Search IDVs

GS21F0012V

Federal Supply Schedule

Overview

Government Description
SIN: 03FAC 500ORDER-LEVEL MATERIALS (OLMS) ARE SUPPLIES AND/OR SERVICES ACQUIRED IN DIRECT SUPPORT OF AN INDIVIDUAL TASK OR DELIVERY ORDER PLACED AGAINST A FEDERAL SUPPLY SCHEDULE (FSS) CONTRACT OR FSS BLANKET PURCHASE AGREEMENT (BPA). OLMS ARE NOT DEFINED, PRICED, OR AWARDED AT THE FSS CONTRACT LEVEL. THEY ARE UNKNOWN BEFORE A TASK OR DELIVERY ORDER IS PLACED AGAINST THE FSS CONTRACT OR FSS BPA. OLMS ARE ONLY AUTHORIZED FOR INCLUSION AT THE ORDER LEVEL UNDER A TIME-AND-MATERIALS (T&M)OR LABOR-HOUR (LH) CONTRACT LINE ITEM NUMBER (CLIN) AND ARE SUBJECT TO A NOT TOEXCEED (NTE) CEILING PRICE. OLMS INCLUDE DIRECT MATERIALS, SUBCONTRACTS FOR SUPPLIES AND INCIDENTAL SERVICES FOR WHICH THERE IS NOT A LABOR CATEGORY SPECIFIEDIN THE FSS CONTRACT, OTHER DIRECT COSTS (SEPARATE FROM THOSE UNDER ODC SINS), AND INDIRECT COSTS. OLMS ARE PURCHASED UNDER THE AUTHORITY OF THE FSS PROGRAM AND ARE NOT "OPEN MARKET ITEMS." ITEMS AWARDED UNDER ANCILLARY SUPPLIES/SERVICES OR OTHER DIRECT COST (ODC
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
$7,500,000 (>100% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Curtis Bay, Maryland 21226 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 November 2028.
Ceiling Exceeded Total obligated funds of $10,650,882 has exceeded the reported contract ceiling of $7,500,000. 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 11/13/13 to 05/11/24.
J. Goodison Company was awarded Multiple Award Schedule (MAS) GS21F0012V GS21F0012V by the General Services Administration (GSA) in November 2008. The schedule has a current duration of 15 years 6 months (up to 20 years if all options exercised) and was awarded full & open with NAICS 336611 and PSC J025 via direct negotiation acquisition procedures with 999 bids received. To date, $11,666,472 has been obligated through this vehicle with a potential value of all existing task orders of $12,441,974. The total ceiling is $7,500,000, of which 101% has been used. As of today, the FSS has a total reported backlog of $1,791,092 and funded backlog of $1,015,590.

Multiple Award Schedule

Status
(Complete)

Modified 4/24/24
Period of Performance
11/14/08
Start Date
5/11/24
Ordering Period End Date
100% Complete

Task Order Obligations and Backlog
$10.7M
Total Obligated
$11.7M
Current Award
$12.4M
Potential Award
86% Funded
$1.0M
Funded Backlog
$1.8M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS21F0012V

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS21F0012V

$-

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 GS21F0012V

Contract Awards

Prime task orders awarded under GS21F0012V

Subcontract Awards

Disclosed subcontracts for GS21F0012V

Transaction History

Modifications to GS21F0012V

People

Suggested agency contacts for GS21F0012V

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
KQR6MHKJUM29
Awardee CAGE
1YSF3
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
Labor Standards
Awardee District
RI-02
Senators
Sheldon Whitehouse
John Reed
Representative
Seth Magaziner

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Resource Management, United States Fish and Wildlife Service, Interior (014-1611) Conservation and land management Operation and maintenance of equipment (25.7) $193,000 100%
Last Modified: 4/24/24