Search IDVs

GS10F0307M

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
Not Available For Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$21,700,000 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fort Leavenworth, Kansas 66027 United States.
Ceiling Exceeded Total obligated funds of $40,694,650 has exceeded the reported contract ceiling of $21,700,000. 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.
Amendment Since initial award the Ordering Period End Date was extended from 05/23/17 to 05/23/22.
Cancellation This federal supply schedule was legally cancelled in December 2019.
Command Decisions Systems & Solutions was awarded Federal Supply Schedule GS10F0307M GS10F0307M by General Services Administration for Federal Supply Schedule Contract in May 2002. The FSS has a duration of 20 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 with 999 bids received. To date, $39,953,860 has been obligated through this vehicle with a potential value of all existing task orders of $46,231,105. The total ceiling is $21,700,000, of which 101% has been used. As of today, the FSS has a total reported backlog of $5,536,455. The vehicle was awarded through Mission Oriented Business Integrated Services (MOBIS 874).

Multiple Award Schedule

Schedule

Status
(Complete)

Modified 11/16/22
Period of Performance
5/24/02
Start Date
5/23/22
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$40.7M
Total Obligated
$40.0M
Current Award
$46.2M
Potential Award
88% Funded
$(740.8K)
Funded Backlog
$5.5M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS10F0307M

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS10F0307M

$-

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 GS10F0307M

Contract Awards

Prime task orders awarded under GS10F0307M

Subcontract Awards

Disclosed subcontracts for GS10F0307M

Opportunity Lifecycle

Procurement history for GS10F0307M

Transaction History

Modifications to GS10F0307M

People

Suggested agency contacts for GS10F0307M

Competition

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

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
LVQHU9CMUW15
Awardee CAGE
09JD5
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
VA-01
Senators
Mark Warner
Timothy Kaine
Representative
Robert Wittman
Last Modified: 11/16/22