47QSHA20D002T-47PF0023A0006
Blanket Purchase Agreement
Overview
Government Description
THIS IS FOR RECURRING CONSOLIDATED FACILITIES MANAGEMENT SERVICES AT THE BISHOP HENRY WHIPPLE FEDERAL BUILDING IN FT SNELLING, MN, THE ROBERT W. KASTENMEIER U.S. COURTHOUSE IN MADISON, WI, AND THE FEDERAL BUILDING & U.S. COURTHOUSE IN EAU CLAIRE, WI
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$23,434,982 (27% Used)
Related Opportunity
47PF0023Q0041
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Minnesota 55111 United States.
Amendment Since initial award the Ordering Period End Date was extended from 03/31/24 to 03/31/26 and the Vehicle Ceiling has increased 1% from $23,189,735 to $23,434,982.
Amendment Since initial award the Ordering Period End Date was extended from 03/31/24 to 03/31/26 and the Vehicle Ceiling has increased 1% from $23,189,735 to $23,434,982.
CMI Management was awarded
Blanket Purchase Agreement 47PF0023A0006 (47PF00-23-A-0006)
by
PBS Region 5: Great Lakes Region
in June 2023.
The BPA
has a duration of 2 years 8 months and
was awarded
with a Small Business Total set aside
with
NAICS 561210 and
PSC Z1AA
via subject to multiple award fair opportunity acquisition procedures with 5 bids received.
To date, $6,286,832 has been obligated through this vehicle with a potential value of all existing task orders of $21,910,165.
The total ceiling is $23,434,982, of which 27% has been used.
As of today, the BPA has a total reported backlog of $15,623,333.
Status
(Open)
Modified 6/4/25
Period of Performance
6/30/23
Start Date
3/31/26
Ordering Period End Date
Task Order Obligations and Backlog
$6.3M
Total Obligated
$6.3M
Current Award
$21.9M
Potential Award
$0.0
Funded Backlog
$15.6M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
Blanket Purchase Agreement
47QSHA20D002T-47PF0023A0006
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 47PF0023A0006
$-
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
Contract Awards
Prime task orders awarded under 47QSHA20D002T-47PF0023A0006
Subcontract Awards
Disclosed subcontracts for 47QSHA20D002T-47PF0023A0006
Transaction History
Modifications to 47QSHA20D002T-47PF0023A0006
People
Suggested agency contacts for 47QSHA20D002T-47PF0023A0006
Competition
Number of Bidders
5
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
None
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
XE68Z7CJJ323
Awardee CAGE
0YSJ1
Agency Detail
Awarding Office
47PF00 PBS R5 ACQUISITION MANAGEMENT DIVISION
Funding Office
47PF00 PBS R5 ACQUISITION MANAGEMENT DIVISION
Created By
05t.ortiz.gsa.gov
Last Modified By
05t.ortiz.gsa.gov
Approved By
05t.ortiz.gsa.gov
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Labor Standards
Awardee District
VA-08
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Donald Beyer
Last Modified: 6/4/25