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.:
$31,604.00
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.:
07/03/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements. :
07/03/2008
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
Definitive Contract
Reason For Modification
C: Funding Only Action
Type Of Contract Pricing
U: Cost Plus Fixed Fee
Subcontract Plan
Subcontracting Plan Not Included - No Subcontracting Possibilities
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 Obtained
Cost Accounting Standards Clause
Cost Accounting Standards Clause Waiver Approved
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). :
PRATT AND WHITNEY ROCKETDYNE (PWR) PROPOSES TO DEMONSTRATE A SMALL ATTITUDE CONTROL THRUSTER THAT IS REGENERATIVELY COOLED WITH BOTH GASEOUS OXYGEN AND GASEOUS METHANE. THE ADVANTAGES OF REGENERATIVE COOLING OF GAS-THRUSTERS AS COMPARED TO OTHER POTENTIAL APPROACHES (E.G. ABLATIVE OR FILM COOLING) IS THAT IT ASSURES PROPELLANTS ARE IN THE GASEOUS STATE WHEN THEY REACH THE INJECTOR WITHOUT THE NEED FOR ANY EXTERNAL THERMAL CONDITIONING. THE ADVANTAGE OF THE FULLY GASEOUS PROPELLANTS AT THE INJECTOR ENABLES A SIMPLER THRUSTER DESIGN AS COMPARED TO ONE THAT WOULD NEED TO BE DESIGNED FIR SATURATED GAS OR LIQUID INJECTION. THE SUB-SCALE TEST THRUSTER WILL BE APPROPRIATE FOR APPLICATION TO A REACTION CONTROL SYSTEM OF THE TYPE BEING ENVISIONED FOR THE CREW EXPLORATION VEHICLE OR THE LUNAR LANDER /ASCENT VEHICLE. THE THRUSTER HARDWARE PROPOSED FIT THUS ACTIVITY IS A MODIFICATION OF EXISTING EQUIPMENT ORIGINALLY DEVELOPED BE PWR FOR A PREVIOUS SPACE STATION APPLICATION. THE USE OF EXISTING HARDWARE ASSETS SIGNIFICANTLY REDUCES THE COST OF THIS ACTIVITY. IN ADDITION TO THE THRUSTER ITSELF, PWR PROPOSES TO INCLUDE A SELF-IGNITION SYSTEM BASED ON A PIEZO RESONANCE PROCESS. THE ADVANTAGES OF THIS IGNITION PROCESS OVER OTHER POTENTIAL APPROACHES (E.G. SPARK IGNITER/EXCITER) IS THE ELIMINATION OF HIGH VOLTAGE CABLES (AN EMI CONCERN) AND SEPARATE EXCITER ELECTRONICS (A SIGNIFICANT MASS SAVINGS). THIS UNIQUE IGNITION APPROACH HAS BEEN DEMONSTRATED BY PWR WITH OXYGEN AND METHANE PROPELLANTS AT THE ELEMENT LEVEL. THIS PROPOSED ACTIVITY WOULD DEMONSTRATE END TO END PERFORMANCE OF THIS UNIQUE IGNITION SYSTEM WITH A COMPLETE THRUSTER. THE WORK PLAN PROPOSED BY PWR INCLUDES ALL OF THE NECESSARY ELEMENTS FOR AN ADVANCED DEVELOPMENT ACTIVITY OF THIS TYPE, INCLUDING DESIGN, FABRICATION, AND SUBSCALE TESTING AT PWR. TESTING OF THE FULL SCALE THRUSTER WILL BE PERFORMED AT THE NASA FACILITY (EITHER NASA/GRC OR WSTF) UNDER SEPARATE FUNDING. PWR INCLUDES WORK ELEMENTS AND COST ASSOCIATED WITH TEST SUPPORT AND POST-TEST DATA ANALYSIS AND REPORTING. THE PROPOSED PROGRAM SCHEDULE IS REASONABLE AND WELL STRUCTURED, PROVIDING TIMELY RESULTS FOR THE IDENTIFIED TASKS. THE PROPOSED MANAGEMENT APPROACH IS WELL STRUCTURED AND SHOULD PROVIDE THE NECESSARY CONTROLS AND INSIGHT INTO CONTRACT PERFORMANCE, INCLUDING EARNED VALUE AND A FORMAL RISK MANAGEMENT PROCESS. AN IPT APPROACH US PROPOSED, WHICH HAS BEEN DEMONSTRATED TO BE EFFECTIVE PAST PROGRAMS. THE LEADERSHIP PROJECT AND PRINCIPLE INVESTIGATOR ARE HIGHLY QUALIFIED AND HAVE A WEALTH OF EXPERIENCE IN ROCKET ENGINE DEVELOPMENT AND PREVIOUS ADVANCED DEVELOPMENT ACTIVITIES OF THIS TYPE. FACILITIES AND EQUIPMENT AT PWR ARE EXTENSIVE AND SHOULD PROVIDE ALL NECESSARY ELEMENTS FOR COMPLETING THE WORK PROPOSED, INCLUDING MANUFACTURING (MACHINING AND WELDING) AND SUB-SCALE TESTING. OVERALL, THIS IS AN EXCELLENT PROPOSAL. THE RESULTS OF THIS ACTIVITY WILL PROVIDE A SIGNIFICANT BODY OF KNOWLEDGE ON THE APPLICABILITY OF DUAL REGENERATIVE COOLING FOR GAS-GAS RCS-CLASS THRUSTERS.
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 Legal Organization Name:
PRATT AND WHITNEY ROCKETDYNE
Division Name
Not Applicable
Vendor Address
CANOGA PARK, CA 91303-2703
United States Vendor State Congressional District
CA30
Vendor Site Code :
1960942830000PR
Vendor Alternate Site Code:
913032703
DUNS number
The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
196094283
Parent DUNS Number
The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet. :
001344142
Registration Date:
08/03/2005
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. :
10788
Address Place of Performance
Place of Performance Congressional District
CA30
Product Service Code Category
A: Research And Development
Product Or Service Code
AR21: R&D-Space Science & Appl-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. :
336415
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
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. :
1
Fiscal Year The fiscal year in which the award occurred. :
2008
Extent Competed
C: Not Competed
Reason Not Competed
One: Only One Source - Other
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
One
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).:
$38.00
Contracting Officer Business Size Determination
O: Other Than Small Business
Inter Agency Contracting Authority
X: Not Applicable