Dollars Obligated by this Agreement The value of this contract. A positive obligation amount means the agency has or will pay the Vendor this amount. A negative amount is a de-obligation, money that was paid back to the agency.:
$126,139.18
Base Contract and Exercised Options Value For new awards or Indefinite Delivery Vehicles, this is the contract value for the base contract and any options that have been exercised, if any, at the time of the award. For modifications, this is the change in the current contract value, positive or negative, that results from this modification.:
$126,139.18
Agency Categories
Major Funding Agency Category
Contracting Office Agency
Funding Requesting Agency
Indefinite Delivery Vehicle Agency
Offices
Office Type: Contracting Office
Office: Funded by Foreign Entity
Not Applicable
Date Signed The date that a mutually binding agreement was reached. The date signed by the Contracting Officer or the Vendor, whichever is later.:
04/26/2004
Effective Date The date that the parties agree will be the starting date for the contract's requirements. :
04/26/2004
Current Completion Date For an initial award, the scheduled contract completion date for the base contract and any options exercised at the time of the award. For modifications that exercise options, the revised scheduled completion date for the base contract and the exercised options.:
09/30/2004
Contract Action Type
Call On Blanket Purchase Agreement
Type Of Contract Pricing
No: Not Reported
Subcontract Plan
Not Applicable
Letter Contract
Not Applicable
Performance Based Service Contract
N: No - Service Where Pba Is Not Used.
Contingency Humanitarian Peace Keeping Operation
Not Applicable
Cost or Pricing Data
Not Applicable
Cost Accounting Standards Clause
Not Applicable
Description of Contract Requirement A brief description of the goods or services bought (for an award) or that are available to be bought (for an Indefinite Delivery Vehicle). :
GSA PBS CIO CURRENTLY REQUIRES CONTRACTOR SUPPORT TO CONDUCT DEVELOPMENT TASKS REQUIRED TO IMPLEMENT THE ENVIRONMENTAL DATABASE - THE ENVIRONMENTAL RISK INDEX (ERIN). THE FUNCTIONAL REQUIREMENTS FOR THIS APPLICATION ARE DEFINED IN THE DOCUMENT ENVIRONMENTAL DATABASE: ENVIRONMENTAL RISK INDEX (ERI) CALCULATION, FUNCTIONAL REQUIREMENTS, FINAL VERSION 1.10 MARCH 15, 2004. THE APPLICATION SHALL BE DEVELOPED AND OPERATIONAL USING THE FOLLOWING TOOLS: SERVER: • HARDWARE & OPERATING SYSTEM: SUN SOLARIS • DATABASE: ORACLE 9I • APPLICATION SERVER: ORACLE 9I/AS JAVA EDITION • DEVELOPMENT PLATFORM: JAVA 2 PLATFORM, ENTERPRISE EDITION (J2EE) CLIENT: • WEB BROWSER: MICROSOFT INTERNET EXPLORER VERSION 5.0 OR HIGHER THE PRODUCTION ENVIRONMENT SHALL BE HOSTED AT PBS CIO’S ENTERPRISE SERVICE CENTER IN WASHINGTON, DC. THE NECESSARY HARDWARE AND SOFTWARE FOR PRODUCTION AND IV&V ENVIRONMENTS SHALL BE PROVIDED BY THE GOVERNMENT, HOWEVER, DEVELOPMENT ENVIRONMENT SHALL NOT BE FURNISHED. 3. TASK REQUIREMENTS 3.1 PBS CIO PREFERS TO TAKE A PHASED APPROACH TO THIS PROJECT AND THE INITIAL PHASE OF WORK. FOR THE PHASE 1 EFFORT, THE THREE DEVELOPMENT SUB-PHASES ARE: PHASE 1A QUESTIONNAIRE DATA ENTRY & REPORTING PHASE 1B ERI RANKING SCREENS PHASE 1C UNSCHEDULED FEATURES FOR EACH SUB-PHASE, ALL NECESSARY DOCUMENTATION, TRAINING, TESTING AND PROJECT MANAGEMENT SUPPORT MUST BE PROVIDED. THE CONTRACTOR MUST HAVE WRITTEN APPROVAL FROM THE COR PRIOR TO PROCEEDING TO EACH SUBSEQUENT SUB-PHASE. THE SUMMARY OF OVERALL EFFORT FOR EACH SUB-PHASE IS DESCRIBED BELOW: SUB-PHASE 1A – QUESTIONNAIRE DATA ENTRY & REPORTING IN THIS SUB-PHASE, THE APPLICATION SOFTWARE SHALL ENABLE THE USERS TO ANSWER QUESTIONS FOR EACH RISK CATEGORY REGARDING ANY “OWNED” BUILDING AND VIEW THE OVERALL RESULTS BY RUNNING REPORTS. THIS SUB-PHASE SHOULD ALLOW USERS TO ENTER ENVIRONMENTAL DATA AND BE ABLE TO RUN REPORTS. THE INDEX SUMMARY REPORT WILL ALLOW THE USERS TO VIEW ERI FOR BUILDINGS AND EACH RISK CATEGORY PER REGION, SERVICE CENTER, FIELD OFFICE, ETC. THE USERS SHALL USE THIS REPORT UNTIL THE DEVELOPMENT OF THE OTHER COLOR-CODED RANKING SCREENS ARE COMPLETED IN SUB-PHASES 1B AND 1C. THE FEATURES OF THIS SUB-PHASE ARE: 2.7-2.12 SECURITY COMPLIANCY / ENTERPRISE PORTAL – OID INTEGRATION 2.1-2.5 SECURITY AUTHORIZATION FOR DIFFERENT USERS 3.X, 6.X USABILITY/ NAVIGATION 5.X, 11.X INTERFACE TO IRIS APPLICATION – TO ACQUIRE BUILDING DATA AND HIERARCHY. / BUILDING INFORMATION 13.X, 14.X GATEWAY/14 QUESTIONNAIRE SCREENS 23.2-23.4, 23.6-23.9 3 REPORTS – BLANK QUESTIONNAIRE, PRINTING COMPLETED QUESTIONNAIRE FOR A BUILDING AND INDEX SUMMARY REPORT. 15.2-15.5 ALL ADMIN ASSIGNMENT TABLES REGARDING ERI VALUES AND RED/YELLOW/GREEN ASSIGNMENTS / WEB PAGES FOR ADMIN ASSIGNMENT TABLES. 17.X ERI CALCULATION 25.X TECHNICAL REQUIREMENTS 26.X IMPLEMENTATION REQUIREMENTS SUB-PHASE 1B – ERI RANKING SCREENS IN THIS SUB-PHASE, THE USERS WILL BE PROVIDED ABILITY TO VIEW HIGH PRIORITY ERI RANKING ON WEB PAGES WITH COLOR CODING AND RANKING. THIS PHASE WILL INCLUDE THE FOLLOWING FEATURES: 7.X ERI SUMMARY SCORES SCREEN 8.X ERI SCORES SCREEN 12.X QUESTIONNAIRE BUILDING LIST 18.X ERI AND RYG ASSIGNMENT ARCHIVING – HISTORICAL RECORDING OR RANKINGS. 23.1/23.5 2 REPORTS – ANSWERS TO QUESTIONNAIRES, TREND REPORTS SUB-PHASE 1C – UNSCHEDULED FEATURES THIS SUB-PHASE ADDRESSES WHAT IS REFERRED TO AS “UNSCHEDULED” IN THE “REQUIREMENT PRIORITIZATION AND PHASING” DOCUMENT AS WELL AS ITEMS THAT ARE OPTIONAL SUCH AS 3RD PARTY CERTIFICATION FOR USER AUTHENTICATIONS. THE FEATURES IN THIS SUB-PHASE ARE: 2.6 3RD PARTY AUTHENTICATION – USING VERISIGN 4.X MAINTAINABILITY 9.X RISK CATEGORY SUMMARY SCREEN 10.X BUILDING ERI DETAIL SCREEN 15.1 RYG ASSIGNMENT PER QUESTION 16.X PERFORMANCE TARGETS 19.X ERI TRENDS SCREEN 20.X BAR CHART 21.X PERFORMANCE TARGET SUMMARY 22.X PERFORMANCE TARGET DETAIL 3.2 THE CONTRACTOR SHALL DESIGN, DEVELOP, TEST, IMPLEMENT AND MANAGE THE ENVIRONMENTAL RISK INDEX
Number of Actions Identifies the number of actions that are reported in one modification. Only the Department of Defense must report this information. For new contracts or modifications to contracts, agreements or orders, this is the number of actions that involved contract modifications for additional supplies or services.:
1
National Interest Action Code
Not Applicable
Multiple Or Single Award IDC
Not Applicable
Vendor Name
Division Name
Not Applicable
Vendor Address
FAIRFAX, VA 22031-4634
United States Vendor State Congressional District
VA11
DUNS number
The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
044673937
Parent DUNS Number
The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
044673937
Modification Parent
Place of Performance Congressional District
Not Applicable
Product Service Code Category
D: Adp And Telecommunications
Product Or Service Code
D301: Adp Facility Management
Principal NAICS Code
The principal North American Industry Classification System (NAICS) code (used to designate major sectors of the economies of Mexico, Canada, and the United States) that indicates the industry in which the vendor does business. :
518210
GFE GFP
Transaction does not use Government Furnished Equipment or Property
Country of Origin The country of origin of the product or service.:
USA
Procurement Instrument Identifier The unique identifier for each contract, agreement or order. This may be the Contract, Purchase Order, or Agreement Number for this award. :
Fiscal Year The fiscal year in which the award occurred. :
2004
Indefinite Delivery Vehicles Procurement Instrument Identifier Unique identifier for Indefinite Delivery Vehicles (IDV) such as a Government-Wide Acquisition Contract (GWAC), Indefinite Delivery Contract (IDC), Federal Supply Schedule (FSS), Basic Ordering Agreement (BOA), or Blanket Purchase Agreement (BPA).:
Extent Competed
A: Full And Open Competition
Commercial Item Acquisition Procedures
D: Commercial Item Procedures Not Used
Solicitation Procedures
Sp1: Simplified Acquisition
Contracting Officer Business Size Determination
O: Other Than Small Business
Service Contract Act
Transaction is subject to the Service Contract Act concerning payment of prevailing wage rates and fringe benefits to service employees. :
Yes
Inter Agency Contracting Authority
X: Not Applicable