You are here

Definitive Contract NNL08AA09C by National Aeronautics And Space Administration with Phoenix Integration Incorporated, Mod 3

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

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.
02/26/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
02/26/2008
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.
11/29/2009
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.
11/29/2009

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

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).
SAP PURCHASE REQUISITION: 4200228083 SBIR PHASE II AWARD ENTITLED MULTI-DISCIPLINARY MULTI-FIDELITY DESIGN ENVIRONMENT TECHNICAL ABSTRACT (LIMIT 2000 CHARACTERS, APPROXIMATELY 200 WORDS) TO MEET THE DESIGN CHALLENGES OF TOMORROW, NASA AND INDUSTRY REQUIRE ADVANCEMENTS IN THE STATE-OF-THE-ART FOR PHYSICS-BASED DESIGN AND ANALYSIS FRAMEWORKS. IN PARTICULAR, NASA NEEDS THE ABILITY TO MAKE MORE USE OF PHYSICS-BASED MODELS EARLIER IN THE DESIGN PROCESS. THIS WILL ALLOW ENGINEERS TO MORE ACCURATELY CAPTURE THE COMPLEX COUPLING BETWEEN ENGINEERING DISCIPLINES AND TO MORE ACCURATELY SIMULATE THE COMPLEX BEHAVIOR OF NOVEL DESIGN CONFIGURATIONS. KEY TECHNICAL BARRIERS INCLUDE LONG EXECUTION TIMES, MODEL AND DATA COMPLEXITY, AND GEOMETRY MANAGEMENT. IN THE PHASE II PROJECT, PHOENIX INTEGRATION WILL EXPAND ON THE SUCCESSFUL PHASE I PROTOTYPES TO DEVELOP NEW TECHNOLOGIES AND USER INTERFACES THAT WILL HELP OVERCOME THESE BARRIERS. THIS PROJECT WILL FOCUS ON (1) THE DEVELOPMENT OF A FLEXIBLE CAPABILITY FOR IMPLEMENTING MULTI-DISCIPLINARY ANALYSIS AND OPTIMIZATION (MDAO) STRATEGIES (SUCH AS MULTI-FIDELITY) IN MODELCENTER, (2) THE CREATION OF A FLEXIBLE GEOMETRY VISUALIZATION AND MONITORING CAPABILITY FOR HIGH-FIDELITY SYSTEM MODELS, AND (3) THE EXTENSION OF PHOENIX INTEGRATION'S "PLUG-IN" INFRASTRUCTURE TO BETTER SUPPORT A WIDE RANGE OF HIGH-FIDELITY ANALYSIS AND GEOMETRY MANAGEMENT TOOLS (CAD/CAE TOOLS, MESHING TOOLS, MESH MORPHING TOOLS). THESE TECHNOLOGIES WILL COMBINE WITH OTHER NASA FUNDED TECHNOLOGIES TO CREATE A ROBUST PHYSICS-BASED DESIGN AND ANALYSIS FRAMEWORK FOR DESIGNING NEXT GENERATION AIR VEHICLES. POTENTIAL NASA COMMERCIAL APPLICATIONS (LIMIT 1500 CHARACTERS, APPROXIMATELY 150 WORDS) THERE ARE NUMEROUS NON-NASA APPLICATIONS OF THE SBIR TECHNOLOGY. A COMMON ELEMENT IS THE ECONOMIC NEED TO ACCELERATE AND OPTIMIZE THE DESIGN AND DECISION MAKING PROCESS. THE PROPOSED TECHNOLOGY WILL PROVIDE SUBSTANTIAL VALUE TO DESIGNERS AND ENGINEERS IN AEROSPACE AND DEFENSE MARKETS SUCH AS DOD, AEROSPACE ORIGINAL EQUIPMENT MANUFACTURERS (PLATFORMS, PROPULSION, SYSTEMS), FIRST TIER SUPPLIERS, AND RESEARCH FACILITIES. RELATED MARKETS INCLUDE OTHER INDUSTRIES SUCH AS AUTOMOTIVE, ELECTRONICS, PROCESS INDUSTRIES, HEAVY MACHINERY, SHIPBUILDING, OIL AND GAS, AND UTILITIES THAT UTILIZE MODELING AND SIMULATION TOOLS IN THE DESIGN PROCESS. THERE WILL ALSO BE APPLICATION IN EMERGING MARKETS SUCH AS ALTERNATE ENERGY, MEDICAL DEVICES, NANO-TECHNOLOGY, AND SPACE COMMERCIALIZATION. POTENTIAL NON-NASA COMMERCIAL APPLICATIONS (LIMIT 1500 CHARACTERS, APPROXIMATELY 150 WORDS) TO MEET FUNDAMENTAL AERONAUTICS PROGRAM GOALS, NASA REQUIRES THE ABILITY TO PERFORM MULTI-DISCIPLINARY ANALYSIS AND OPTIMIZATION (MDAO). MDAO ENABLES VIRTUAL ACCESS TO FLIGHT ENVELOPES AND VIRTUAL EXPEDITIONS THROUGH THE DESIGN SPACE FOR THE EXPLORATION OF NEW VEHICLE AND PROPULSION CONCEPTS. THE PROPOSED TECHNOLOGY PROVIDES THE MDAO INTEGRATION FRAMEWORK NECESSARY FOR IMPLEMENTING FAST AND EFFECTIVE PHYSICS BASED MULTI-SYSTEM ANALYSIS AND DESIGN TOOLS. HIGH-FIDELITY PHYSICS BASED ANALYSIS IS ESSENTIAL TO THE UNDERSTANDING OF NOVEL NEW UNCONVENTIONAL DESIGNS BUT IS EQUALLY VALUABLE WHEN WORKING AT THE PERFORMANCE MARGINS OF CONVENTIONAL VEHICLE AND PROPULSION SYSTEMS TO IMPROVE EFFICIENCY AND REDUCE NOISE AND EMISSIONS. THE PROPOSED TECHNOLOGY ENABLES HIGH FIDELITY ANALYSIS TO BE ACCOMPLISHED EARLY IN THE DESIGN PROCESS THUS ENABLING IMPROVED DECISION MAKING. IN ADDITION TO THE ACHIEVEMENT OF FUNDAMENTAL AERONAUTICS GOALS, THE TECHNOLOGY WILL BE BENEFICIAL TO MANY NASA PROGRAMS AT A WIDE VARIETY OF NASA CENTERS INVOLVED IN SPACE, PROPULSION, OPERATIONS, AND MISSION DESIGNS. NASA'S TECHNOLOGY TAXONOMY HAS BEEN DEVELOPED BY THE SBIR-STTR PROGRAM TO DISSEMINATE AWARENESS OF PROPOSED AND AWARDED R/R&D IN THE AGENCY. IT IS A LISTING OF OVER 100 TECHNOLOGIES, SORTED INTO BROAD CATEGORIES, OF INTEREST TO NASA.
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

1715 PRATT DR STE 2000
BLACKSBURG, VA 24060-6472
United States

Vendor State Congressional District

VA09
Vendor Site Code : 
9389114270000PR
Vendor Alternate Site Code: 
240606472
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
938911427
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
938911427
Registration Date: 
04/24/2002
Renewal Date: 
03/27/2008

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.
7784

Address Place of Performance

BLACKSBURG, VA 240606472
United States

Place of Performance Congressional District

VA09

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.
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

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.
3
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.
99

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
Federal Business Opportunities Requirements of FAR Subpart 5.2 requiring notice of proposed contract actions being submitted to FedBizOpps.gov.
Yes

Research

Sr2
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
20
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$2,000,000.00

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.
03/05/2008