You are here

Delivery Order GS35F0339J by General Services Administration with 3h Technology Llc, PIID GST1005EC1049, Mod AO01

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:

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.
12/28/2004
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
12/28/2004
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.
10/15/2005
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.
10/15/2005

Contract Action Type

Delivery Order

Reason For Modification

M: Other Administrative Action

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Not Applicable

Letter Contract

Not Applicable

Performance Based Service Contract

Y: Yes - Service Where Pba Is 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).
THIS IS A FIRM-FIXED PRICED TASK ORDER, ISSUED AGAINST BPA GS10TF-02-BNA-0020, WHICH EXPIRES DECEMBER 31, 2004. THE CONTRACTOR SHALL PROVIDE THE NECESSARY LABOR IN SUPPORT OF THE DEVELOPMENT AND DEPLOYMENT OF THE PRODUCTION VERSION OF ELEASE 1.0 ON A NATIONAL LEVEL TO ALL PBS LOCATIONS, AS OUTLINED IN THE ATTACHED STATEMENT OF WORK. ADDITIONAL CLAUSES: A. FAR 52.212-4(C) TERMS AND CONDITIONS COMMERCIAL ITEMS (MAY 1999) B. FAR 52.227-14 RIGHTS IN DATA GENERAL, ALTERNATE II & III PERIOD OF PERFORMANCE: DATE OF AWARD (DOA) THROUGH DECEMBER 9, 2005 TRAVEL - SHALL BE REIMBURSED IN ACCORDANCE WITH THE JOINT TRAVEL REGULATIONS. TRAVEL HAS ALREADY BEEN DEEMED FAIR AND REASONABLE. TO EXCEED THIS AMOUNT, A MODIFICATION IS REQUIRED PRIOR TO ADDITIONAL TRAVEL. NTE $140,000.00 PERFORMANCE BASED PAYMENT SCHEDULE: VISION DOCUMENT WITH DETAILED SYSTEM FEATURES 15% - $403,326.57 REQUIREMENTS DOCUMENT FOR MODULES IN RELEASE 1.0 - 9% - $241,995.94 TBRR OF ELEASE-NBC INTERIM SOLUTION - 23% - $618,434.08 AUTOMATED SCANNING SOFTWARE SOLUTION RELEASE 1.0 - 8% - $215,107.51 TRAINING MATERIAL AND TRAIN THE TRAINER SESSION - 10% - $268,884.38 TBRR OF RELEASE 1.0 - 17% - $457,103.45 OBRR OF RELEASE 1.0 - 13% - $349,549.70 ELEASE SUPPORT AND REQ GATHER FOR RELEASE 1.5 - 5% - $134,442.19 ITEM NO. (A) SUPPLIES OR SERVICES (B) QUANTITY ORDERED (C) UNIT (D) UNIT PRICE (E) AMOUNT (F) 0001 0002 THE CONTRACTOR SHALL PROVIDE THE NECESSARY LABOR IN SUPPORT OF THE DEVELOPMENT AND DEPLOYMENT OF THE PRODUCTION VERSION OF ELEASE 1.0 ON A NATIONAL LEVEL TO ALL PBS LOCATIONS, AS OUTLINED IN THE ATTACHED STATEMENT OF WORK. TRAVEL - SHALL BE REIMBURSED IN ACCORDANCE WITH THE JOINT TRAVEL REGULATIONS 1 1 LO LO 2,688,843.83 80,956.17 2,688,843.83 80,956.17
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

8229 BOONE BLVD STE 640
VIENNA, VA 22182-2634
United States

Vendor State Congressional District

VA11
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
969430164
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
733131788

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 200001234
United States

Place of Performance Congressional District

DC00

Product Service Code Category

D: Adp And Telecommunications

Product Or Service Code

D302: Adp Systems Development 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.
541519

Information Technology Commercial Item Category

Commercial Information Technology Service

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.
Modification Number An identifier issued by an agency that uniquely identifies a modification for a contract, agreement or order.
AO01
Fiscal Year The fiscal year in which the award occurred.
2005
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).
Solicitation Identifier Identifier used to link awards to solicitation information from the Federal Procurement Data System - Next Generation.
A05S47T0028

Extent Competed

Cdo: Competitive Delivery Order
Number of Offers Received The number of actual offers or bids were received in response to the solicitation for this award.
3

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used

Solicitation Procedures

Sp1: Simplified Acquisition

Type Of Set Aside

None: No Set Aside Used.
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
142
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$15,155,556.00

Contracting Officer Business Size Determination

S: 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
Clinger-Cohen Act The funding office has certified that the information technology purchase meets the planning requirements of the Clinger-Cohen Act.
Yes

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
10/31/2009