Search IDVs

GS35F0238K

Federal Supply Schedule

Overview

Government Description
None
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
$200,000 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20451 United States.
Ceiling Exceeded Total obligated funds of $204,279,969 has exceeded the reported contract ceiling of $200,000. 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 02/15/05 to 02/09/20.
List Innovative Solutions was awarded Federal Supply Schedule GS35F0238K GS35F0238K by Federal Acquisition Service in February 2000. The FSS has a duration of 20 years and was awarded through solicitation AT 22498 - Systems Support, Maintenance, and Development (SSMD) full & open with NAICS 541511 and PSC D302 via direct negotiation acquisition procedures with 51 bids received. To date, $235,334,381 has been obligated through this vehicle. The total ceiling is $200,000, of which 101% has been used. The vehicle was awarded through Information Technology Schedule 70 (IT 70).

Multiple Award Schedule

Schedule

Status
(Complete)

Modified 9/27/22
Period of Performance
2/14/00
Start Date
2/9/20
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$204.3M
Total Obligated
$235.3M
Current Award
$200.4M
Potential Award
102% Funded
$31.1M
Funded Backlog
$(3.9M)
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS35F0238K

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS35F0238K

$-

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 GS35F0238K

Contract Awards

Prime task orders awarded under GS35F0238K

Subcontract Awards

Disclosed subcontracts for GS35F0238K

Opportunity Lifecycle

Procurement history for GS35F0238K

Transaction History

Modifications to GS35F0238K

People

Suggested agency contacts for GS35F0238K

Competition

Number of Bidders
51
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
RJPDN688MHQ3
Awardee CAGE
1PEE0
Agency Detail
Awarding Office
47QTCA GSA/FAS CENTER FOR IT SCHEDULE PROG
Funding Office
47QTCA GSA/FAS CENTER FOR IT SCHEDULE PROG
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-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Revolving Fund, Undistributed SIBAC Chargebacks for Washington, DC, Office of Personnel Management (024-4571) Central personnel management Advisory and assistance services (25.1) $24,764,732 89%
Salaries and Expenses, Office of Personnel Management (024-0100) Central personnel management Advisory and assistance services (25.1) $2,664,587 10%
Last Modified: 9/27/22