
541519PIV - Homeland Security Presidential Directive 12 Product and Service Components
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
561612 - Protective Service Occupations
561611 - Background Investigation Services
54151S - Information Technology Professional Services
541519PIV - Homeland Security Presidential Directive 12 Product and Service Components
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
561612 - Protective Service Occupations
Status
(Open)
Modified 3/27/25
Period of Performance
10/21/10
Start Date
10/20/25
Ordering Period End Date
Task Order Obligations and Backlog
$48.2M
Total Obligated
$48.2M
Current Award
$59.7M
Potential Award
$29.9K
Funded Backlog
$11.5M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
GS07F0071X
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under GS07F0071X
$-
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 GS07F0071X
Contract Awards
Prime task orders awarded under GS07F0071X
Subcontract Awards
Disclosed subcontracts for GS07F0071X
Transaction History
Modifications to GS07F0071X
People
Suggested agency contacts for GS07F0071X
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
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
CRKJNWWDZKA8
Awardee CAGE
48H78
Agency Detail
Awarding Office
47QSMS GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION
Funding Office
47QSMS GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION
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
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operations and Support, Cybersecurity and Infrastructure Security Agency, Homeland Security (070-0566) | Disaster relief and insurance | Operation and maintenance of facilities (25.4) | $11,474,196 | 63% |
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) | $7,453,735 | 41% |
Operations and Support, Intelligence, Analysis, and Operations Coordination, Departmental Management, Intelligence, Situational Awareness, and Oversight, Homeland Security (070-0115) | Federal law enforcement activities | Advisory and assistance services (25.1) | $889,515 | 5% |
Last Modified: 3/27/25