GS35F0359W
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
$305,000 (>100% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia United States.
Ceiling Exceeded Total obligated funds of $2,690,939 has exceeded the reported contract ceiling of $305,000. 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 03/30/15 to 03/30/20.
Ceiling Exceeded Total obligated funds of $2,690,939 has exceeded the reported contract ceiling of $305,000. 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 03/30/15 to 03/30/20.
Micore Solutions was awarded
Federal Supply Schedule GS35F0359W GS35F0359W
by
Federal Acquisition Service
for Federal Supply Schedule Contract.
in March 2010.
The FSS
has a duration of 10 years and
was awarded
full & open
with
NAICS 541511 and
PSC D399
via direct negotiation acquisition procedures with 999 bids received.
To date, $2,690,939 has been obligated through this vehicle.
The total ceiling is $305,000, of which 101% has been used.
Status
(Complete)
Modified 9/29/22
Period of Performance
3/31/10
Start Date
3/30/20
Ordering Period End Date
Task Order Obligations
$2.7M
Total Obligated
$2.7M
Current Award
$2.7M
Potential Award
Federal Award Analysis
Historical federal task order obligations under GS35F0359W
$-
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 GS35F0359W
Contract Awards
Prime task orders awarded under GS35F0359W
Subcontract Awards
Disclosed subcontracts for GS35F0359W
Transaction History
Modifications to GS35F0359W
People
Suggested agency contacts for GS35F0359W
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Supplies Or Services Pursuant To FAR 12.102(F)
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
XNT5FSQZA3L5
Awardee CAGE
53Y83
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-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 9/29/22