Search IDVs

47QSMA19D08P3

Federal Supply Schedule

Overview

Government Description
SIN: 51 1000ANCILLARY SUPPLIES AND/OR SERVICES ARE SUPPORT SUPPLIES AND/OR SERVICES WHICH ARE NOT WITHIN THE SCOPE OF ANY OTHER SIN ON THIS SCHEDULE. THESE SUPPLIES AND/OR SERVICES ARE NECESSARY TO COMPLIMENT A CONTRACTOR'S OFFERINGS TO PROVIDE A SOLUTION TO A CUSTOMER REQUIREMENT. THIS SIN MAY BE USED FOR ORDERS AND BLANKET PURCHASE AGREEMENTS THAT INVOLVE WORK OR A PROJECT THAT IS SOLELY ASSOCIATED WITH THE SUPPLIES AND/OR SERVICES PURCHASED UNDER THIS SCHEDULE. THIS SIN EXCLUDES PURCHASES THAT ARE EXCLUSIVELY FOR SUPPLIES AND/OR SERVICES ALREADY AVAILABLE UNDERANOTHER SCHEDULE. SPECIAL INSTRUCTIONS: THE WORK PERFORMED UNDER THIS SIN SHALL BE ASSOCIATED WITH EXISTING SIN(S) THAT ARE PART OF THIS SCHEDULE. ANCILLARY SUPPLIES AND/OR SERVICES SHALL NOT BE THE PRIMARY PURPOSE OF THE WORK ORDERED, BUT BE AN INTEGRAL PART OF THE TOTAL SOLUTION OFFERED. ANCILLARY SUPPLIES AND/OR SERVICES MAY ONLY BE ORDERED IN CONJUNCTION WITH OR IN SUPPORT OF SUPPLIES ORSERVICES PURCHASED UNDER ANOTHE
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
$4,907,500 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fredericksburg, Virginia 22401 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 January 2039.
Ceiling Exceeded Total obligated funds of $5,342,327 has exceeded the reported contract ceiling of $4,907,500. 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 01/29/24 to 01/29/29.
ILM Corporation Of Virginia was awarded Multiple Award Schedule (MAS) 47QSMA19D08P3 (47QSMA-19-D-08P3) by the General Services Administration (GSA) in January 2019. The schedule has a current duration of 10 years (up to 20 years if all options exercised) and was awarded full & open with NAICS 518210 and PSC R799 via direct negotiation acquisition procedures with 999 bids received. To date, $5,507,128 has been obligated through this vehicle with a potential value of all existing task orders of $6,414,059. The total ceiling is $4,907,500, of which 101% has been used. As of today, the FSS has a total reported backlog of $1,071,732 and funded backlog of $164,800.

Status
(Open)

Modified 7/25/25
Period of Performance
1/30/19
Start Date
1/29/29
Ordering Period End Date
66.0% Complete

Task Order Obligations and Backlog
$5.3M
Total Obligated
$5.5M
Current Award
$6.4M
Potential Award
83% Funded
$164.8K
Funded Backlog
$1.1M
Total Backlog

Award Hierarchy

Federal Supply Schedule

47QSMA19D08P3

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 47QSMA19D08P3

$-

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 47QSMA19D08P3

Contract Awards

Prime task orders awarded under 47QSMA19D08P3

Subcontract Awards

Disclosed subcontracts for 47QSMA19D08P3

Transaction History

Modifications to 47QSMA19D08P3

People

Suggested agency contacts for 47QSMA19D08P3

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
U5PGWHBKZFW5
Awardee CAGE
0RZS6
Agency Detail
Awarding Office
47QSMS GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION
Funding Office
47QSMS GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION
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-07
Senators
Mark Warner
Timothy Kaine
Representative
Abigail Spanberger

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operations and Support, Transportation Security Administration, Homeland Security (070-0550) Air transportation Other services from non-Federal sources (25.2) $2,756,284 92%
Operations Support, Internal Revenue Service, Treasury (020-0919) Central fiscal operations Other services from non-Federal sources (25.2) $189,800 6%
Last Modified: 7/25/25