GS00Q09BGD0030
Governmentwide Acquisition Contract
Overview
Government Description
The scope of the alliant gwac includes any and all components of an integrated Information Technology (IT) solution, including all current and any new technologies which may emerge during the life cycle of the contract and IT systems
Awardee
Awarding / Funding Agency
Pricing
Order Dependent (IDV Only)
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Multiple Award
Who Can Use
Multiple Agencies
Individual Order Limit
$1,000,000
Vehicle Ceiling
$3,000,000,000 (47% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Fairfax, Virginia 22030 United States.
Subcontracting Plan This GWAC has a Subcontracting Plan (without incentive). The General Services Administration has an overall 2023 small business subcontracting goal of 21%
Subcontracting Plan This GWAC has a Subcontracting Plan (without incentive). The General Services Administration has an overall 2023 small business subcontracting goal of 21%
General Dynamics One Source was awarded
Governmentwide Acquisition Contract GS00Q09BGD0030 GS00Q09BGD0030
by
Federal Acquisition Service
in April 2009.
The GWAC
has a duration of 10 years and
was awarded
through solicitation ALLIANT
full & open
with
NAICS 541512 and
PSC D399
via direct negotiation acquisition procedures with 66 bids received.
To date, $2,134,440,202 has been obligated through this vehicle with a potential value of all existing task orders of $2,568,371,572.
The total ceiling is $3,000,000,000, of which 47% has been used.
As of today, the GWAC has a total reported backlog of $1,149,315,204 and funded backlog of $715,383,834.
The vehicle was awarded through Alliant.
DOD Announcements
Dec 2018:
General Dynamics One Source LLC, Fairfax, Virginia, is awarded $45,235,426 for cost-plus-fixed-fee, firm-fixed-price order N6833519F0054 against a previously issued General Services Administration, Government Wide Acquisition contract (GS00Q09BGD0030). This order provides a range of knowledge based and information technology support services such as program management, enterprise architecture, emerging capabilities and requirements implementation, life cycle management, operations and maintenance, enterprise data management, service desk, and training in accordance with Department of Defense and U.S. Cyber Command security standards and mandates in support of the joint strike fighter aircraft. Work will be performed in Arlington, Virginia (72 percent); Edwards Air Force Base, California (7 percent); Eglin Air Force Base, Florida (5 percent); Patuxent River, Maryland (4 percent); Wright Patterson Air Force Base, Ohio (3 percent); Fort Worth, Texas (3 percent); China Lake, California (3 percent); Point Mugu, California (1 percent); Lakehurst, New Jersey (1 percent); and Hill Air Force Base, Utah (1 percent), and is expected to be completed in January 2021. Fiscal 2019 aircraft procurement (Air Force) funds in the amount of $6,500,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.
Status
(Complete)
Modified 4/2/22
Period of Performance
4/30/09
Start Date
4/30/19
Ordering Period End Date
Task Order Obligations and Backlog
$1.4B
Total Obligated
$2.1B
Current Award
$2.6B
Potential Award
$715.4M
Funded Backlog
$1.1B
Total Backlog
Federal Award Analysis
Historical federal task order obligations under GS00Q09BGD0030
$-
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 GS00Q09BGD0030
Subcontract Awards
Disclosed subcontracts for GS00Q09BGD0030
Opportunity Lifecycle
Procurement history for GS00Q09BGD0030
Transaction History
Modifications to GS00Q09BGD0030
People
Suggested agency contacts for GS00Q09BGD0030
Competition
Number of Bidders
66
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Required (Incentive Not Included)
Cost Accounting Standards
Yes
Business Size Determination
Large Business
Awardee UEI
D93YKLC3MK67
Awardee CAGE
474R7
Agency Detail
Awarding Office
47QTCB GSA/FAS ITC OFFICE OF ACQUISITION OPERATIONS, INTERAGENCY CONTRACTS
Funding Office
47QTCP GSA/ITS/QTG OFFICE OF IT SERVICES
Created By
jason.schmitt@gsa.gov
Last Modified By
jason.schmitt@gsa.gov
Approved By
jason.schmitt@gsa.gov
Legislative
Legislative Mandates
Clinger-Cohen Act Compliant
Labor Standards
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Budget Funding
| Federal Account | Budget Subfunction | Object Class | Total | Percentage |
|---|---|---|---|---|
| Acquisition Services Fund, General Services Administration (047-4534) | General property and records management | Advisory and assistance services (25.1) | $534,004,939 | 93% |
| Aircraft Procurement, Air Force (057-3010) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $27,323,781 | 5% |
Last Modified: 4/2/22