You are here

Delivery Order HSCG4005D60029 by Department Of Homeland Security with Nw Propeller Operations, PIID HS050004

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.
$12,720.00
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.
$12,720.00
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.
$12,720.00

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.
06/06/2005
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
06/06/2005
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.
08/22/2005
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.
04/29/2010

Contract Action Type

Delivery Order

Type Of Contract Pricing

J: Firm Fixed Price

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

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).
OVERHAUL VARIOUS SIZE CPP HUBS
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: 
NW PROPELLER OPERATIONS, INC.

Division Name

Not Applicable

Vendor Address

2321 87TH STREET CT. NW
GIG HARBOR, WA 98332-7552
United States

Vendor State Congressional District

WA06
Vendor Site Code : 
0619800530000
Vendor Alternate Site Code: 
983327552
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
061980053
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
061980053
Renewal Date: 
03/23/2006

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.
26735

Address Place of Performance

GIG HARBOR, WA 983327552
United States

Place of Performance Congressional District

WA06

Product Service Code Category

16: Aircraft Components/Accessories

Product Or Service Code

1610: Aircraft Propellers And Components
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.
332112

GFE GFP

Transaction does 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
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.
2005
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

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

Statutory Exception To Fair Opportunity

One
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
4
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$1,000,000.00

Contracting Officer Business Size Determination

S: Small Business
Walsh Healy Act Transaction is subject to the Walsh-Healy Act establishing overtime as hours worked in excess of 40 hours per week.
Yes
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.
10/31/2009