Search IDVs

GS07F5866R

Federal Supply Schedule

Overview

Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
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
$35,510,926 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Springfield, Virginia 20598 United States.
Ceiling Exceeded Total obligated funds of $50,192,219 has exceeded the reported contract ceiling of $35,510,926. 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 05/31/10 to 05/31/25.
Identification Technology Partners was awarded Multiple Award Schedule (MAS) GS07F5866R GS07F5866R by the General Services Administration (GSA) for Federal Supply Schedule Contract in May 2005. The schedule has a current duration of 20 years and was awarded full & open with NAICS 541690 and PSC R414 via direct negotiation acquisition procedures with 999 bids received. To date, $50,787,057 has been obligated through this vehicle with a potential value of all existing task orders of $56,868,718. The total ceiling is $35,510,926, of which 101% has been used. As of today, the FSS has a total reported backlog of $6,676,499 and funded backlog of $594,838.

Status
(Open)

Modified 3/7/25
Period of Performance
5/31/05
Start Date
5/31/25
Ordering Period End Date
100.0% Complete

Task Order Obligations and Backlog
$50.2M
Total Obligated
$50.8M
Current Award
$56.9M
Potential Award
88% Funded
$594.8K
Funded Backlog
$6.7M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS07F5866R

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS07F5866R

$-

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 GS07F5866R

Contract Awards

Prime task orders awarded under GS07F5866R

Subcontract Awards

Disclosed subcontracts for GS07F5866R

Transaction History

Modifications to GS07F5866R

People

Suggested agency contacts for GS07F5866R

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
SKFCSM2YXC91
Awardee CAGE
3WEL5
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
MD-06
Senators
Benjamin Cardin
Chris Van Hollen
Representative
David Trone

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operations and Support, Transportation Security Administration, Homeland Security (070-0550) Air transportation Equipment (31.0) $6,405,897 85%
Operations and Support, Transportation Security Administration, Homeland Security (070-0550) Air transportation Other services from non-Federal sources (25.2) $1,167,171 15%
Last Modified: 3/7/25