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.:
$55,659.00
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.:
$55,659.00
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.:
$55,659.00
Agency Categories
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.:
03/25/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements. :
03/25/2008
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.:
09/30/2008
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. :
09/30/2008
Contract Action Type
Delivery Order
Reason For Modification
B: Supplemental Agreement For Work Within Scope
Type Of Contract Pricing
U: Cost Plus Fixed Fee
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). :
PURPOSE, OBJECTIVE, AND BACKGROUND OF WORK TO BE PERFORMED: NEXT-GENERATION OPERATIONS SEEK TO FACILITATE HIGHER AIRCRAFT FLOW CAPACITY WHILE MAINTAINING, OR IMPROVING, CURRENT SAFETY LEVELS. TO ACHIEVE THIS, A NUMBER OF ELEMENTS COME INTO PLAY, INCLUDING INFRASTRUCTURE, TECHNOLOGY, PROCEDURES, AND CULTURE. TO ACCOMPLISH HIGHER CAPACITY AIRCRAFT FLOW IN THE FUTURE, AIRCRAFT MUST HAVE THE ABILITY TO OPERATE SAFELY UNDER REDUCED SEPARATION STANDARDS. THESE NEW OPERATIONAL MODES WILL NATURALLY INTRODUCE NEW SAFETY HAZARDS. THE PURPOSE OF THIS RESEARCH IS TO DEVELOP A LOGIC-EVOLVED MODEL TO EVALUATE THE AIR TRAFFIC MANAGEMENT (ATM) SAFETY IMPACT RESULTING FROM NEW ATM CONCEPTS (INCLUDING BOTH NEW TECHNOLOGY AND PROCEDURAL SYSTEM MODIFICATIONS) EMERGING FROM THE NASA NGATS ATM-AIRSPACE PROJECT OF THE ASP. THIS PROOF-OF-CONCEPT DEVELOPMENT PHASE SHALL DIRECT THE SYSTEMS MODELING FOCUS ON A SUBSET OF AIRSPACE OPERATIONS FOR DEMONSTRATING THE CAPABILITY. SUBSEQUENT OPTION YEARS WILL ADDRESS BROADENING THE TOOL TOWARD PROVIDING A FULL NAS-WIDE, GATE-TO-GATE ASSESSMENT CAPABILITY EVENTUALLY. BETWEEN 2003 AND 2006, NASA'S (FORMER) AVIATION SAFETY AND SECURITY PROGRAM (AVSSP) DEDICATED A SIGNIFICANT EFFORT TO MODELING THE AIR TRANSPORTATION SYSTEM (ATS) WITH RESPECT TO SECURITY-RELATED OPERATIONS. THIS EXPERIENCE POSITIONED THE NASA TEAM WITH A SUBSTANTIAL LEAD ON UNDERSTANDING MODELING OF THE ATS RELATIVE TO THE MORE GENERAL CONDITION OF SAFETY AND AIRSPACE RELATED OPERATIONS. GIVEN THAT SECURITY ATTACKS AGAINST THE ATS RESULT IN AIRCRAFT MISHAPS, AIRFRAME LOSSES, AND LOSS OF LIFE, SAFETY AND SECURITY ARE ANALOGOUS. HOWEVER, AVIATION SAFETY IS THE MORE GENERAL ASPECT OF FLIGHT OPERATIONS, EXTENDING AN OVERARCHING UMBRELLA OVER ALL ASPECTS OF THE SYSTEM, FROM FLIGHT OPERATIONS, TO AIR TRAFFIC CONTROL, AND AIRPORT FUNCTIONS AND OPERATIONS. TO UNDERSTAND THE SAFETY RISKS, EITHER FROM A BASELINE PERSPECTIVE OR RELATING TO CHANGES IN RISK WITH CURRENT OR FUTURE CHANGES TO THE SYSTEM, A GENERALIZED, LOGICAL, POSSIBILITY-BASED APPROACH, CONSIDERING PROBABILITIES WHERE APPLICABLE AND AVAILABLE, MUST BE USED. THIS REPRESENTS A SUBSTANTIAL EFFORT AND HAS APPLICATIONS ACROSS NUMEROUS DISCIPLINES FOR STRUCTURING THIS IMPORTANT MODELING EFFORT THAT HAS SYSTEM-WIDE RAMIFICATIONS. FOR THESE REASONS, IT IS IN THE BEST INTEREST OF NASA TO USE THE LOGIC EVOLVED DECISION (LED) SUPPORT CAPABILITY AND ASSOCIATED METHODOLOGIES/TOOLS TO PERFORM THIS WORK. ADDITIONALLY, IT WOULD BE ADVANTAGEOUS FOR NASA TO USE THE LED METHODOLOGY IN THIS WORK SINCE THE LEARNING CURVE WILL BE MINIMIZED AND PREVIOUSLY ACCOMPLISHED WORK FOR THE AVSSP WILL BE LEVERAGED IN THIS NEW TASK.
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
Vendor Alternate Name:
NATIONAL INSTITUTE OF AEROSPACE
Vendor Legal Organization Name:
BRANCH BANKING AND TRUST CORPORATION
Vendor Doing Business As Name:
NATIONAL INSTITUTE OF AEROSPACE
Division Name
Not Applicable
Vendor Address
HAMPTON, VA 23666-6147
United States Vendor State Congressional District
VA01
Vendor Site Code :
1140544430000PR
Vendor Alternate Site Code:
236666147
DUNS number
The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
114054443
Parent DUNS Number
The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
114054443
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. :
35000
Address Place of Performance
Place of Performance Congressional District
VA01
Product Service Code Category
A: Research And Development
Product Or Service Code
AR11: R&D-Aero & Space Tech-B Res
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. :
541710
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
C: Not A Manufactured End Product
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. :
3
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
D: Full And Open Competition After Exclusion Of So
Number of Offers Received The number of actual offers or bids were received in response to the solicitation for this award. :
99
Commercial Item Acquisition Procedures
D: Commercial Item Procedures Not Used
Solicitation Procedures
As: Alternative Sources
Type Of Set Aside
None: No Set Aside Used.
Annual Revenue
The vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).:
$18,000,000.00
Educational Institution:
Yes
Non-Profit Organization:
Yes
Contracting Officer Business Size Determination
O: Other Than Small Business
Inter Agency Contracting Authority
X: Not Applicable