GS35F0009U-N6600119A0005
Blanket Purchase Agreement
Overview
Government Description
DOD ESI MICROSOFT COTS SOFTWARE LICENSES, SOFTWARE ASSURANCE, AND CLOUD SUBSCRIPTIONS
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
$3,170,000,000 (2% Used)
Related Opportunity
None
Analysis Notes
Amendment Since initial award the Ordering Period End Date was shortened from 11/28/29 to 11/28/28.
Insight Public Sector was awarded
Blanket Purchase Agreement N6600119A0005 (N66001-19-A-0005)
by
Naval Information Warfare Systems Command
for Dod Esi Microsoft Cots Software Licenses, Software Assurance, And Cloud Subscriptions
in November 2018.
The BPA
has a duration of 10 years and
was awarded
full & open
with
NAICS 334111 and
PSC 7030
via subject to multiple award fair opportunity acquisition procedures with 6 bids received.
To date, $63,843,188 has been obligated through this vehicle with a potential value of all existing task orders of $71,437,452.
The total ceiling is $3,170,000,000, of which 2% has been used.
As of today, the BPA has a total reported backlog of $10,564,588 and funded backlog of $2,970,323.
The vehicle was awarded through Information Technology Schedule 70 (IT 70).
DOD Announcements
Nov 2018:
CDWG Government LLC, Vernon Hills, Illinois (N66001-19-A-0002); Dell Federal Systems LP, Round Rock, Texas (N66001-19-A-0003); GovConnection Inc., Rockville, Maryland (N66001-19-A-0004); Insight Public Sector Inc., Chantilly, Virginia (N66001-19-A-0005); Minburn Technology Group LLC, Great Falls, Virginia (N66001-19-A-0006); and SHI International Corp. Somerset, New Jersey (N66001-19-A-0007), are awarded multiple-award, firm-fixed-price blanket purchase agreements (BPA) in accordance with a General Services Administration Federal Supply Schedule contract. The overall estimated value of this BPA is $3,170,000,000. This agreement will provide commercially available Microsoft brand name perpetual software licenses and annual subscriptions for the Department of Defense (DOD), U.S. intelligence community, and U.S. Coast Guard activities worldwide. The products provided are commercial off-the-shelf products that will meet functional requirements for desktop software solutions, operating systems, virtualization, management tools, mobility, and software assurance. This BPA is issued under the DOD Enterprise Software Initiative (ESI) in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement Section 208.74. DoD ESI streamlines software licensing acquisition and provides information technology products that are compliant with DOD technical standards and represent the best value for the DOD. Places of performance will be determined by each individual delivery order. The ordering period will be for 10 years from Nov. 29, 2018, through Nov. 27, 2028. This agreement will not obligate funds at the time of award. Funds will be obligated under delivery orders primarily using operations and maintenance funds (DOD). Future requirements will be competed among six awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2). This contract was competitively solicited from among 895 vendors with six proposals received and six selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.
Status
(Open)
Modified 11/28/23
Period of Performance
11/28/18
Start Date
11/28/28
Ordering Period End Date
Task Order Obligations and Backlog
$60.9M
Total Obligated
$63.8M
Current Award
$71.4M
Potential Award
$3.0M
Funded Backlog
$10.6M
Total Backlog
Award Hierarchy
Federal Supply Schedule
Blanket Purchase Agreement
GS35F0009U-N6600119A0005
Contracts
Subcontracts
Federal Award Analysis
Historical federal task order obligations under N6600119A0005
$-
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 GS35F0009U-N6600119A0005
Subcontract Awards
Disclosed subcontracts for GS35F0009U-N6600119A0005
Transaction History
Modifications to GS35F0009U-N6600119A0005
People
Suggested agency contacts for GS35F0009U-N6600119A0005
Competition
Number of Bidders
6
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
None
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
DoD Claimant Code
None
Awardee UEI
LD98S4LK2113
Awardee CAGE
06ZC1
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
alexander.k.roberts@navy.mil
Last Modified By
alexander.k.roberts@navy.mil
Approved By
alexander.k.roberts@navy.mil
Legislative
Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 11/28/23