You are here

Delivery Order NNG08DA02B by Department Of Veterans Affairs with Petrosys Solutions Inc, PIID V640C85560

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.
$249,645.94
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.
$249,645.94
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.
$249,645.94

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.
09/25/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
09/25/2008
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.
11/09/2008
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.
11/09/2008

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

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).
----------------------------------- UNIT TOTAL ITEM DESCRIPTION QTY UNIT COST COST -------------------------------------------------------------------------------- 1 SYSTEM ENGINEER LEVEL III - 2020 HR 122.85 248157.00 CERTIFIED NETWORK ENGINEER THE PRIMARY WORK LOCATION WILL BE BASED OUT OF THE VA GREATER LOS ANGELES HEALTHCARE SYSTEM (GLA) OFFICE WITH REMOTE WORK REQUIRED FOR THE REMAINDER OF THE REGION. THE RESPONSIBILITIES OF THIS ENGINEER WILL BE FOCUSED ON AND PRIMARILY DEVELOPING, ACCESSING, AND RECOMMENDING CONCEPTS OR SOLUTIONS TO IMPLEMENT NETWORK DESIGNS, POLICIES AND PROCEDURES THAT WILL RESULT IN CONTINUAL UPGRADE, ENHANCEMENT AND OPTIMIZATION OF VA'S WIDE AREA NETWORK AND THAT WILL ENSURE PROPER NETWORK CONFIGURATION AND STANDARDIZATION. THIS ENGINEER WILL ALSO BE TASKED WITH APPLYING HIS/HER EXTENSIVE KNOWLEDGE OF COMPUTER NETWORK ENGINEERING AND RELATED DISCIPLINES TO ENSURE THAT EMERGING TECHNOLOGIES ARE CONSIDERED IN THE DEVELOPMENT OF TECHNICAL REFRESHMENT OF NETWORK COMPONENTS AND CONFIGURATIONS. OTHER DUTIES AND RESPONSIBILITIES OF THE SELECTED NETWORK ENGINEER ARE UNDERSTOOD AS FOLLOWS: WRITES TECHNICAL SPECIFICATIONS FOR CUSTOMIZED SOLUTIONS TO STATE NETWORK PROJECTS. REVIEWS PROPOSED SOLUTIONS, OVERSEES PROJECT IMPLEMENTATION, AND ENSURES COMPLIANCE WITH PROJECT SPECIFICATIONS. RE-ENGINEERS PRODUCTS TO CORRECT MALFUNCTIONS AND/OR ENHANCE PERFORMANCE. --MONITORS AND REPORTS NETWORK SYSTEMS PERFORMANCE TO INTERPRET RESULTS AND IMPLEMENT PERFORMANCE ENHANCEMENTS. -- DEVELOPS POLICIES AND PROCEDURES TO INSURE THE NEEDS OF THE VARIOUS SUPPORTED ORGANIZATIONS DO NOT ADVERSELY AFFECT SYSTEM PERFORMANCE. --DEVELOPS POLICIES AND PROCEDURES TO MAXIMIZE NETWORK OPERATIONS. --PERFORMS PROJECT MANAGEMENT ON ALL NETWORK MODIFICATIONS, ARCHITECTURE AND ENHANCEMENTS. --USES STANDARD BUSINESS PRACTICES WHEN REVIEWING NETWORK ARCHITECTURE IMPROVEMENTS TO INSURE SYSTEMS PROVIDE SUFFICIENT RETURN ON THEIR INVESTMENT. MANAGES PROJECTS APPROVED FOR IMPLEMENTATION, WHICH INCLUDE NETWORK CONSOLIDATION AND/OR GROWTH. REDESIGNS NETWORK ARCHITECTURE TO INSURE SUFFICIENT BANDWIDTH IS AVAILABLE TO SUPPORT THE FUTURE REQUIREMENTS OF THE ORGANIZATION. ITEMS PER HR: 1 BOC: 2515 FMS LINE: 001 CONTRACT: NNG08DA02B 2 SEWP FEE (SEWP CONTRACT 1 EA 1488.94 1488.94 #NNG08DA02B) ITEMS PER EA: 1 BOC: 2515 FMS LINE: 001 CONTRACT: NNG08DA02B 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 88). CONTRACT INCORPORATES ONE OR MORE CLAUSES BY REFERENCE WITH THE SAME FORCE AND EFFECT AS IF THEY WERE GIVEN IN FULL TEXT. UPON REQUEST THE CONTRACTING OFFICER WILL MAKE THEIR FULL TEXT AVAILABLE: FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.211-16 VARIATION IN QUANTITY (APR 1984) 52.211-17 DELIVERY OF EXCESS QUANTITIES (SEPT 1989) 52.222-3 CONVICT LABOR (AUG 1996) 52.222-26 EQUAL OPPORTUNITY (APR 1984) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52.222-41 SERVICE CONTRACT ACT OF 1965 AS AMENDED (MAY 1989) 52.223-6 DRUG FREE WORKPLACE (JAN 1997) 52.225-3 BUY AMERICAN ACT-SUPPLIE
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: 
PETROSYS

Division Name

Not Applicable

Vendor Address

5909 WEST LOOP S STE 390
BELLAIRE, TX 77401-2495
United States

Vendor State Congressional District

TX07
Vendor Site Code : 
958842601
Vendor Alternate Site Code: 
774012495
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
958842601
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
958842601
Registration Date: 
02/28/2002
Renewal Date: 
03/19/2009

Modification Parent

Address Place of Performance

PALO ALTO, CA 943041207
United States

Place of Performance Congressional District

CA14

Product Service Code Category

D: Adp And Telecommunications

Product Or Service Code

D302: Adp Systems Development Services
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.
334111

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

Manufacturing Organization Type

A: U.s. Owned Business
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).
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

Sss: Only One Source

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

Organizational Type

Corporate Not Tax Exempt
Number of Employees The vendor's business size in terms of number of employees as obtained from System for Award Management (SAM).
10
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$4,000,000.00
Small Disadvantaged Business: 
Yes
Small Business Administration-Certified Small Disadvantaged Business Vendor is a Small Business Administration-Certified Small Disadvantaged Business.
Yes
Women-Owned Business: 
Yes
Minority-Owned Business: 
Yes
For-Profit Organization: 
Yes
Historically American-Owned Business: 
Yes

Contracting Officer Business Size Determination

S: Small Business
Receives Contracts: 
Yes
Receives Grants: 
Yes
Receives Contracts and Grants: 
Yes
Subchapter S Corporation: 
Yes
Not a Tax Exempt Corporate Entity: 
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.
12/12/2012