You are here

Definitive Contract NNX09CB23C by National Aeronautics And Space Administration with Optical Scientific Inc, 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.
$60,000.00

Agency Categories

Major Funding Agency Category

Offices

Office Type:
Contracting Office
Office:
Office Type:
Funding Requesting 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.
06/10/2009
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
06/10/2009
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.
03/02/2011
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.
06/10/2011

Contract Action Type

Definitive Contract

Reason For Modification

C: Funding Only Action

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Subcontracting Plan Not Required

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.

Major Program Code

An Optical Wake Vortex Detection System For Super-

Contingency Humanitarian Peace Keeping Operation

Not Applicable

Cost or Pricing Data

Cost or Pricing Data was Not Obtained

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).
AN OPTICAL WAKE VORTEX DETECTION SYSTEM FOR SUPER-DENSITY AIRPORT OPERATION FEASIBILITY STUDY INCLUDING ANALYSIS AND EXPERIMENT PERFORMED IN PHASE I INDICATED THAT SEVERAL SINGLED-ENDED OPTICAL SCINTILLOMETER AND RETRO-REFLECTOR PAIRS INSTALLED ON TOWERS OR POLES ARE ABLE TO DEVELOP A VERTICAL PROFILE OF NEAR GROUND ATMOSPHERIC TURBULENCE AND WIND MEASUREMENTS IN AIRPORT ENVIRONMENT. IN PHASE II, OSI PROPOSES TO DESIGN, FABRICATE AND TEST A PROTOTYPE OPTICAL VERTICAL PROFILE SYSTEM FOR ATMOSPHERIC TURBULENCE AND CROSSWIND MEASUREMENTS TO PROVIDE CRITICAL ATMOSPHERIC PARAMETERS FOR WAKE VORTEX DECAYING FORECASTING MODELING. SEVERAL SCINTILLOMETERS WILL BE BUILT WITH THE GOAL TO DEMONSTRATE THEIR ABILITY TO MEET PERFORMANCE, SIZE, WEIGHT, AND PACKAGING REQUIREMENTS FOR AIRPORT OPERATIONS. AN ANALYTICAL AND FIELD TEST PROGRAM WILL BE CONDUCTED FOR FURTHER PERFORMANCE IMPROVEMENT OF A VERTICAL PROFILE VORTEX DETECTION SYSTEM USING OPTICAL SCINTILLOMETERS TO MEASURE NEAR GROUND LEVEL CROSSWIND, TURBULENCE, AND WAKE VORTEX ON AN AIRFIELD. THE RESULTS OF NEAR GROUND VORTEX MEASUREMENTS PLUS THE GROUND VORTEX MEASUREMENTS BY DOUBLE-ENDED OPTICAL SCINTILLOMETERS WILL PROVIDE THE NECESSARY ASSESSMENT TO DESIGN A CROSSWIND, TURBULENCE, AND VORTEX DETECTION SYSTEM AS A DECISION SUPPORT TOOL FOR NASA'S AIRSPACE SYSTEMS (AS) PROGRAM TO IMPROVE AIRPORT CAPACITY AND SAFETY. THE VORTEX DETECTION SYSTEM COULD ALSO MEASURE DOWNDRAFT ON THE RUNWAY. THE INSTRUMENT WILL PROVIDE REAL-TIME CONTINUOUS MEASUREMENTS OF CONVERGENCE AND DIVERGENCE ALONG THE RUNWAY. VERTICAL WINDS, AND HENCE THE DOWNDRAFT, CAN BE DERIVED FROM THE MEASURED DIVERGENCE. THE PROPOSED VORTEX DETECTION SYSTEM WILL ALSO BE ABLE TO PROVIDE CRITICAL LARGE AREA WIND INFORMATION. BY INCORPORATING THIS VALUABLE INFORMATION INTO THE LOW-LEVEL WIND SHEAR MODELING, IT WILL GREATLY ENHANCE THE PERFORMANCE OF THE PRESENT AIRPORT LOW-LEVEL WIND SHEAR SYSTEMS.
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

2 METROPOLITAN CT STE 6
GAITHERSBURG, MD 20878-4008
United States

Vendor State Congressional District

MD08
Vendor Site Code : 
175285709
Vendor Alternate Site Code: 
208784008
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
175285709
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
175285709
Phone Number: 
3019633630
FAX Number: 
3019484674
Registration Date: 
04/01/2002
Renewal Date: 
01/07/2010

Modification Parent

Address Place of Performance

GAITHERSBURG, MD 208784008
United States

Place of Performance Congressional District

MD08

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.
541712

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

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.
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.
2009

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.
2

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

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).
15
Annual RevenueThe vendor's annual gross revenue, taken from an average of the last three years as obtained from System for Award Management (SAM).
$2,000,000.00
Small Business Administration-Certified Small Disadvantaged Business Vendor is a Small Business Administration-Certified Small Disadvantaged Business.
Yes
Minority-Owned Business: 
Yes
Asian-Pacific American-Owned Business: 
Yes
For-Profit Organization: 
Yes

Contracting Officer Business Size Determination

S: Small Business
Receives Contracts: 
Yes
Not a Tax Exempt Corporate Entity: 
Yes
Federally-Funded Research and Development Corporation Vendor is a Federally Funded Research and Development Corporation.
Yes
Walsh Healy Act Transaction is subject to the Walsh-Healy Act establishing overtime as hours worked in excess of 40 hours per week.
Yes

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
05/07/2013