You are here

Definitive Contract W912DW05C0019 by Department Of Defense with Joseph J Henderson & Son Inc, Mod P00013

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.
$283,200.00

Agency Categories

Major Agency Category
Modification Agency
Major Funding Agency Category
Contracting Office Agency
Funding Requesting Agency

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.
06/26/2007
Effective Date The date that the parties agree will be the starting date for the contract's requirements.
06/20/2007
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.
07/01/2008
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.
07/01/2008

Contract Action Type

Definitive Contract

Reason For Modification

D: Change Order

Type Of Contract Pricing

J: Firm Fixed Price

Subcontract Plan

Subcontracting Plan Required - Incentive Not Included

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

Cost or Pricing Data was Not Obtained

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).
ALL WORK FOR CONSTRUCTION OF 46 DUPLEX R00051 SP062 GLOBAL SETTLEMENT THIS MODIFICATION REPRESENTS TERMS FOR FULL ACCORD AND SATISFACTION TO SETTLE ALL COSTS RELATED THE FOLLOWING ITEMS. THE SETTLEMENT AMOUNT AND TIME OF THIS MODIFICATION INCLUDES BUT IS NOT LIMITED TO CONSIDERATION OF DELAY, IMPACT, INTEREST, LEGAL, CONSULTING AND OTHER EXPENSES. 1. CONTRACTOR RESERVES THE RIGHT TO PURSUE A CHANGE FOR ANY UNFORESEEN HAZARDOUS MATERIALS ENCOUNTERED AFTER JUNE 12, 2007. 2. EXTEND THE CONTRACT COMPLETION DATE TO JULY 1, 2008. THE EXTENSION INCLUDES SETTLEMENT OF ALL TIME-RELATED COSTS THROUGH JULY 1, 2008. THE GOVERNMENT WILL NOT PURSUE A CREDIT SHOULD THE CONTRACTOR ACHIEVE SUBSTANTIAL COMPLETION PRIOR TO JULY 1, 2008. 3. THE SCOPE OF WORK ISSUED MAY 30, 2007 FOR CASE SP059, AREAS A-C: SITE GRADING/DRAINAGE ($432,500, 0-DAY CONTRACTOR PROPOSAL DATED JUNE 8, 2007), CONVERTS TO A DESIGN/BUILD SOLUTION INCORPORATED AS PART OF THE GLOBAL SETTLEMENT. THE CONTRACTOR SHALL RETAIN THE SERVICES OF A LICENSED CIVIL ENGINEER TO DESIGN A GRADING AND DRAINAGE SOLUTION FOR AREAS A, B AND C. THE DESIGN/BUILD CONCEPT FOR AREA C SHALL UTILIZE EARTHWORK SWALES TO ESTABLISH DRAINAGE AND DIRECT DRAINAGE AWAY FROM THE HOUSING IN THIS AREA. THE CONTRACTOR SHALL PROVIDE GRADING IN THIS AREA THAT MINIMIZES RETENTION BASINS AND THE AMOUNT OF TIME WATER WILL SIT IN THEM. IN AREAS WHERE STORM PIPING IS TO BE USED, PIPING SHALL BE 8". 4. SETTLEMENT INCLUDES SCOPE OF WORK ISSUED IN THE GOVERNMENT'S JUNE 6, 2006 RFP (REQUEST FOR PROPOSAL) FOR CASE SP022, CIVIL CHANGES AREAS D/E ($676,916, 206-DAY CONTRACTOR PROPOSAL DATED FEBRUARY 27, 2007). 5. SETTLEMENT INCLUDES SCOPE OF WORK ISSUED IN THE GOVERNMENT'S AUGUST 24, 2006 RFP FOR CASE SP037, DOOR AND HARDWARE REVISIONS ($61,687, 0-DAY CONTRACTOR PROPOSAL DATED 19 DECEMBER 2006). 6. THE SCOPE OF WORK ISSUED MAY 17, 2007 FOR CASE SP053, GEOGRID, FABRIC, SUBBASE AND BASE COURSE ($74,436, 0-DAY CONTRACTOR PROPOSAL DATED JUNE 6, 2007), CONVERTS TO A DESIGN/BUILD SOLUTION INCORPORATED AS PART OF THE GLOBAL SETTLEMENT. SPECIFICALLY, THIS PERTAINS TO UNSUITABLE SOILS UNDER CURBS AND ROADS IN AREA A, B AND C. 7. SETTLEMENT INCLUDES FINALIZATION OF THE SCOPE OF WORK ISSUED IN $12,000 UNPRICED CHANGE ORDER MODIFICATION R00045, CASE SP056, WALNUT STREET SOFT SPOT ($105,239, 38-DAY CONTRACTOR PROPOSAL DATED MAY 31, 2007). 8. SETTLEMENT INCLUDES FINALIZATION OF THE SCOPE OF WORK ISSUED IN $4,800 UNPRICED CHANGE ORDER MODIFICATION R00048, CASE SP061, D: EXISTING WATER LINE AT STA 63+00 ($26,301, 7-DAY CONTRACTOR PROPOSAL DATED JUNE 4, 2007). 9. A VARIANCE TO THE TOPSOIL REQUIREMENTS IN SPECIFICATION SECTIONS 02921, 02922 AND 02930 IS GRANTED. THE CONTRACTOR SHALL ALLOCATE THE AVAILABLE ONSITE TOPSOIL AS RECOMMENDED BY THE LANDSCAPING SUBCONTRACTOR. NO ADDITIONAL TOPSOIL SHALL BE IMPORTED. ALL REMAINING REQUIREMENTS OF THE LANDSCAPING SPECIFICATION SHALL REMAIN UNCHANGED. 10. A VARIANCE IS GRANTED TO SPECIFICATION SECTION 03301-3.10. CONCRETE TESTING REQUIREMENTS SHALL BE CHANGED FOR ALL NON-STRUCTURAL CONCRETE TO ONE TEST FOR EVERY 50 CUBIC YARDS. 11. A VARIANCE IS GRANTED TO SPECIFICATION SECTION 01451. UPON...
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

4288 OLD GRAND AVE
GURNEE, IL 60031
United States

Vendor State Congressional District

IL08
DUNS number The Vendor's unique Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
002980746
Parent DUNS Number The prime awardee parent organization's Data Universal Numbering System (DUNS) number issued by Dun & Bradstreet.
002980746

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.
47275

Address Place of Performance

MALMSTROM AFB, MT 594026860
United States

Place of Performance Congressional District

MT00

Product Service Code Category

Y: Construct Of Structures/Facilities

Product Or Service Code

Y161: Construct/Family Housing

System Equipment Code

000: NONE

Claimant Program Code

C2: Construction
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.
236116

Information Technology Commercial Item Category

Not Information Technology Products or Services

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

A: Far 52.223-4 Included

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.
P00013
Fiscal Year The fiscal year in which the award occurred.
2007

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.
3

Commercial Item Acquisition Procedures

D: Commercial Item Procedures Not Used
Small Business Competitiveness Demonstration Program Indicates whether the contract was awarded to a United States business concern as part of the Small Business Competitiveness Program (FAR Part 19.10).
Yes

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).
0

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
Davis-Bacon Act Transaction is subject to the Davis-Bacon Act concerning the payment of prevailing wages on public works projects.
Yes

Inter Agency Contracting Authority

X: Not Applicable
Last Modified Date Last date this record was modified as reported by Federal Procurement Data System.
11/27/2008