GS23F0288N
Federal Supply Schedule
Overview
Government Description
SIN: 520 7PERFORM FINANCIAL STATEMENT AUDITS, FINANCIAL-RELATED AUDITS, PERFORMANCE AUDITS IN ACCORDANCE WITH GENERALLY ACCEPTED GOVERNMENT AUDITING STANDARDS (GAGAS) AND NON-GAGAS. AN INDEPENDENT ASSESSMENT OF AN AUDITED ENTITY'S A) FINANCIAL STATEMENTS IN CONFORMITY WITH GENERALLY ACCEPTED ACCOUNTING PRINCIPLES, B) FINANCIAL INFORMATION, ADHERENCE TO FINANCIAL COMPLIANCE REQUIREMENTS AND INTERNAL CONTROLS, OR C) ORGANIZATION OR PROGRAM PERFORMANCE TO IDENTIFY AREAS FOR IMPROVEMENT.
NOTE 1: SPECIAL SIN REQUIREMENT: THE OFFEROR SHALL BE A LICENSED CPA FIRM ANDSHALL PROVIDE A LIST OF STATES, TERRITORIES, AND/OR FOREIGN COUNTRIES IN WHICH IT HAS A CURRENT CPA LICENSE. IN ADDITION, THE OFFEROR SHALL PROVIDE A COPY OF ITS MOST RECENTLY COMPLETED PEER REVIEW REPORT, AS WELL AS ANY INTERNAL DOCUMENTSISSUED TO ADDRESS CORRECTIVE ACTION FOR NOTED DEFICIENCIES.
NOTE 2: INHERENTLY GOVERNMENTAL SERVICES AS IDENTIFIED IN THE FEDERAL ACQUISITION REGULATION (FAR) PART 7.503 OR BY THE ORDERIN
Awardee
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
$30,669,208 (>100% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Irvine, California 92612 United States.
Ceiling Exceeded Total obligated funds of $47,422,254 has exceeded the reported contract ceiling of $30,669,208. 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 07/21/18 to 07/21/23.
Ceiling Exceeded Total obligated funds of $47,422,254 has exceeded the reported contract ceiling of $30,669,208. 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 07/21/18 to 07/21/23.
Davis Farr was awarded
Multiple Award Schedule (MAS) GS23F0288N GS23F0288N
by
the General Services Administration (GSA)
in July 2003.
The schedule
has a current duration of 20 years and
was awarded
full & open
with
NAICS 541211 and
PSC R704
via direct negotiation acquisition procedures with 999 bids received.
To date, $48,059,128 has been obligated through this vehicle with a potential value of all existing task orders of $60,180,381.
The total ceiling is $30,669,208, of which 101% has been used.
As of today, the FSS has a total reported backlog of $12,758,127 and funded backlog of $636,875.
Multiple Award Schedule
Status
(Complete)
Modified 2/14/23
Period of Performance
7/22/03
Start Date
7/21/23
Ordering Period End Date
Task Order Obligations and Backlog
$47.4M
Total Obligated
$48.1M
Current Award
$60.2M
Potential Award
$636.9K
Funded Backlog
$12.8M
Total Backlog
Award Hierarchy
Vehicle
Federal Supply Schedule
GS23F0288N
Blanket Purchase Agreements
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under GS23F0288N
$-
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 GS23F0288N
Contract Awards
Prime task orders awarded under GS23F0288N
Subcontract Awards
Disclosed subcontracts for GS23F0288N
Transaction History
Modifications to GS23F0288N
People
Suggested agency contacts for GS23F0288N
Competition
Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
F4FZD1P6QDY8
Awardee CAGE
7FMY4
Agency Detail
Awarding Office
47QRAA GSA/FAS/PSHC/PROF SRVCS SCHED-PSS
Funding Office
47QRAA GSA/FAS/PSHC/PROF SRVCS SCHED-PSS
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
CA-47
Senators
Dianne Feinstein
Alejandro Padilla
Alejandro Padilla
Representative
Katie Porter
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Health Care Fraud and Abuse Control Account, Health and Human Services (075-8393) | Medicare | Other services from non-Federal sources (25.2) | $2,324,605 | 46% |
United States Trustee System Fund, Justice (015-5073) | Federal litigative and judicial activities | Advisory and assistance services (25.1) | $1,192,772 | 23% |
Operation and Maintenance, Defense-Wide, Defense (097-0100) | Department of Defense-Military | Other services from non-Federal sources (25.2) | $911,791 | 18% |
HHS Service and Supply Fund, Program Support Center, Health and Human Services (075-4552) | Health care services | Other services from non-Federal sources (25.2) | $661,532 | 13% |
Last Modified: 2/14/23