You are here

Delivery Order GS35F4027D by Department Of Agriculture with Asap Software Express Inc, PIID AG7604D080055

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.
$1,337,209.50
Base Contract and Exercised Options Value For new awards or Indefinite Delivery Vehicles, this is the contract value for the base contract and any options that have been exercised, if any, at the time of the award. For modifications, this is the change in the current contract value, positive or negative, that results from this modification.
$1,337,209.50
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.
$1,337,209.50

Agency Categories

Major Agency Category
Modification Agency
Contracting Office Agency
Indefinite Delivery Vehicle 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.
12/01/2007
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
12/01/2007
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

Delivery Order

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Not Applicable

Letter Contract

Not Applicable

Performance Based Service Contract

X: Not Applicable

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).
ASAP SOFTWARE MICROSOFT ENTERPRISE SOFTWARE. THE CONTRACTING OFFICER REPRESENTATIVE IS JOE ERWIN (703) 605-4574. INVOICES WILL BE SENT TO MR. ERWIN. MR. ERWIN WILL REVIEW AND IF ACCEPTABLE, SIGN AN THAN FORWARD TO THE CONTRACTING OFFICE FOR PROCESSING. MR. ERWINS ADDRESS IS: U.S. FOREST SERVICE NATIONAL HEADQUARTERS 1621 N KENT STREET, ARLINGTON, VA 22209. NOTE: THE TERMS AND CONDITIONS ARE STATED IN BPA 45-3142-2-05329 (BPA ON FILE), GSA GS-35F-4027D AND IN THE FEDERAL GOVERNMENT INTERGRATOR AGREEMENT MICROSOFT ENTERPRISE AGREEMENT. (NOTE, COPIES OF THE DOCUMENTS ARE IN THE CONTRACT FILE). FS LOCAL CLAUSE 0001 - LIMITATION OF GOVERNMENTS OBLIGATION (DEC 2006). LIMITATION OF GOVERNMENTS OBLIGATION (A) CONTRACT LINE ITEM 0001 IS INCREMENTALLY FUNDED. THE SUM OF 1,337,209.50 IS PRESENTLY AVAILABLE FOR PAYMENT AND ALLOTTED TO THIS CONTRACT. AN ALLOTMENT SCHEDULE IS CONTAINED IN PARAGRAPH (I) OF THIS CLAUSE. (B) FOR ITEM(S) IDENTIFIED IN PARAGRAPH (A) OF THIS CLAUSE, THE CONTRACTOR AGREES TO PERFORM UP TO THE POINT AT WHICH THE TOTAL AMOUNT PAYABLE BY THE GOVERNMENT, INCLUDING REIMBURSEMENT IN THE EVENT OF TERMINATION OF THOSE ITEM(S) FOR THE GOVERNMENT'S CONVENIENCE, APPROXIMATES THE TOTAL AMOUNT CURRENTLY ALLOTTED TO THE CONTRACT. THE CONTRACTOR WILL NOT BE OBLIGATED TO CONTINUE WORK ON THOSE ITEM(S) BEYOND THAT POINT. THE GOVERNMENT WILL NOT BE OBLIGATED IN ANY EVENT TO REIMBURSE THE CONTRACTOR IN EXCESS OF THE AMOUNT ALLOTTED TO THE CONTRACT FOR THOSE ITEM(S) REGARDLESS OF ANYTHING TO THE CONTRARY IN THE CLAUSE ENTITLED TERMINATION FOR CONVENIENCE OF THE GOVERNMENT. AS USED IN THIS CLAUSE, THE TOTAL AMOUNT PAYABLE BY THE GOVERNMENT IN THE EVENT OF TERMINATION OF APPLICABLE CONTRACT LINE ITEM(S) FOR CONVENIENCE INCLUDES COSTS, PROFIT, AND ESTIMATED TERMINATION SETTLEMENT COSTS FOR THOSE ITEM(S). (C) NOTWITHSTANDING THE DATES SPECIFIED IN THE ALLOTMENT SCHEDULE IN PARAGRAPH (I) OF THIS CLAUSE, THE CONTRACTOR WILL NOTIFY THE CONTRACTING OFFICER IN WRITING AT LEAST THIRTY (30) DAYS PRIOR TO THE DATE WHEN, IN THE CONTRACTOR'S BEST JUDGMENT, THE WORK WILL REACH THE POINT AT WHICH THE TOTAL AMOUNT PAYABLE BY THE GOVERNMENT, INCLUDING ANY COST FOR TERMINATION FOR CONVENIENCE, WILL APPROXIMATE 85 PERCENT OF THE TOTAL AMOUNT THEN ALLOTTED TO THE CONTRACT FOR PERFORMANCE OF THE APPLICABLE ITEM(S). THE NOTIFICATION WILL STATE (1) THE ESTIMATED DATE WHEN THAT POINT WILL BE REACHED AND (2) AN ESTIMATE OF ADDITIONAL FUNDING, IF ANY, NEEDED TO CONTINUE PERFORMANCE OF APPLICABLE LINE ITEMS UP TO THE NEXT SCHEDULED DATE FOR ALLOTMENT OF FUNDS IDENTIFIED IN PARAGRAPH (I) OF THIS CLAUSE, OR TO A MUTUALLY AGREED UPON SUBSTITUTE DATE. THE NOTIFICATION WILL ALSO ADVISE THE CONTRACTING OFFICER OF THE ESTIMATED AMOUNT OF ADDITIONAL FUNDS THAT WILL BE REQUIRED FOR THE TIMELY PERFORMANCE OF THE ITEM(S) FUNDED PURSUANT TO THIS CLAUSE, FOR A SUBSEQUENT PERIOD AS MAY BE SPECIFIED IN THE ALLOTMENT SCHEDULE IN PARAGRAPH (I) OF THIS CLAUSE OR OTHERWISE AGREED TO BY THE PARTIES. IF AFTER SUCH NOTIFICATION ADDITIONAL FUNDS ARE NOT ALLOTTED BY THE DATE IDENTIFIED IN THE CONTRACTORS NOTIFICATION, OR BY AN AGREED SUBSTITUTE DATE, THE CONTRACTING OFFICER WILL TERMINATE ANY ITEM(S) FOR WHICH ADDITIONAL FUNDS HAVE NOT BEEN ALLOTTED, PURSUANT TO THE CLAUSE OF THIS CONTRACT ENTITLED TERMINATION FOR CONVENIENCE OF THE GOVERNMENT. (D) WHEN ADDITIONAL FUNDS ARE ALLOTTED FOR CONTINUED PERFORMANCE OF THE CONTRACT LINE ITEM(S) IDENTIFIED IN PARAGRAPH (A) OF THIS CLAUSE, THE PARTIES WILL AGREE AS TO THE PERIOD OF CONTRACT PERFORMANCE WHICH WILL BE COVERED BY THE FUNDS. THE PROVISIONS OF PARAGRAPHS (B) THROUGH (D) OF THIS CLAUSE WILL APPLY IN LIKE MANNER TO THE ADDITIONAL ALLOTTED FUNDS AND AGREED SUBSTITUTE DATE, AND THE CONTRACT WILL BE MODIFIED ACCORDINGLY. (E) IF, SOLELY BY REASON OF FAILURE OF THE GOVERNMENT TO ALLOT ADDITIONAL FUNDS, BY THE DATES INDICATED BELOW, IN AMOUNTS SUFFICIENT FOR TIMELY PERFORMANCE OF THE CONTRACT LINE ITEM(
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

850 ASBURY DR
BUFFALO GROVE, IL 60089-4557
United States

Vendor State Congressional District

IL10
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
121482657
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
114315195

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.
50000

Address Place of Performance

WASHINGTON, DC 200906090
United States

Place of Performance Congressional District

DC00

Product Service Code Category

70: Adp Eqpt/Software/Supplies And Eqpt

Product Or Service Code

7030: Adp Software
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.
443120

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
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.
2008
Indefinite Delivery Vehicles Procurement Instrument Identifier Unique identifier for Indefinite Delivery Vehicles (IDV) such as a Government-Wide Acquisition Contract (GWAC), Indefinite Delivery Contract (IDC), Federal Supply Schedule (FSS), Basic Ordering Agreement (BOA), or Blanket Purchase Agreement (BPA).

Extent Competed

Ndo: Non-Competitive Delivery Order

Reason Not Competed

Oth: Authorized By Statute
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

Foo
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
0

Contracting Officer Business Size Determination

O: Other Than Small Business
Service Contract Act Transaction is subject to the Service Contract Act concerning payment of prevailing wage rates and fringe benefits to service employees.
Yes

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
04/10/2010