You are here

Definitive Contract NNG07CA09C by National Aeronautics And Space Administration with Microsat Systems Incorporated, Mod 3

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.
$174,998.87

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.
07/16/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
07/16/2008
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.
01/30/2009
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.
01/30/2009

Contract Action Type

Definitive Contract

Reason For Modification

B: Supplemental Agreement For Work Within Scope

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Subcontracting Plan Not Required

Letter Contract

Not Applicable

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).
SBIR PHASE 2 AWARD FOR EFFORT ENTITLED: MODULAR, PLUG AND PLAY, DISTRIBUTIVE AVIONICS. THE OBJECTIVE OF THIS SBIR PHASE II EFFORT IS TO PROVE THE VIABILITY OF AN ETHERNET VERSION OF THE MICROSAT SYSTEMS, INC. (MSI) MODULAR, PLUG AND PLAY (PNP) SPACECRAFT AVIONICS ARCHITECTURE. THIS REVOLUTIONARY ARCHITECTURE PROVIDES A NEAR-TERM SOLUTION TO MODULAR PLUG AND PLAY AVIONICS WHILE DISTRIBUTING POWER AND DATA MANAGEMENT FUNCTIONS ON A SINGLE CIRCUIT ALLOWING RAPID INTERFACING TO OTHER SATELLITE AVIONICS SUCH AS THE GSFC SPACE CUBE. BY INTEGRATING THE MSI PROTOCOL CONVERTER TECHNOLOGY WITH THE ABET TECHNOLOGIES DIGITAL CURRENT SYSTEM, MSI CAN PROVIDE A NETWORK WITH STANDARDIZED ATTACHMENT NODES THAT CARRIES DATA AND POWER ON AN INTELLIGENT POWER/DATA RING (IPDR). THE IPDR NETWORK, WHICH CAN HOST A VARIETY OF DATA PROTOCALS, CURRENTLY IMPLEMENTS A HIGH SPEED SPA-S (SPACEWIRE) CORE TO SUPPORT THE AFRL PNP EFFORTS. IT ENABLES FULL PNP MODULARITY REDUCING SPACECRAFT INTEGRATION AND TEST TO A FEW DAYS. SINCE THE SYSTEM IS IMPLEMENTED WITH A COMMON SET OF NODES FOR EVERY INTERFACE INSTEAD OF CUSTOM CARDS IN A CARD CAGE, THE HARDWARE COSTS ARE DRAMATICALLY LOWER AS WELL, ONLY 40-60% OF COMPARABLE CENTRALIZED SYSTEMS. USING COMMERCIAL ETHERNET PARTS INTEGRATED INTO THE EXISTING IPDR NODE PROCESSOR AND INTERFACE BOARDS SUCCESSFUL PROOF OF CONCEPT TESTING WAS PERFORMED DURING PHASE I. THE TRANSFER OF ETHERNET DATA FRAMES WAS DEMONSTRATED INTO THE IPDR RING VIA A PERIPHERAL ETHERNET DEVICE, FROM ONE IPDR NODE TO ANOTHER, AND FINALLY BACK OUT OF THE RING TO THE EXTERNAL ETHERNET DEVICE. ALTHOUGH THIS TESTING VERIFIED THE FUNDAMENTAL FUNCTIONALITY OF ETHERNET COMMUNICATION ON THE IPDR RING AVIONICS, THERE IS SIGNIFICANT EFFORT REMAINING TO MATURE THIS INTO A FLIGHT WORTHY AVIONICS ARCHITECTURE. THE PHASE II WILL INVESTIGATE FLIGHT PARTS SELECTION FOR THE NODES, FIRMWARE DEVELOPMENT REQUIRED TO IMPROVE BANDWIDTH, AND FLIGHT QUALIFICATION AND DELIVERY OF AN ETHERNET VERSION OF AN IPDR NODE.
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

8130 SHAFFER PKWY
LITTLETON, CO 80127-4107
United States

Vendor State Congressional District

CO06
Vendor Site Code : 
0217935620000
Vendor Alternate Site Code: 
801274107
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
021793562
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
094373495
Registration Date: 
09/28/2001
Renewal Date: 
07/21/2007

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.
45255

Address Place of Performance

LITTLETON, CO 801274107
United States

Place of Performance Congressional District

CO06

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.
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 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
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.
3
Fiscal Year The fiscal year in which the award occurred.
2008

Extent Competed

D: Full And Open Competition After Exclusion Of So
Number of Offers Received The number of actual offers or bids were received in response to the solicitation for this award.
99

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used

Solicitation Procedures

Np: Negotiated Proposal/Quote

Type Of Set Aside

Sba: Small Business Set Aside - Total

Research

Sr2
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
37
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$8,000,000.00
Minority-Owned Business: 
Yes
Subcontinent Asian (Asian-Indian) American-Owned Business: 
Yes

Contracting Officer Business Size Determination

S: Small Business

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
07/18/2008