Search IDVs

GS35F393CA

Federal Supply Schedule

Overview

Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
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
$5,217,878,066 (40% Used)
Analysis Notes
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 June 2035.
Amendment Since initial award the Ordering Period End Date was extended from 06/25/20 to 06/25/25 and the Vehicle Ceiling has increased 56% from $3,342,953,841 to $5,217,878,066.
Subcontracting Plan This FSS has an Individual Subcontract Plan. The General Services Administration has an overall 2023 small business subcontracting goal of 21%
Labor Pricing The labor category ceiling rates applicable to this FSS are available and can be analyzed here.
General Dynamics Information Technology was awarded Multiple Award Schedule (MAS) GS35F393CA GS35F393CA by the General Services Administration (GSA) for Federal Supply Schedule Contract in June 2015. The schedule has a current duration of 10 years (up to 20 years if all options exercised) and was awarded full & open with NAICS 541511 and PSC D399 via direct negotiation acquisition procedures with 999 bids received. To date, $2,195,640,927 has been obligated through this vehicle with a potential value of all existing task orders of $2,555,776,084. The total ceiling is $5,217,878,066, of which 40% has been used. As of today, the FSS has a total reported backlog of $452,205,042 and funded backlog of $92,069,884.

DOD Announcements

Sep 2018: CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $22,496,620 blanket purchase agreement (BPA) to deliver commercial cloud services by the use of multiple cloud service providers to accelerate Navy cloud adoption. The work encompasses Infrastructure as a Service, Platform as a Service, Software as a Service, and other commercially available cloud service offerings in accordance with the Cloud Computing Security Requirements Guide at Information Impact Levels 2, 4 and 5 as defined in the National Institute of Standards and Technology Special Publication 800-145. The BPA holder shall also provide related services that enable mission owners to transition to and operate within the commercial cloud environment.  This BPA includes a one-year base ordering period and four one-year optional ordering periods, which if exercised would bring the estimated cumulative value to $95,844,276.  The BPA contains firm-fixed-price, time and materials, and labor hour contract line item numbers. This BPA was issued against CSRA’s General Services Administration (GSA) Schedule 70 contract (GS-35F-393CA), as well as CSRA’s teaming partners’ schedules. CSRA responded to the request for quotation as a contractor teaming arrangement. CRSA’s team members include Beyond20 (GS-35F-137AA); Carahsoft (GS-35F-0119Y); and Minburn Technology Group LLC (GS-35F-309AA). Cloud service providers include Microsoft Azure and Amazon Web Services. Additional team members and cloud service providers may be added to the BPA holder’s team over the term of the agreement in response to Department of the Navy needs.  Work on task orders will be performed at various locations in the United States and internationally.  No funding will be obligated at the time of award. Future contract actions will be issued and funds obligated as individual task orders.  This BPA was competitively procured with quotations solicited via GSA’s eBUY Portal from all GSA Schedule 70 holders whose schedule contracts include the relevant special item numbers as specified in the performance work statement. The government received four quotations in response to the solicitation.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity  (N00039-18-A-0003).

Status
(Open)

Modified 3/12/24
Period of Performance
6/26/15
Start Date
6/25/25
Ordering Period End Date
88.0% Complete

Task Order Obligations and Backlog
$2.1B
Total Obligated
$2.2B
Current Award
$2.6B
Potential Award
82% Funded
$92.1M
Funded Backlog
$452.2M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS35F393CA

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS35F393CA

$-

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

BPAs

Blanket purchase agreements awarded under GS35F393CA

Contract Awards

Prime task orders awarded under GS35F393CA

Subcontract Awards

Disclosed subcontracts for GS35F393CA

Transaction History

Modifications to GS35F393CA

People

Suggested agency contacts for GS35F393CA

Competition

Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Performance Based Acquisition
Yes
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No

Other Categorizations

Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
SMNWM6HN79X5
Awardee CAGE
07MU1
Agency Detail
Awarding Office
47QTCA GSA/FAS CENTER FOR IT SCHEDULE PROG
Funding Office
47QTCA GSA/FAS CENTER FOR IT SCHEDULE PROG
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
VA-08
Senators
Mark Warner
Timothy Kaine
Representative
Donald Beyer

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Program Management, Centers for Medicare and Medicaid Services, Health and Human Services (075-0511) Health care services Other services from non-Federal sources (25.2) $364,484,370 54%
Immigration Examination Fees, Immigration Services, Homeland Security (070-5088) Federal law enforcement activities Advisory and assistance services (25.1) $60,225,492 9%
Health Care Fraud and Abuse Control Account, Health and Human Services (075-8393) Medicare Other services from non-Federal sources (25.2) $48,231,638 7%
Disaster Relief Fund, Federal Emergency Management Agency, Homeland Security (070-0702) Disaster relief and insurance Other services from non-Federal sources (25.2) $47,654,842 7%
Interior Franchise Fund, Departmental Management (014-4529) Other natural resources Advisory and assistance services (25.1) $40,267,566 6%
Last Modified: 3/12/24