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.:
$25,000.00
Agency Categories
Contracting Office 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.:
02/12/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements. :
02/12/2008
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.:
12/21/2009
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. :
12/21/2009
Contract Action Type
Definitive Contract
Reason For Modification
C: Funding Only Action
Type Of Contract Pricing
J: Firm Fixed Price
Subcontract Plan
Subcontracting Plan Not Required
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
Cost or Pricing Data was Not Obtained
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). :
SAP PURCHASE REQUISITION: 4200228504 ELEMENT AND CHEMICAL STATE ANALYSIS, XPS, FOR IN-SITU MATERIALS ANALYSIS ON MARS - SBIR PHASE II CONTRACT NNC08CA29C ¿ APPARATI, INC. HYPERSPECTIVES, INC. AND ITS RESEARCHERS PROPOSE TO USE REMOTE SENSING TECHNOLOGIES TO ANSWER SPECIFIC SCIENTIFIC QUESTIONS FOR RESEARCHERS AND DECISION-MAKERS IN THE NATURAL HAZARDS COMMUNITY. WE WILL EMPLOY BOTH CURRENT AND INNOVATIVE DATA FUSION TECHNIQUES TO FILL KEY DEFICIENCY GAPS LIMITING PROGRESS IN THE NATURAL HAZARDS DISCIPLINE. BY FUSING HIGH-RESOLUTION HYPERSPECTRAL IMAGERY AND LIDAR (LIGHT DETECTION AND RANGING) DATA SETS FROM THE 2003 YELLOWSTONE OPTICAL AND SAR GROUND IMAGING (YOGI) DATA COLLECT, WE WILL SUBSTANTIALLY IMPROVE METHODOLOGIES FOR NATURAL HAZARD DECISION SUPPORT SYSTEMS. THIS IMAGERY FUSION IS CONSIDERED INNOVATIVE BECAUSE IT WILL FURTHER REFINE THE IDENTIFICATION AND MAPPING OF PAST EVENTS, SUCH AS LANDSLIDES, WHILE ALSO PROVIDING QUICKER AND SIMPLER PROCESSES FOR FORECASTING AND MITIGATING FUTURE HAZARDS. FURTHERMORE, THE ALGORITHMS DEVELOPED IN PHASE 2 WILL SATISFY THE NEEDS OF DECISION MAKERS BY INCLUDING TOOLS FOR FAULT DETECTION, DEFORMATION, AND GEOTHERMAL MONITORING. THE PROPOSED STUDY IS DIRECTLY RELEVANT TO THE NASA SBIR S7.01 SOLICITATION BECAUSE WE WILL CREATE AUTOMATED TOOLS UTILIZING INNOVATIVE ALGORITHMS TO SPEED UP THE PROCESSING OF DATA THAT HAS KNOWN RELEVANCE TO NATURAL HAZARD PLANNERS AND RESEARCHERS. TO ACHIEVE THIS, WE WILL BUILD ON SUCCESSFUL LANDSLIDE DETECTION TECHNIQUES AND INCORPORATE NEW ALGORITHMS PREVIOUSLY DEVELOPED BY HYPERSPECTIVES SCIENTISTS. NNC08CA28C ¿ ADVANCED SCIENTIFIC CONCEPTS NNC08CA26C SBIR 2006-II DEVELOPMENT OF A 3D FLASH LADAR VIDEO CAMERA FOR ENTRY, DECENT, AND LANDING (JPL) COMPANY NAME: ADVANCED SCIENTIFIC CONCEPTS, INC. COMPANY OFFICIAL: JOANN STETTNER,
[email protected], (805) 966-3331 PRINCIPAL INVESTIGATOR: BRADLEY SHORT, (805) 966-3331 MISSION DIRECTORATE/SUBTOPIC: SCIENCE S1.03 CONTRACT ABSTRACT: ADVANCED SCIENTIFIC CONCEPTS, INC. (ASC) HAS DEVELOPED A 128 X 128 FRAME, 3D FLASH LADAR VIDEO CAMERA WHICH PRODUCES 3-D POINT CLOUDS AT 30 HZ. FLASH LADAR CAPTURES AN ENTIRE FRAME OF DATA FROM A SINGLE PULSE OF LIGHT, THEREFORE PLATFORM MOTION AND VIBRATION WILL NOT AFFECT THE MEASUREMENTS. THIS IS NOT TRUE FOR ANY OTHER LASER-RANGING SYSTEM, SUCH AS SCANNING LIDAR. ADDITIONALLY, WITH NO MOVING PARTS, THE SYSTEM IS SMALLER, LIGHTER, AND REQUIRES LESS POWER THAN TRADITIONAL APPROACHES. THE PHASE I PROJECT USED AN ASC CAMERA AT THE JPL MARS YARD TO GATHER TEST DATA. HAZARD IDENTIFICATION, AND ENTRY DECENT AND LANDING APPLICATIONS WERE INVESTIGATED. THESE DATA SETS WERE TAKEN AND DELIVERED TO JPL. THE ANALYSIS DEMONSTRATES THAT A FLASH LADAR SYSTEM CAN RESOLVE LANDING HAZARDS AND IS SUITABLE AS AN EDL SENSOR. THIS DATA, TOGETHER WITH INPUTS FROM JPL SCIENTISTS, WAS USED TO DEVELOP A BRASSBOARD CAMERA CONCEPT FOR NASA APPLICATIONS. THE OPTIMIZED CAMERA WILL BE FABRICATED AND DELIVERED IN PHASE II. THIS SENSOR WILL NOT BE SPACED QUALIFIED, BUT THE HI-RELIABILTY MODULE DEVELOPED FOR PHASE II WILL BE THE FIRST STEP. SPACE QUALIFICATION WILL BE THE NEXT NECESSARY STEP FOR FLASH LADAR. NNC08CA11C ¿ CREARE WILL OBTAIN THIS INFORMATION AND SEND LATER. THIS WAS A CONTRACT FROM JON SCHULTZ AND WAS REASSIGNED TO ME AND I¿M OBTAINING ACCESS NOW FOR THE SBIR HANDBOOK. DEBBIE CONTRACT INFORMATION CONTRACT: NNC08CA11C SBIR 2006-II A NOVEL, ULTRA-LIGHT, HEAT REJECTION SYSTEM FOR NUCLEAR POWER GENERATION (GRC) COMPANY NAME: CREARE, INC. COMPANY OFFICIAL: JAMES BARRY,
[email protected], (603) 640-2487 PRINCIPAL INVESTIGATOR: JAY ROZZI, (603) 643-3800 MISSION DIRECTORATE/SUBTOPIC: EXPLORATION SYSTEMS X8.02 CONTRACT ABSTRACT: FOR LUNAR-BASED FISSION POWER SYSTEMS THAT WILL SUPPORT IN-SITU RESOURCE UTILIZATION (ISRU) OR MARS ROBOTIC AND MANNED MISSIONS, POWER REQUIREMENTS MAY VARY FROM 10S TO 100S OF KWE TO SUPPORT INITIAL HUMAN MISSIONS AND LONGER TERM LU
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:
BRYSON CONSULTING
Vendor Legal Organization Name:
APPARATI INCORPORATED
Division Name
Not Applicable
Vendor Address
HOLLISTER, CA 95023-9336
United States Vendor State Congressional District
CA17
Vendor Site Code :
1237365760000PR
DUNS number
The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
123736576
Parent DUNS Number
The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
123736576
Registration Date:
11/26/2002
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. :
34120
Address Place of Performance
Place of Performance Congressional District
CA17
Product Service Code Category
A: Research And Development
Product Or Service Code
AR32: Space Flight (Applied/Exploratory)
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. :
541712
GFE GFP
Transaction does not use Government Furnished Equipment or Property
Use Of Epa Designated Products
EPA-Designated Products Were Not Required
Recovered Material Clauses
C: No Clauses Included And No Sustainability Inclu
Contract Bundling
D: Not A Bundled Requirement
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. :
Modification Number An identifier issued by an agency that uniquely identifies a modification for a contract, agreement or order. :
1
Fiscal Year The fiscal year in which the award occurred. :
2008
Extent Competed
A: Full And Open Competition
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
Br: Basic Research
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).:
$500,000.00
Contracting Officer Business Size Determination
S: Small Business
Inter Agency Contracting Authority
X: Not Applicable