Search IDVs

GS35F0119Y-N6600119A0120

Blanket Purchase Agreement

Overview

Government Description
DOD ESI FOR ITAM SOFTWARE AND SOLUTIONS
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
$820,000,000
Vehicle Ceiling
$820,000,000 (80% Used)
Related Opportunity
None
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Reston, Virginia 20190 United States.
Carahsoft Technology was awarded Blanket Purchase Agreement N6600119A0120 (N66001-19-A-0120) by Naval Information Warfare Systems Command for Dod Esi For Itam Software And Solutions in September 2019. The BPA has a duration of 9 years 10 months and was awarded full & open with NAICS 511210 and PSC 7030 via subject to multiple award fair opportunity acquisition procedures with 6 bids received. To date, $718,028,502 has been obligated through this vehicle with a potential value of all existing task orders of $1,222,610,450. The total ceiling is $820,000,000, of which 80% has been used. As of today, the BPA has a total reported backlog of $563,467,293 and funded backlog of $58,885,345. The vehicle was awarded through Information Technology Schedule 70 (IT 70).

DOD Announcements

Sep 2019: DLT Solutions LLC, Herndon, Virginia (N66001-19-A-0045); EC America Inc., McLean, Virginia (N66001-19-A-0119); Carahsoft Technology Corp., Reston, Virginia (N66001-19-A-0120); RightStar Systems Inc.,Vienna, Virginia (N66001-19-A-0022); Belarc Inc., Maynard, Massachusetts (N66001-19-A-0118); and Immix Technologies, McLean, Virginia (N66001-19-A-0121), are being awarded a multiple-award, firm-fixed-price Department of Defense (DoD) Enterprise Software Initiative (ESI) blanket purchase agreement (BPA) in accordance with the firms’ General Services Administration (GSA) Federal Supply Schedule contracts. This BPA provides for purchase of this category’s software products and services by the DoD, U.S. intelligence community, and Coast Guard. The overall estimated value of this BPA is $820,450,000. The individual agreements are awarded for multi-reseller and multi-publisher providers of commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of DoD ESI in the enterprise software category. The resellers/software publishers are: DLT Solutions (Netscout and Tripwire); EC America (Riverbed, Netscout, Commvault and Microfocus Solutions); Carahsoft Technology (Safenet, Zscaler, Datalocker, Hytrust, Nlyte Microfocus Solutions, Beyond Trust, and Oblong); RightStar (Nlyte); Belarc Inc.; and Immix Technologies (BeyondTrust and Microfocus Solutions). The ordering period will be for a maximum of 10 years from Sept. 6, 2019, through July 11, 2029. The BPA is issued under DoD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DoD) funds. Requirements will be competed among the awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2), and the successful contractor will receive firm fixed-price orders. This BPA was competitively procured via the GSA E-Buy web site among 679 vendors. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Status
(Open)

Modified 12/20/24
Period of Performance
9/5/19
Start Date
7/14/29
Ordering Period End Date
58.0% Complete

Task Order Obligations and Backlog
$659.1M
Total Obligated
$718.0M
Current Award
$1.2B
Potential Award
54% Funded
$58.9M
Funded Backlog
$563.5M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS35F0119Y

Blanket Purchase Agreement

GS35F0119Y-N6600119A0120

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under N6600119A0120

$-

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

Contract Awards

Prime task orders awarded under GS35F0119Y-N6600119A0120

Subcontract Awards

Disclosed subcontracts for GS35F0119Y-N6600119A0120

Transaction History

Modifications to GS35F0119Y-N6600119A0120

People

Suggested agency contacts for GS35F0119Y-N6600119A0120

Competition

Number of Bidders
6
Solicitation Procedures
Subject To Multiple Award Fair Opportunity
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
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
DT8KJHZXVJH5
Awardee CAGE
1P3C5
Agency Detail
Awarding Office
N66001 NIWC PACIFIC
Funding Office
N66001 NIWC PACIFIC
Created By
dennis.fellin@navy.mil
Last Modified By
dennis.fellin@navy.mil
Approved By
dennis.fellin@navy.mil

Legislative

Legislative Mandates
None Applicable
Awardee District
VA-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly
Last Modified: 12/20/24