You are here

Definitive Contract NNM08AA16C by National Aeronautics And Space Administration with The Boeing Company, Mod 16

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.
$16,000,000.00

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.
04/20/2009
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
04/20/2009
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.
12/16/2016
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.
12/16/2016

Contract Action Type

Definitive Contract

Reason For Modification

C: Funding Only Action

Type Of Contract Pricing

R: Cost Plus Award Fee

Subcontract Plan

Subcontracting Plan Required - Incentive Not Included

Letter Contract

Not Applicable
Multi-Year Contract Multi-year contracts are contracts for the purchase of supplies or services for more than 1, but not more than 5, program years. Such contracts are issued under specific congressional authority for specific programs. Second and subsequent years may be contingent on the appropriation of funds.
Yes

Performance Based Service Contract

N: No - Service Where Pba Is Not Used.

Major Program Code

Ares

Contingency Humanitarian Peace Keeping Operation

Not Applicable

Cost or Pricing Data

Cost or Pricing Data was Not Obtained

Cost Accounting Standards Clause

Cost Accounting Standards Clause Included
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).
ARES I UPPER STAGE INSTRUMENT UNIT AVIONICS DEVELOPMENT. THE UPPER STAGE (US) ELEMENT IS AN INTEGRAL PART OF THE ARES I LAUNCH VEHICLE AND PROVIDES THE SECOND STAGE OF FLIGHT. THE US ES RESPONSIBLE FOR THE ROLL CONTROL DURING THE FIRST STAGE BURN AND SEPARATION; AND WILL PROVIDE THE GUIDANCE AND NAVIGATION, COMMAND AND DATA HANDLING, AND OTHER AVIONICS FUNCTIONS FOR THE ARES I DURING ALL PHASES OF THE ASCENT FLIGHT. THE US IS A NEW DESIGN THAT EMPHASIZES SAFETY, OPERABILITY, AND MINIMUM LIFE-CYCLE COST. THE OVERALL DESIGN, DEVELOPMENT, TEST AND EVALUATION (DDT&E), PRODUCTION, AND SUSTAINING ENGINEERING EFFORTS INCLUDE ACTIVITIES PERFORMED BY THREE ORGANIZATIONS: THE NASA DESIGN TEAM (NDT), THE UPPER STAGE PRODUCTION CONTRACTOR (USPC) AND THE INSTRUMENT UNIT AVIONICS CONTRACTOR (IUAC). THE USPC WAS SELECTED VIA A SEPARATE ACQUISITION. NASA IS RESPONSIBLE FOR THE INTEGRATION OF THE PRIMARY ELEMENTS OF THE ARES I LAUNCH VEHICLE INCLUDING: THE FIRST STAGE, US INCLUDING INSTRUMENT UNIT (IU), US ENGINE, AND ORION; AND WILL ALSO INTEGRATE THE ARES I LAUNCH VEHICLE AT THE LAUNCH SITE. THE US AVIONICS HARDWARE AND SOFTWARE SYSTEM ARCHITECTURE AND SPECIFICATIONS WILL BE DEVELOPED BY THE NASA MARSHALL SPACE FLIGHT CENTER (MSFC) LED TEAM, IN CONJUNCTION WITH GLENN RESEARCH CENTER (GRC), AMES RESEARCH CENTER (ARC), AND KENNEDY SPACE CENTER (KSC). THE NDT IS COMPOSED OF BOTH GOVERNMENT CIVIL SERVANTS AND SUPPORT CONTRACTORS FROM EACH OF THE AFOREMENTIONED CENTERS. THE NDTS AVIONICS AND SOFTWARE DEVELOPMENT APPROACH IS DOCUMENTED IN USO-CLV-DE-25106, UPPER STAGE AVIONICS DEVELOPMENT PLAN. THE INSTRUMENT UNIT (IU) WILL HOUSE THE MAJORITY OF THE ARES I US AVIONICS. A SMALLER SET OF ELECTRONICS AND CABLE HARNESSES WILL BE LOCATED ON THE US CORE STRUCTURE AND INTERSTAGE STRUCTURE. THE US CONCEPTUAL DESIGN DESCRIBED IN THE USO-CLV-SE-25704 US DESIGN DEFINITION DOCUMENT (DDD) IS THE BASELINE VEHICLE DESIGN. THE ARES I US AVIONICS AND SOFTWARE SUBSYSTEM SPECIFICATION (USO-CLV-DE-25107), THE ELECTRICAL GROUND SUPPORT EQUIPMENT (EGSE) SUBSYSTEM REQUIREMENTS SPECIFICATION (USO-CLV-DE-25135), AND THE ARES I US AVIONICS AND SOFTWARE COMPONENT END ITEM (CEI) SPECIFICATIONS (USO-CLV-DE-25107), LISTED IN SECTION 5, WILL SERVE AS THE SOURCE FOR TECHNICAL REQUIREMENTS FOR THE CONTRACTOR. THIS IS A COST PLUS AWARD FEE (CPAF) TYPE OF CONTRACT AND FEE FOR CLINS 1 AND 2 IS EARNED BASED ON THE AWARD FEE SCORE GIVEN AT THE END OF EACH AWARD FEE PERIOD. FEE FOR CLINS 1 AND 2 ARE EVALUATED UNDER NASA FAR SUPPLEMENT (NFS) CLAUSE 1852.216-76, AWARD FEE FOR SERVICE CONTRACTS. THE AMOUNT OF AVAILABLE AWARD FEE SHOWN IN TABLE 3 OF PARAGRAPH 1.4, BELOW, IS SUBJECT TO ADJUSTMENT BASED ON IDIQ WORK AUTHORIZED UNDER CLIN 2. ADDITIONALLY, THE AMOUNT OF AVAILABLE AWARD FEE IN EACH PERIOD IS SUBJECT TO EQUITABLE ADJUSTMENTS ARISING FROM CHANGES OR OTHER CONTRACT MODIFICATIONS.
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: 
BOEING

Division Name

Not Applicable

Vendor Address

499 BOEING BLVD SW
HUNTSVILLE, AL 35824-3001
United States

Vendor State Congressional District

AL05
Vendor Site Code : 
126368257
Vendor Alternate Site Code: 
358243001
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
126368257
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
009256819
Phone Number: 
2564612715
FAX Number: 
2564612241
Registration Date: 
04/11/2002
Renewal Date: 
05/04/2010

Modification Parent

Address Place of Performance

HUNTSVILLE, AL 358243001
United States

Place of Performance Congressional District

AL05

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 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

C: Not A Manufactured End Product

Manufacturing Organization Type

A: U.s. Owned Business
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.
16
Fiscal Year The fiscal year in which the award occurred.
2009

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.
5

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.

Organizational Type

Corporate Not Tax Exempt
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
159000
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$60,500,000,768.00
For-Profit Organization: 
Yes

Contracting Officer Business Size Determination

O: Other Than Small Business
Receives Contracts: 
Yes
Manufacturer of Goods: 
Yes
Not a Tax Exempt Corporate Entity: 
Yes
Federally-Funded Research and Development Corporation Vendor is a Federally Funded Research and Development Corporation.
Yes

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
11/05/2009