You are here

Definitive Contract NNJ07JE25C by National Aeronautics And Space Administration with Agave Biosystems Incorporated, Mod 5

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.
$100,000.00

Agency Categories

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.
04/10/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
04/10/2008
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.
05/22/2009
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.
05/22/2009

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

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 TECHNOLOGY DEVELOPMENT PROJECT IS DIRECTED TOWARD A CRITICAL NEED FOR THE CREW EXPLORATION VEHICLE AND FUTURE SPACECRAFT: TRACE CONTAMINANT CONTROL. THE RESEARCH AND TECHNOLOGY DEVELOPMENT EFFORT IS DIRECTED AT IMPORTANT TRACE GASES OF INTEREST TO NASA, INCLUDING CARBON MONOXIDE, AMMONIA, ALCOHOLS AND FORMALDEHYDE. THE GOAL IS LOW TEMPERATURE CATALYTIC OXIDATION AND REGENERATIVE ADSORPTION, BOTH OF WHICH ARE OF HIGH INTEREST. THE PROPOSED SYSTEM IS REGENERABLE AND EXPECTED TO HAVE LOWER EQUIVALENT SYSTEMS MASS AND IMPROVED PERFORMANCE TO CONVENTIONAL (ACTIVATED CARBON) SYSTEMS. OUTSIDE OF NASA MARKETS INCLUDE APPLICATIONS FOR RESIDENTIAL AND INDUSTRIAL AIR FILTRATION, POLLUTIONS ABATEMENT, HOMELAND SECURITY AND MILITARY. THE PROPOSED ALTERNATIVE METHODS FOR SCALE-UP OF THE MESH MATERIALS HAVE POTENTIAL FOR SUBSTANTIALLY REDUCING THE COST OVER THE INITIAL CONCEPT EVALUATED DURING THE PHASE I ACTIVITY. THE PROPOSAL FOCUSES ON AN AREA OF HIGH RELEVANCE TO NASA CONSTELLATION PROGRAM: SPACECRAFT CABIN TRACE CONTAMINANT CONTROL. THE APPROACH IS VERY NOVEL AND INVOLVES A CNT COVERED STAINLESS STEEL MESH INTEGRATED OF FUNCTIONALIZED WITH MATERIALS TO IMPROVE ITS CATALYTIC OXIDATION PROPERTIES (FOR REMOVAL OF CARBON MONOXIDE, ALCOHOLS AND FORMALDEHYDE) AND ADSORPTIVE PROPERTIES (FOR REMOVAL OF AMMONIA). THE PROPOSED TECHNOLOGY EXPLOITS THE PHYSICAL PROPERTIES OF CNTS WITH RESPECT TO HIGH ELECTRICAL AND THERMAL CONDUCTIVITY AND SURFACE AREA TO VOLUME RATIO. THE SMALL BUSINESS AND RESEARCH INSTITUTION PROVIDES COMPLEMENTARY EXPERIENCE AND FACILITIES, ALTHOUGH NEITHER INCLUDE SPECIFIC EXPERTISE IN ATMOSPHERIC TRACE CONTAMINANT CONTROL. THE PHASE II EFFORT INCLUDES RISK IN THE AREA OF AMMONIA ADSORPTION, WHICH HAD LESS EMPHASIS DURING PHASE I. THE SURVEY AND DISCUSSION OF LITERATURE COULD HAVE BEEN IMPROVED IF IT INCLUDED CONTENT ON STATE OF THE ART TRACE CONTAMINANT CONTROL SYSTEMS, ATMOSPHERIC REQUIREMENTS INCLUDING SPACECRAFT MAXIMUM ALLOWABLE CONCENTRATIONS (SMAC) OF TRACE GASES, AND AMMONIA ADSORPTION.
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

401 E STATE ST
ITHACA, NY 14850-4400
United States

Vendor State Congressional District

NY22
Vendor Site Code : 
0225529000000PR
Vendor Alternate Site Code: 
148504400
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
022552900
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
022552900
Registration Date: 
03/12/2002
Renewal Date: 
07/18/2008

Modification Parent

Address Place of Performance

ITHACA, NY 148504400
United States

Place of Performance Congressional District

NY22

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.
541710

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.
5
Fiscal Year The fiscal year in which the award occurred.
2008

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.
2

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used

Solicitation Procedures

Np: Negotiated Proposal/Quote

Type Of Set Aside

Sba: Small Business Set Aside - Total

Research

St2
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
15
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$1,500,000.00
Veteran-Owned Business: 
Yes
Minority-Owned Business: 
Yes
Historically American-Owned Business: 
Yes

Contracting Officer Business Size Determination

S: Small Business

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
09/30/2008