Search IDVs

GS35F593GA

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
$9,708,440 (69% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Arlington, Virginia 22201 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 August 2037.
Amendment Since initial award the Ordering Period End Date was extended from 08/14/22 to 08/14/27 and the Vehicle Ceiling has increased 1842% from $500,000 to $9,708,440.
Labor Pricing The labor category ceiling rates applicable to this FSS are available and can be analyzed here.
RCM Solutions was awarded Multiple Award Schedule (MAS) GS35F593GA GS35F593GA by the General Services Administration (GSA) for Federal Supply Schedule Contract in August 2017. 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, $6,729,189 has been obligated through this vehicle with a potential value of all existing task orders of $18,466,261. The total ceiling is $9,708,440, of which 69% has been used. As of today, the FSS has a total reported backlog of $11,737,072.

Status
(Open)

Modified 7/24/25
Period of Performance
8/15/17
Start Date
8/14/27
Ordering Period End Date
80.0% Complete

Task Order Obligations and Backlog
$6.7M
Total Obligated
$6.7M
Current Award
$18.5M
Potential Award
36% Funded
$0.0
Funded Backlog
$11.7M
Total Backlog

Award Hierarchy

Federal Supply Schedule

GS35F593GA

Blanket Purchase Agreements

-

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under GS35F593GA

$-

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

BPAs

Blanket purchase agreements awarded under GS35F593GA

Contract Awards

Prime task orders awarded under GS35F593GA

Subcontract Awards

Disclosed subcontracts for GS35F593GA

Transaction History

Modifications to GS35F593GA

People

Suggested agency contacts for GS35F593GA

Competition

Number of Bidders
Not Applicable
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
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
CJ9XM3MJ8V13
Awardee CAGE
358G7
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
Clinger-Cohen Act Compliant
Awardee District
MD-05
Senators
Benjamin Cardin
Chris Van Hollen
Representative
Steny Hoyer

Budget Funding

Federal Account Budget Subfunction Object Class Total Percentage
Operations and Support, Cybersecurity and Infrastructure Security Agency, Homeland Security (070-0566) Disaster relief and insurance Advisory and assistance services (25.1) $1,860,823 100%
Last Modified: 7/24/25