You are here

Delivery Order HHSD200200100076I by Department Of Health And Human Services with Trustees Of Columbia University In The City Of New York, PIID HHSD2002001000760001, Mod 1

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.
$145,631.00
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.
$291,087.00
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.
$291,087.00

Agency Categories

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.
09/10/2002
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
09/10/2002
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.
09/13/2011
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.
09/13/2011

Contract Action Type

Delivery Order

Reason For Modification

D: Change Order

Type Of Contract Pricing

S: Cost No Fee

Subcontract Plan

Not Applicable

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.

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).
TBES CONSORTIUM MASTER 73,75-89,92-97, 125
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: 
COLUMBIA UNIVERSITY
Vendor Doing Business As Name: 
COLUMBIA UNIVERSITY

Division Name

Not Applicable

Vendor Address

2960 BROADWAY FRNT 1
NEW YORK, NY 10027-6944
United States

Vendor State Congressional District

NY15
Vendor Site Code : 
049179401
Vendor Alternate Site Code: 
100276944
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
049179401
Phone Number: 
2123055064
FAX Number: 
2123055065
Registration Date: 
02/28/2002
Renewal Date: 
03/25/2014
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.
51000

Address Place of Performance

100323702
United States

Place of Performance Congressional District

NY15

Product Service Code Category

A: Research And Development

Product Or Service Code

AQ12: R&;d-Social Svcs-Geriatric-A Res/Exp
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 Included

Contract Bundling

D: Not A Bundled Requirement
Country of Origin The country of origin of the product or service.
USA: UNITED STATES

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.
Modification Number An identifier issued by an agency that uniquely identifies a modification for a contract, agreement or order.
1
Fiscal Year The fiscal year in which the award occurred.
2002
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).
Solicitation Identifier Identifier used to link awards to solicitation information from the Federal Procurement Data System - Next Generation.
2001N00073

Extent Competed

Cdo: Competitive Delivery Order

Reason Not Competed

:

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.
Federal Business Opportunities Requirements of FAR Subpart 5.2 requiring notice of proposed contract actions being submitted to FedBizOpps.gov.
Yes
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
1
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$294,993,984.00
Educational Institution: 
Yes
Non-Profit Organization: 
Yes

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.
04/29/2015