You are here

Delivery Order HSHQDC07D00030 by Department Of Homeland Security with St Net Apptis Firstsource Joint Venture, PIID HSCG2307JTBX040, Mod P00004

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.
($195,809.57)

Agency Categories

Major Agency Category
Modification Agency
Contracting Office 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.
03/28/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
03/28/2008
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.
03/27/2009
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.
03/27/2009

Contract Action Type

Delivery Order

Reason For Modification

G: Exercise An Option

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Not Applicable

Letter Contract

Not Applicable

Performance Based Service Contract

X: Not Applicable

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).
THE PURPOSE OF THIS MASTER DELIVERY ORDER (MDO) THROUGH THE DEPARTMENT OF HOMELAND SECURITY (DHS) FIRSTSOURCE CONTRACT IS TO PROVIDE THE ENTIRE UNITED STATES COAST GUARD (USCG) (WHICH IS THE HEADQUARTERS AND ITS FIELD UNITS) WITH COAST GUARD STANDARD WORKSTATION (CGSW) EQUIPMENT TO INCLUDE (1) STANDARD WORKSTATIONS AND PERIPHERALS AND (2) STANDARD SERVERS AND PERIPHERALS. THIS MDO WILL PROVIDE THE ABILITY TO PROCURE COMPUTERS AND MONITORS THAT WILL MEET THE SPECIFICATIONS AND COMPATIBILITY REQUIREMENTS OF THE USCG.
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

14155 NEWBROOK DR
CHANTILLY, VA 20151-2293
United States

Vendor State Congressional District

VA10
Vendor Site Code : 
6153819070000PR
Vendor Alternate Site Code: 
201512293
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
615381907
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
615381907
Registration Date: 
01/18/2006
Renewal Date: 
10/19/2007

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

WASHINGTON, DC 205930001
United States

Place of Performance Congressional District

DC00

Product Service Code Category

53: Hardware And Abrasives

Product Or Service Code

5340: Hardware
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.
423690

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
Country of Origin The country of origin of the product or service.
USA

Place Of Manufacture

D: Mfg In U.s.
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.
P00004
Fiscal Year The fiscal year in which the award occurred.
2008
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

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.
6

Commercial Item Acquisition Procedures

A: Commercial Item

Solicitation Procedures

Np: Negotiated Proposal/Quote

Type Of Set Aside

None: No Set Aside Used.
Local Area Set Aside Emergency response contracts during a major disaster or emergency declaration by the President under 42 USC 5121, preference shall be given, to the extent feasible and practicable, to local firms through a Local Area Set-Aside
Yes
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
1
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$1.00
Small Disadvantaged Business: 
Yes
Small Business Administration-Certified Small Disadvantaged Business Vendor is a Small Business Administration-Certified Small Disadvantaged Business.
Yes
Women-Owned Business: 
Yes
Minority-Owned Business: 
Yes
Subcontinent Asian (Asian-Indian) American-Owned Business: 
Yes

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.
06/28/2012