You are here

Delivery Order GS23F0032L by General Services Administration with Technology Service Corporation, PIID T1002EB1275

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.
$0.01
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.
$7,122,114.37
Base Contract and All Options Value This is the mutually agreed upon total contract or order value including all options (if any). For Indefinite Delivery Vehicles, the estimated value for all orders expected to be placed against the agreement. For modifications, the change (positive or negative) in the mutually agreed upon total contract value.
$7,122,114.37

Agency Categories

Major Agency Category
Modification Agency
Major Funding Agency Category
Contracting Office Agency
Funding Requesting Agency
Indefinite Delivery Vehicle Agency

Offices

Office Type:
Contracting Office
Office:
Office Type:
Funding Requesting 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.
09/23/2003
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
10/01/2003
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
Ultimate Completion Date The mutually agreed upon contract completion date for the entire contract or order including all options or other modifications. For a Delivery Order, this refers to the completion of that delivery only, not the completion date of the Indefinite Delivery Vehicle of the Delivery Order.
09/30/2004

Contract Action Type

Delivery Order

Type Of Contract Pricing

Y: Time And Materials

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).
COMBAT SYSTEM ENGINEERING (TASK MANAGER – S. RODGERS): A. REVIEW AND ASSESS NEW AEGIS WEAPONS SYSTEM (AWS) FEATURES INCORPORATED IN BASELINES; MAKE RECOMMENDATIONS FOR FURTHER IMPROVEMENTS. 1.) PROVIDE ENGINEERING SUPPORT FOR THE REVIEW OF SDR/PDR/CDR/IPR DATA PACKAGES AND PARTICIPATE IN ELEMENT REVIEW TEAM MEETINGS, DESIGN REVIEWS, AND IPRS. CONDUCT TECHNICAL ANALYSES OF THE AWS DESIGN FEATURES AND DELIVER COMMENTS/QUESTIONS ACCORDING THE NAVY DESIGN REVIEW SCHEDULES. SUPPORT COMMENT ADJUDICATION PROCESS. 2.) PERFORM DETAILED TECHNICAL ANALYSES OF AWS MODIFICATIONS USING EXISTING AND UPDATED SIMULATIONS AND MODELS TO ASSESS VIABILITY OF THE DESIGN MODIFICATIONS, TO EVALUATE THE EXPECTED PERFORMANCE, AND TO ASSESS EFFECT ON OVERALL AWS PERFORMANCE. PARTICULAR EMPHASIS WILL BE GIVEN TO THE AREAS OF TIP, RADAR SCHEDULING, THE SIGNAL PROCESSOR, WAVEFORM SELECTION, RADAR MODE SELECTION, AND SYSTEM PERFORMANCE VERSUS DECEPTIVE ELECTRONIC ATTACK (DEA) THREATS. 3.) PARTICIPATE IN THE PLANNING AND CONDUCT OF ENGINEERING TESTS OF THE AWS UPGRADES. PERFORM ANALYSIS OF TEST DATA IN SUPPORT OF BASELINE PERFORMANCE EVALUATION; PROVIDE TEST OBSERVATION AND ANALYSIS, AND RECOMMEND SOLUTIONS AND IMPROVEMENTS. 4.) PROVIDE DATA ANALYSIS OF SPECIAL AT-SEA TEST EVENTS CONDUCTED USING PRELIMINARY AND INITIAL RELEASES OF FORWARD FIT AEGIS BASELINES. THIS IS FOR ADMINISTRATIVE PURPOSES TO TRANSFER THSI TASK IN TO PROFESSIONAL SERVICES. INVOCIES THROUGTH PERIOD OF PERFORMANCE 30 SEPT 2003 WILL BE SUBMITTED UNDER A2S17B1275 ACT NO.A19562898
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

962 WAYNE AVE #800
SILVER SPRING, MD 20910-4453
United States

Vendor State Congressional District

MD04
Vendor Site Code : 
0538856040000PR
Vendor Alternate Site Code: 
209104453
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
053885604
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
053885604
Registration Date: 
01/04/2002
Renewal Date: 
08/08/2007

Modification Parent

Location of Performance Location of the principal plant or place of business where the items will be produced, supplied from stock or where the service will be performed.
50000

Address Place of Performance

DC
United States

Place of Performance Congressional District

DC00

Product Service Code Category

R: Support Svcs (Prof, Admin, Mgmt)

Product Or Service Code

R425: Engineering And Technical Services
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.
541330

GFE GFP

Transaction does not use Government Furnished Equipment or Property

Use Of Epa Designated Products

EPA-Designated Products Were Not Required

Contract Bundling

D: Not A Bundled Requirement
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.
2003
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

Ndo: Non-Competitive Delivery Order

Reason Not Competed

Foc: Follow-On Contract
Number of Offers Received The number of actual offers or bids were received in response to the solicitation for this award.
1

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used

Solicitation Procedures

Np: Negotiated Proposal/Quote

Type Of Set Aside

None: No Set Aside Used.

Statutory Exception To Fair Opportunity

Foo
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
0

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
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
04/10/2010