You are here

Definitive Contract NNL07AA54C by National Aeronautics And Space Administration with Boeing Launch Services Incorporated, Mod 2

Agency Categories

Major Funding Agency Category

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.
08/12/2008
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
08/12/2008
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.
10/31/2008
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.
10/31/2008

Contract Action Type

Definitive Contract

Reason For Modification

B: Supplemental Agreement For Work Within Scope

Type Of Contract Pricing

U: Cost Plus Fixed Fee

Subcontract Plan

Subcontracting Plan Required - Incentive Not Included

Letter Contract

Not Applicable

Performance Based Service Contract

Y: Yes - Service Where Pba Is 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).
TITLE OF EFFORT: ACOUSTIC PREDICTION METHODOLOGY AND TEST VALIDATION FOR AN EFFICIENT LOW-NOISE HYBRID WING BODY SUBSONIC TRANSPORT. (REFERENCE: NASA AMRD NRA NNH06ZEA001N AMENDMENT 4, APPENDIX A.2, TOPIC A.2.4 HYBRID WING/BODY TECHNOLOGIES). THE NEW TECHNOLOGIES FOR THIS EFFORT ARE DIRECTED PRIMARILY TOWARDS MEETING THE REDUCED NOISE GOAL. WHILE THE SAX-40 BASED GEOMETRY BEING PROPOSED OFFERS SUBSTANTIALLY IMPROVED FUEL BURN, THE FUEL BURN GOAL IS SOMEWHAT SECONDARY IN THAT THE FOCUS OF THE CHANGES TO THE GEOMETRY ARE TO MEET THE NOISE GOAL. THUS, THE PLAN IS TO DETERMINE THE FUEL BURN ADVANTAGES OF THE CONFIGURATION INCLUDING IMPACTS OF POTENTIAL CHANGES TO REDUCE NOISE. SINCE LTO NOX EMISSIONS ARE FROM THE ENGINE, EMISSIONS TECHNOLOGY DEVELOPMENT NEEDS TO BE DONE AS AN ENGINE DISCIPLINE. THEREFORE, THIS EFFORT IS TO ENABLE DEVELOPMENT OF PREDICTION METHODS WITH WIND TUNNEL TEST VALIDATIONS USING A FUEL-EFFICIENT HYBRID WING BODY CONFIGURATION BASED ON THE NON-PROPRIETARY CMI SAX-40 GEOMETRY. THE NASA LONG-TERM GOAL IS TO DEVELOP HIGH-FIDELITY PHYSICS-BASED PREDICTION METHODS. MOST OF THE VERY LOW FLYOVER NOISE POTENTIAL OF THE HYBRID WING BODY DERIVES FROM NOISE SHIELDING FOR WHICH VALIDATED FUNDAMENTAL PREDICTION METHODS ARE STILL IN AN EARLY STATE OF DEVELOPMENT. THUS, A NON-PROPRIETARY 3D DEFINITION REPRESENTATIVE OF A FLYABLE EFFICIENT TRANSPORT SUITABLE FOR WIND TUNNEL TESTING NEEDS TO BE CREATED IN PHASE 1. A MAJOR PORTION OF THE FOLLOWING PHASE 2 PROPOSED EFFORT IS TO DESIGN AND BUILD A WIND TUNNEL MODEL WITH TEST CONFIGURATION REQUIREMENTS GUIDED BY DEVELOPMENT OF THE PREDICTIVE METHODS. ADVANCING PREDICTION METHODOLOGIES FOR NOISE SHIELDING WILL INITIALLY START WITH EMPIRICISM TO IDENTIFY THE NEEDS. AS INVESTIGATIONS CONTINUE INTO YEARS 2 AND 3, INCREASING FIDELITY REFINEMENTS WILL BE INCORPORATED. THE WIND TUNNEL MODEL WILL BE DESIGNED AND WIND TUNNEL TESTED FOR LOW-SPEED AERODYNAMIC AND NOISE DATA IN PHASE 2 (YEAR 2 AND YEAR 3 RESPECTIVELY).
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

5301 BOLSA
HUNTINGTON BEACH, CA 92647-2048
United States

Vendor State Congressional District

CA46
Vendor Site Code : 
1095058540000PR
Vendor Alternate Site Code: 
926472048
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
109505854
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
009256819
Registration Date: 
06/20/2006
Renewal Date: 
01/18/2008

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.
36000

Address Place of Performance

HUNTINGTON BEACH, CA 926472048
United States

Place of Performance Congressional District

CA46

Product Service Code Category

A: Research And Development

Product Or Service Code

AR12: R&D-Aero & Space Tech-A Res/Expl De
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

D: Mfg In U.s.
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.
2
Fiscal Year The fiscal year in which the award occurred.
2008

Extent Competed

A: Full And Open Competition
Number of Offers Received The number of actual offers or bids were received in response to the solicitation for this award.
74

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).
160000
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$20,000,000,000.00

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.
08/14/2008