GS10F030CA
Federal Supply Schedule
Overview
Government Description
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
$2,000,000 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20528 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 December 2034.
Ceiling Exceeded Total obligated funds of $18,813,934 has exceeded the reported contract ceiling of $2,000,000. 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 12/07/19 to 12/07/29.
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 December 2034.
Ceiling Exceeded Total obligated funds of $18,813,934 has exceeded the reported contract ceiling of $2,000,000. 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 12/07/19 to 12/07/29.
Techop Solutions International was awarded
Multiple Award Schedule (MAS) GS10F030CA GS10F030CA
by
the General Services Administration (GSA)
for Federal Supply Schedule Contract
in December 2014.
The schedule
has a current duration of 15 years (up to 20 years if all options exercised) and
was awarded
full & open
with
NAICS 541611 and
PSC R499
via direct negotiation acquisition procedures with 999 bids received.
To date, $18,978,750 has been obligated through this vehicle with a potential value of all existing task orders of $25,582,495.
The total ceiling is $2,000,000, of which 101% has been used.
As of today, the FSS has a total reported backlog of $6,768,560 and funded backlog of $164,816.
Multiple Award Schedule
Special Item Numbers (SINs)
54151HACS - Highly Adaptive Cybersecurity Services (HACS)
54151S - Information Technology Professional Services
561422 - Automated Contact Center Solutions (ACCS)
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
54151S - Information Technology Professional Services
561422 - Automated Contact Center Solutions (ACCS)
OLM - Order-Level Materials
541611 - Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services
Status
(Open)
Modified 4/10/25
Period of Performance
12/8/14
Start Date
12/7/29
Ordering Period End Date
Task Order Obligations and Backlog
$18.8M
Total Obligated
$19.0M
Current Award
$25.6M
Potential Award
$164.8K
Funded Backlog
$6.8M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
GS10F030CA
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under GS10F030CA
$-
Contracts
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 GS10F030CA
Contract Awards
Prime task orders awarded under GS10F030CA
Subcontract Awards
Disclosed subcontracts for GS10F030CA
Transaction History
Modifications to GS10F030CA
People
Suggested agency contacts for GS10F030CA
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
L4D6NDBWN885
Awardee CAGE
49Q60
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
Labor Standards
Awardee District
VA-07
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Abigail Spanberger
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
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) | $11,926,925 | 63% |
Operations Support, Internal Revenue Service, Treasury (020-0919) | Central fiscal operations | Advisory and assistance services (25.1) | $2,730,365 | 14% |
Operations and Support, Office of the Secretary and Executive Management, Departmental Management, Intelligence, Situational Awareness, and Oversight, Homeland Security (070-0100) | Federal law enforcement activities | Advisory and assistance services (25.1) | $2,445,746 | 13% |
Bureau of Consumer Financial Protection Fund, Bureau of Consumer Financial Protection (581-5577) | Other advancement of commerce | Advisory and assistance services (25.1) | $1,357,166 | 7% |
Last Modified: 4/10/25