Search IDVs

GS35F443CA

Federal Supply Schedule

Overview

Government Description
FEDERAL SUPPLY SCHEDULE CONTRACT
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
$73,762,840 (>100% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington, District of Columbia 20529 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 July 2035.
Ceiling Exceeded Total obligated funds of $288,702,147 has exceeded the reported contract ceiling of $73,762,840. 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 07/29/20 to 07/29/25.
Alethix was awarded Multiple Award Schedule (MAS) GS35F443CA GS35F443CA by the General Services Administration (GSA) for Federal Supply Schedule Contract in July 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, $302,974,254 has been obligated through this vehicle with a potential value of all existing task orders of $416,599,897. The total ceiling is $73,762,840, of which 101% has been used. As of today, the FSS has a total reported backlog of $127,897,750 and funded backlog of $14,272,107.

DOD Announcements

Sep 2019: Alethix LLC, Fairfax, Virginia, has been awarded a modification (P00002) to task order HTC71119FD025 under contract GS35F443CA in the amount of $7,344,871. This modification provides net-centric services as an enabler for new, modernized and current Mobility Air Force (MAF) command and control applications and capabilities supporting the U.S. Transportation Command and Air Mobility Command global mission. The Mobility Enterprise Information Services Sustainment framework is a structure providing reusable common platform and information technology services, software products and components, and design patterns allowing for deployment into a common shared environment. As a sub-enterprise focused on the MAF beneath USTRANSCOM, this framework is an integral part of USTRANSCOM's overall service-oriented architecture strategy. Work will be performed in Fairfax, Virginia. The option period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital fund (TWCF), operations; and TWCF, capital were obligated at award. This modification brings the total cumulative face value of the contract to $7,754,358, from $409,487. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contract activity.

Status
(Open)

Modified 6/17/24
Period of Performance
7/30/15
Start Date
7/29/25
Ordering Period End Date
90.0% Complete

Task Order Obligations and Backlog
$288.7M
Total Obligated
$303.0M
Current Award
$416.6M
Potential Award
69% Funded
$14.3M
Funded Backlog
$127.9M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS35F443CA

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS35F443CA

$-

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 GS35F443CA

Contract Awards

Prime task orders awarded under GS35F443CA

Subcontract Awards

Disclosed subcontracts for GS35F443CA

Transaction History

Modifications to GS35F443CA

People

Suggested agency contacts for GS35F443CA

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
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
F4EQF8UKA2K5
Awardee CAGE
6SS91
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-11
Senators
Mark Warner
Timothy Kaine
Representative
Gerald Connolly

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Immigration Examination Fees, Immigration Services, Homeland Security (070-5088) Federal law enforcement activities Advisory and assistance services (25.1) $24,248,667 27%
Immigration Examination Fees, Immigration Services, Homeland Security (070-5088) Federal law enforcement activities Equipment (31.0) $18,484,165 21%
Periodic Censuses and Programs, Bureau of the Census, Commerce (013-0450) Other advancement of commerce Operation and maintenance of equipment (25.7) $11,708,272 13%
Operations and Support, U.S. Immigration and Customs Enforcement, Homeland Security (070-0540) Federal law enforcement activities Advisory and assistance services (25.1) $8,605,695 10%
Periodic Censuses and Programs, Bureau of the Census, Commerce (013-0450) Other advancement of commerce Advisory and assistance services (25.1) $5,908,569 7%
Last Modified: 6/17/24