47QSWA18D002C
Federal Supply Schedule
Overview
Government Description
SIN: 615 5000SERVICE AGREEMENT OPTIONS INCLUDE HOURLY REPAIR OR ANNUAL SERVICE, REQUIRED LABOR, PARTS AND MATERIALS OR FIXED PRICE PER INCIDENT. SERVICE COVERS PURCHASED HARDWARE AND RELATED SOFTWARE. EMERGENCY SERVICE AND ENGINEERING HARDWARE AND SOFTWARE MODIFICATIONS ARE OFFERED. PRIOR TO PURCHASE, AND IF NO OTHER OPTIONS ARE REQUESTED, THE MANUFACTURER'S STANDARD CALIBRATION IS PROVIDED WITH A CERTIFICATE OF CALIBRATION AND A CALIBRATION STICKER. AVAILABLE OPTIONS INCLUDE POST-PURCHASE CALIBRATION, AND CALIBRATION IN ACCORDANCE WITH MILITARY, CUSTOMER OR COMMERCIAL STANDARDS AND CALIBRATION WITH TEST DATA. CALIBRATION CAN BE UPGRADED TO TRACEABLE NATIONAL REFERENCE STANDARDS WITH CERTIFICATION. THE PRODUCT SUPPORT OPTION OF EXTENDED WARRANTY OFFERS CUSTOMERS AN OPTION TO EXTEND ORIGINAL EQUIPMENT WARRANTY FOR ADDITIONAL TIME PERIODS. EXAMPLES INCLUDE EXTENDING PRODUCT REPAIR SUPPORT FOR ADDITIONAL YEARS, AND/OR EXTENDING CALIBRATION SUPPORT FOR ADDITIONAL YEARS.
PRODUCT SUP
Awardee
Awarding / Funding Agency
Pricing
Fixed Price With Economic Price Adjustment
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Vehicle Ceiling
$2,704,565 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Dallas, Texas 75216 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 March 2038.
Ceiling Exceeded Total obligated funds of $2,746,008 has exceeded the reported contract ceiling of $2,704,565. 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 03/05/23 to 03/05/28 and the Vehicle Ceiling has increased 441% from $500,000 to $2,704,565.
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 March 2038.
Ceiling Exceeded Total obligated funds of $2,746,008 has exceeded the reported contract ceiling of $2,704,565. 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 03/05/23 to 03/05/28 and the Vehicle Ceiling has increased 441% from $500,000 to $2,704,565.
Winergy was awarded
Multiple Award Schedule (MAS) 47QSWA18D002C (47QSWA-18-D-002C)
by
the General Services Administration (GSA)
in March 2018.
The schedule
has a current duration of 10 years (up to 20 years if all options exercised) and
was awarded
full & open
with
NAICS 532490 and
PSC J059
via direct negotiation acquisition procedures with 999 bids received.
To date, $3,182,295 has been obligated through this vehicle with a potential value of all existing task orders of $4,383,630.
The total ceiling is $2,704,565, of which 101% has been used.
As of today, the FSS has a total reported backlog of $1,637,621 and funded backlog of $436,287.
Multiple Award Schedule
Special Item Numbers (SINs)
Status
(Open)
Modified 4/24/25
Period of Performance
3/5/18
Start Date
3/5/28
Ordering Period End Date
Task Order Obligations and Backlog
$2.7M
Total Obligated
$3.2M
Current Award
$4.4M
Potential Award
$436.3K
Funded Backlog
$1.6M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
47QSWA18D002C
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under 47QSWA18D002C
$-
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 47QSWA18D002C
Contract Awards
Prime task orders awarded under 47QSWA18D002C
Subcontract Awards
Disclosed subcontracts for 47QSWA18D002C
Transaction History
Modifications to 47QSWA18D002C
People
Suggested agency contacts for 47QSWA18D002C
Competition
Number of Bidders
Not Applicable
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
J69PAKBCKLX3
Awardee CAGE
5ANF0
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
IN-03
Senators
Todd Young
Mike Braun
Mike Braun
Representative
Jim Banks
Last Modified: 4/24/25