You are here

Definitive Contract 00233200309D233030099 by Department Of Health And Human Services with Cleverex Systems Inc

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.
$299,825.00
Base Contract and All Options Value This is the mutually agreed upon total contract or order value including all options (if any). For Indefinite Delivery Vehicles, the estimated value for all orders expected to be placed against the agreement. For modifications, the change (positive or negative) in the mutually agreed upon total contract value.
$299,825.00

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.
09/30/2003
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
09/30/2003
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.
03/31/2005
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.
03/31/2005

Contract Action Type

Definitive Contract

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Subcontracting Plan Not Required

Letter Contract

Other Undefinitized Action

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

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).
R&D-TRANS-PASS SAFETY-B RES
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

51 MONROE ST STE 1503
ROCKVILLE, MD 20850-2425
United States

Vendor State Congressional District

MD08
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
049684736
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
049684736

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.
67675

Address Place of Performance

ROCKVILLE, MD 208502425
United States

Place of Performance Congressional District

MD08

Product Service Code Category

A: Research And Development

Product Or Service Code

AT41: R&D-Trans-Pass Safety-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.
541720

GFE GFP

Transaction does not use Government Furnished Equipment or Property

Use Of Epa Designated Products

EPA-Designated Products Were Not Required

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
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.
Fiscal Year The fiscal year in which the award occurred.
2003

Extent Competed

A: Full And Open Competition

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used

Type Of Set Aside

Sba: Small Business Set Aside - Total
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).
$2,090,711.00
Small Disadvantaged Business: 
Yes
Small Business Administration-Certified Small Disadvantaged Business Vendor is a Small Business Administration-Certified Small Disadvantaged Business.
Yes

Contracting Officer Business Size Determination

S: Small Business

Inter Agency Contracting Authority

:
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
02/03/2015