REQUEST FOR QUOTATIONS THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE

Size: px
Start display at page:

Download "REQUEST FOR QUOTATIONS THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE"

Transcription

1 REQUEST FOR QUOTATIONS THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE 1. REQUEST NO. 5. ISSUED BY DLA LAND AND MARITIME MARITIME SUPPLY CHAIN ESOC BUYS PO BOX 3990 COLUMBUS OH USA Buyer: Kenneth Flaute C Tel: Fax: Kenneth.Flaute@dla.mil 8. TO: 2. DATE ISSUED 2012 NOV REQUISITION/PURCHASE REQUEST NO. N CERT.FOR NAT. DEF. RATING UNDER BDSA REG. 2 AND/OR DMS REG DELIVER BY (Date) 180 DAYS ADO 7. DELIVERY FOB DESTINATION 9. DESTINATION a. NAME OF CONSIGNEE See Schedule b. STREET ADDRESS PAGE OF PAGES 1 19 DO-A3 OTHER (See Schedule) c. CITY d. STATE e. ZIP CODE 10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5 ON OR BEFORE CLOSE OF BUSINESS (Date) 2012 NOV 09 IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter. 11. SCHEDULE (See Continuation Sheets) See attached schedule to complete quote information. Quoter must also complete the following: a. Quotation is valid for 90 days from date specified in Block 10 above unless otherwise indicated:. b. Prices quoted are: Contained in Commercial Catalog or Published Price List No. dated page. Contained in Internal Price List No. dated, which may be examined at our facility. Commercial sales of comparable quantities: Quantity ; Price ; Customer. Other (provide basis). c. FOB Point: Destination Origin Shipping Point (City, State). d. If delivery period shown in Block 6 is unacceptable, provide best possible delivery:. e. Remittance Address (Name, Street, City, State, ZIP): Same as Block 13 unless otherwise indicated below: f. Vendor FAX Number: Vendor Toll-Free Number: Vendor DISCOUNT FOR PROMPT PAYMENT a. 10 CALENDAR DAYS (%) b. 20 CALENDAR DAYS (%) c. 30 CALENDAR DAYS (%) d. CALENDAR DAYS NUMBER PERCENTAGE NOTE: Additional provisions and representations are are not attached. 13. NAME AND ADDRESS OF QUOTER 14. SIGNATURE OF PERSON AUTHORIZED TO SIGN a. NAME OF QUOTER CAGE QUOTATION 15. DATE OF QUOTATION b. STREET ADDRESS 16. SIGNER a. NAME (Type or Print) b. TELEPHONE c. COUNTY AREA CODE d. CITY e. STATE f. ZIP CODE c. TITLE (Type or Print) NUMBER AUTHORIZED FOR LOCAL REPRODUCTION Previous edition not useable STANDARD FORM 18 (REV. 6-95) Prescribed by GSA-FAR (48 CFR) (a)

2 PAGE 2 OF 19 PAGES This is an EMERGENCY BUY REQUIREMENT Please provide you absolute best delivery and price Offers will be evaluated FIRST on DELIVERY, then SECOND on Price (expedited delivery is requested) When Quoting, Please Provide: (use remarks to enter) Standard Unit Price $ Normal delivery days ARO Expedited Delivery Cost per unit $ Expedited delivery days ARO SHIP FASTEST TRACEABLE MEANS POSSIBLE AT NO ADDITIONAL COST TO THE GOVERNMENT **THE GOVERNMENT RESERVES THE RIGHT TO AWARD PRIOR TO THE CLOSING DATE AND/OR AS OFFERS ARE RECEIVED** CONTINUED ON NEXT PAGE

3 PAGE 3 OF 19 PAGES SECTION B SUPPLIES/SERVICES: ITEM DESCRIPTION: CHAIN, STUD LINK FLASH-BUTT WELDED, SIZE 3/4 INCH Contractor first article/preproduction approval testing required. Use DI-NDTI-80809B in preparation of the first article report. Current revision of MIL-HDBK-831 may also be used for report format guidance. First article testing shall be conducted IAW applicable drawings and drawing notes, specification, engineering instructions and specific requirements set forth in the contract. Additionally, 100% dimensional characteristics check shall be performed and results provided to the contracting officer. The first article offered must be manufactured at the facilities in which production quantities are procured under the contract. Contractor shall provide a statement along with objective evidence that test and production items meet the material and process requirements of the contract. If applicable, DD form 1423 documentation shall be provided as required. Unless F.A.T sample(s) is degraded or destroyed in testing or submitted for government fit, form, function verification (when specified by contract), the F.A.T. samples(s) may be deliverable with the last production run of the contract. Additional Wide Area Workkflow (WAWF) instructions for contractor first article test CLIN: The contractor shall code the receiving report for contractor first article test CLIN in WAWF as follows: Inspection at origin (source)- Enter the DCMA DODAAC listed on page 1 of the contract. Acceptance at destination- Enter the issue by office DODAAC listed Ship to code- Enter the issue by office DODAAC listed on page 1 of the contract. SAMPLING: 1. SAMPLING FOR INSPECTION AND TESTING SHALL BE IAW ANSI/ASQ Z , DATED JAN 1, ANY ALTERNATE PLAN MUST BE APPROVED BY THE PCO. A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS IS REQUIRED 2. ANY DEFECTIVE ITEM DISCOVERED DURING INSPECTION MAY BE CAUSE FOR REJECTION OF THE ENTIRE CONTRACT QUANTITY. FIRST ARTICLE/PREPRODUCTION APPROVAL CONTRACTOR TESTING REQUIRED. SEE MIL-HDBK-831 DATED 23 APR FOR GUIDANCE IN THE PREPARATION OF THE FIRST ARTICLE TEST REPORT. IDENTIFY TO: MIL-STD-130N DATED 17 DEC IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY MERCURY FREE REQUIREMENTS: MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO,OR COME IN DIRECT CONTINUED ON NEXT PAGE

4 PAGE 4 OF 19 PAGES SECTION B SUPPLY/SERVICE: CONT'D CONTACT WITH,ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA D). BOX SHALL BE SKIDDED. CRITICAL APPLICATION ITEM IAW BASIC SPEC NR MIL-C-24633A NOT 1 REVISION NR A DTD 04/22/1998 PART PIECE NUMBER: CHAIN SIZE 3/4 INCH ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT SO $ $ CHAIN, STUD LINK QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: ORIGIN ACCEPTANCE POINT: ORIGIN FOB: DESTINATION DELIVERY DATE: 180 DAYS ADO PREP FOR DELIVERY: PKGING DATA-QUP:001 SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D Markings Paragraph For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer- Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD (D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD (E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC (ANSI MH10.8.3) and DoD R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC Shipping label stock quality shall meet MIL-PRF Bar code print CONTINUED ON NEXT PAGE

5 PAGE 5 OF 19 PAGES SECTION B SUPPLY/SERVICE: CONT'D quality shall meet ANSI MH or ANSI X (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD (C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not available from the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left blank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. BOX SHALL BE SKIDDED. PARCEL POST ADDRESS: N39040 PORTSMOUTH NAVAL SHIPYARD GF RECEIVING OFFICER BUILDING 170 KITTERY ME US SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST. FREIGHT SHIPPING ADDRESS: M/F:(TCN) N RDD: 299 PROJ 6Y3 TP 1 SUP ADD Y1F079 SIG A FOR GOVERNMENT USE ONLY:IPD 03 DIC A4A DIST 9B ADV FC JA GOVT USE External External External Customer RDD/ ITEM PR PRLI PR PRLI Material Need Ship Date N/A N/A N/A 10/30/2012 ***************************************************************************************** CONTINUED ON NEXT PAGE

6 PAGE 6 OF 19 PAGES SECTION D - PACKAGING AND MARKING SHIPPING LABEL REQUIREMENTS MILITARY-STANDARD (MIL-STD) 129P (MAR 2012) DLAD SHIPPING LABEL REQUIREMENTS MILITARY STANDARD (MIL-STD) 129P (NOV 2011), ALT I (AUG 2005) DLAD SHIPPER S DECLARATION OF DANGEROUS GOODS (NOV 2011) DLAD PACKAGING AND MARKING REQUIREMENTS (APR 2008) DLAD PHYSICAL ITEM IDENTIFICATION/BARE ITEM MARKING (LAND & MARITIME) (APR 2008) DLAD EXPEDITED HANDLING SHIPMENTS (NOV 2011) DLAD REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) DLAD SECTION E - INSPECTION AND ACCEPTANCE HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999) FAR The Contractor shall comply with the higher-level quality standard selected below. [If more than one standard is listed, the offeror shall indicate its selection by checking the appropriate block.] Title Number Date Tailoring [] [] [] [] [Contracting Officer insert the title, number (if any), date, and tailoring (if any) of the higher-level quality standards.] (End of clause) MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008) DFARS PRODUCT VERIFICATION TESTING (NOV 2011) DLAD INSPECTION AND ACCEPTANCE AT ORIGIN (NOV 2011) DLAD (a) Inspection and Acceptance are at Origin. (b) The point of acceptance will be the point of last inspection before shipment unless otherwise indicated by the offeror. (c) The Offeror shall indicate below the location where supplies will be inspected: Supplies: Plant: Commercial and Government Entity (CAGE) Code: Street: City/State/Zip: Applicable to contract line-item(s) (CLIN(s): (d) The Offeror shall indicate below the location where packaging will be inspected: Packaging: [ ] Same as for supplies, or, Plant: Cage Code: Street:

7 City/St/Zip: Applicable to clin(s): **** PAGE 7 OF 19 PAGES MATERIAL AND INSPECTION REPORT (APR 2008) DLAD SECTION F - DELIVERIES OR PERFORMANCE DELIVERY OF EXCESS QUANTITIES (SEP 1989) FAR TIME OF DELIVERY - ACCELERATED (JUN 2008) DLAD GOVERNMENT DELAY OF WORK (APR 1984) FAR F.O.B. DESTINATION (NOV 1991) FAR F.O.B. DESTINATION - EVIDENCE OF SHIPMENT (FEB 1999) FAR SHIPPING INSTRUCTIONS (DOMESTIC) (NOV 2011) DLAD Mail instructions (not applicable to Army Post Office (APO) or Fleet Post Office (FPO) addresses): (a) Route domestic shipments within mail limitations as follows based on the transportation priority (TP) reflected in the "mark for" data with each contract line item number (CLIN). Commercial small parcel carrier (e.g., United Parcel Service (UPS) or Federal Express) is an acceptable mode of shipment to domestic addresses. (1) Ship all NMCS, 777, and 999, regardless of TP or distance, by commercial small parcel carrier. (2) Ship TP 1 and 2 (IPD 01-08) by priority mail or most economical comparable mode. (3) Ship TP 3 (IPD 09-15) and all stock locations (not TP coded) by surface parcel post (Fourth Class) or most economical comparable mode. (4) The cost of parcel post insurance will not be paid by the Government. (b) Freight instructions (domestic). (1) Ship all NMCS, 777, and 999, regardless of TP or distance by commercial small parcel carrier. (2) For TP 1 and 2 (IPD 01-08) weighing under 250 pounds, use air freight and specify air on the invoice. Exceptions: if destination is within 600 miles of origin, use regular surface transportation. (3) For all other freight shipments, contact the cognizant transportation officer for delivery and carrier routing instructions. (4) Advance telephonic notice of delivery must be given by the carrier to the consignee's transportation officer (transport control/prelodge desk) at least 24 hours prior to delivery of freight shipments (other than small parcels). Bills of lading must be annotated to reflect this requirement. Addresses for direct shipments within the contiguous United States (CONUS) and Canada are shown "in the clear" with each individual CLIN on schedule continuation sheet(s) in each order. Addresses for stock shipments are shown with each individual CLIN on schedule continuation sheet(s) in each order. (End of Clause) SECTION H - SPECIAL CONTRACT REQUIREMENTS REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES (NOV 2011) DLAD SECTION I - CONTRACT CLAUSES REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) DFARS REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) DFARS CENTRAL CONTRACTOR REGISTRATION (AUG 2012) FAR SYSTEM FOR AWARD MANAGEMENT REGISTRATION (AUG 2012) (DEVIATION) (a) Definitions. As used in this clause-

8 PAGE 8 OF 19 PAGES "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at or if the contractor does not have internet access, it may call Dun and Bradstreet at if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing.

9 PAGE 9 OF 19 PAGES (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(c) of this clause, and, in the absence of a properly executed novation or change-ofname agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through or by calling , or for international calls. (End of Clause) CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (SEP 2007) DFARS EXPORT-CONTROLLED ITEMS (APR 2010) DFARS FIRST ARTICLE APPROVAL - CONTRACTOR TESTING (SEP 1989) FAR (a) The Contractor shall test 1 unit(s) of Lot/Item Lot as specified in this contract. At least calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 45 calendar days from the date of this contract to DSCC First Article Test Monitor PO Box E Broad St. Columbus OH [insert address of the Government activity to receive the report] marked First Article Test Report: Contract No., Lot/Item No. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. ***** FIRST ARTICLE APPROVAL - CONTRACTOR TESTING (SEP 1989), ALT I (JAN 1997) FAR FIRST ARTICLE APPROVAL - CONTRACTOR TESTING (SEP 1989), ALT II (SEP 1989) FAR PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR SUSPENSION (DEC 2010) FAR WAIVER - FIRST ARTICLE TEST - SIMPLIFIED ACQUISITIONS (NOV 2011) DLAD ****

10 Lister Chain and Forge (0FXJ9) [Contracting Officer shall insert name(s) and CAGE Code(s) of sources currently approved for waiver]. **** PAGE 10 OF 19 PAGES FIRST ARTICLE CONTRACTOR TESTING ADDITIONAL REQUIREMENTS (NOV 2011) DLAD (a) For the Lots/Items identified in this contract as requiring Contractor First Article Test (FAT) (including test report) in accordance with the clause at FAR , the Contractor shall (1) Conform with technical requirements stated and/or referenced in the solicitation; including number of units to be tested, data required, performance or other characteristics that the first articles shall meet, sequence of processes, tests to which the first articles shall be subjected, and conformance criteria for each requirement specified; and (2) Provide all facilities, equipment and personnel required to perform the examination and evaluation of the first article when first article testing will be conducted at the Contractor's plant. The Government reserves the right to charge the Contractor for any additional costs of examination and evaluation caused by failure of the Contractor to make available the first article or the required facilities, equipment or personnel, at the time the Contractor advised the testing would take place (see paragraph (a) of the clause at FAR ). (3) Prepare and disseminate the First Article Test Report as follows: (i) Prepare the Test Report in accordance with Data Item Description DI-NDTI-80809B, entitled, Test/Inspection Report; (ii) Mark the Test Report, First Article Test Report Contract Number: and Lot/Item Number: ; (iii) Present the test report to the inspecting activity quality assurance representative (QAR) for review. The QAR will (A) Prepare recommendations; (B) Countersign the first article report; (C) Forward two copies to the Contracting Officer at the buying activity; and (D) Provide notification by , including award number, National Stock Number (NSN), and additive contract Lineitem (CLIN) number, and provide copy of award, if not available in Electronic Document Access (EDA), to the Contracting Officer and to: (1) For awards issued by DLA Land and Maritime DLA Land and Maritime FAT Monitor, BPI Post Office (P. O.) box 3990 Columbus, Ohio (2) For awards issued by DLA Troop Support: (i) DLA Troop Support Attention: First Article Testing Monitor Building Robbins Avenue Philadelphia, Pennsylvania 19111; or (ii) For acquisitions of Clothing and Textile (C&T) items, Medical and Subsistence items, and Meal, Ready-To-Eat (MRE) and Tray Pack Items, the Contracting Officer, who acts as FAT/Testing Monitor; (3) For awards issued by DLA Aviation: DLA Aviation Test Coordinator Office 8000 Jefferson Davis Highway Richmond, Virginia (4) For awards issued by Naval Surface Warfare Center, Carderock Division: Commanding Officer Naval Surface Warfare Center Code 954, Building 77L, Philadelphia Business Center, Carderock Division Philadelphia, Pennsylvania Telephone: (215) (5) For awards issued by Naval Sea Systems Command, Washington Navy Yard: Commander Naval Sea Systems Command, Sea 05M ISAAC Hull Avenue, SE Stop 5160 Washington Navy Yard, District of Columbia (DC) Telephone: (202) (iv) Submit the First Article Test Report to the Government activity specified in the contract within the number of calendar days from date of contract (or date of first delivery order, for indefinite delivery contracts) specified in the contract; accompanied by (A) Department of Defense (DD) Form 250, Material Inspection and Receiving Report, signed by the QAR and indicating Contract Quality Assurance was accomplished prior to signing the DD Form 250; and (B) Contractor s certification that the same processes and facilities used to manufacture the first article units will be used to manufacture the production units; and

11 PAGE 11 OF 19 PAGES (4) Pay all costs incurred for transportation of first article samples and test reports under this contract; and, if applicable, any costs of manufacturing and re-testing additional first articles, and administrative costs to the Government for reprocurement. (b) The Contractor shall enter an offered price in the CLIN for Contractor First Article Test (FAT) (including test report) that includes all costs associated with the production and testing of the first articles and the preparation of the First Article Test Report. Offers that do not cite a separate price for the Contractor First Article Test (FAT) (including test report) CLIN, or do not specify there is a separate charge for the Contractor First Article Test (FAT) (including test report) shall be evaluated under the presumption that there is no separate charge for the production and testing of the first articles and the preparation of the First Article Test Report. (End of Clause) FIRST ARTICLE CONTRACTOR TESTING ADDITIONAL REQUIREMENTS (NOV 2011), ALT I (NOV 2011) DLAD (c)(1) Notice to Contractor: The Defense Contract Management Agency (DCMA) Administrative Contracting Officer (ACO) is delegated (in accordance with Federal Acquisition Regulation (FAR) (c)) the authority to approve/disapprove the First Article Test Report submitted in accordance with the requirements in this contract ( and FAR ). Any reference to the Contracting Officer as it relates to submission of and approval/disapproval of the FAT Report shall be deemed to mean the DCMA ACO. (2) Notice to ACO: The DCMA ACO shall forward a copy of the First Article Test Report and the DCMA ACO s letter of approval/disapproval to the Contracting Officer at the buying activity and to the buying activity test coordinator (see paragraph (a)(3)(iii)(d) of this clause REQUESTS FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS (SEP 2008) DLAD (a) The Government reserves the right to waive the first article testing requirement when all the following criteria are met [Offeror shall insert information in space provided below, attach documentation to offer, or provide under separate cover to Contracting Officer.] (1)(i) Source has manufactured the product within the last five (5) years; or (ii) Identical or similar supplies were previously furnished by the Offeror within the past three (3) years and approved by the Government: (A) Contract Number(s): Date(s): Issuing Government Agency(ies): **** ALTERNATIVE PRICES OFFERED IF FIRST ARTICLE TESTING REQUIREMENT IS WAIVED: ITEM NUMBER: PRICE: MATERIAL REQUIREMENTS (AUG 2000) FAR SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS (NOV 2005) DFARS **** (4) If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process. (d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI processes in lieu of military or Federal specifications or standards: (Offeror insert information for each SPI process) SPI Process: Facility: Military or Federal Specification or Standard: Affected Contract Line Item Number, Subline Item Number, Component, or Element: **** GOVERNMENT SURPLUS MATERIAL (NOV 2011) DLAD

12 PAGE 12 OF 19 PAGES **** (c) With respect to the surplus material being offered, the Offeror represents that: (1) The material is new, unused, and not of such age or so deteriorated as to impair its usefulness or safety. Yes [ ] No [ ] The material conforms to the technical requirements cited in the solicitation (e.g., Commercial and Government Entity (CAGE) code and part number, specification, etc.). Yes [ ] No [ ] The material conforms to the revision letter/number, if any is cited. Yes [ ] No [ ] Unknown [ ] If no, the revision offered does not affect form, fit, function, or interface. Yes [ ] No [ ] Unknown [ ] The material was manufactured by: (Name) (Address) (2) The Offeror currently possesses the material. Yes [ ] No [ ] If no, the Offeror must attach or forward to the Contracting Officer an explanation as to how the offered quantities will be secured. If yes, the Offeror purchased the material from a Government selling agency or other source. Yes [ ] No [ ] If yes, provide the information below: Government Selling Agency Contract Number Contract Date (Month, Year) Other Source Address Date Acquired (Month, Year) (3) The material has been altered or modified. Yes [ ] No [ ] If yes, the Offeror must attach or forward to the Contracting Officer a complete description of the alterations or modifications. (4) The material has been reconditioned. Yes [ ] No [ ] If yes, (i) the price offered includes the cost of reconditioning/refurbishment. Yes [ ] No [ ]; and (ii) the Offeror must attach or forward to the Contracting Officer a complete description of any work done or to be done, including the components to be replaced and the applicable rebuild standard. The material contains cure-dated components. Yes [ ] No [ ] If yes, the price includes replacement of cure-dated components. Yes [ ] No [ ] (5) The material has data plates attached. Yes [ ] No [ ] If yes, the Offeror must state below all information contained thereon, or forward a copy or facsimile of the data plate to the Contracting Officer. (6) The offered material is in its original package. Yes [ ] No [ ] (If yes, the Offeror has stated below all original markings and data cited on the package; or has attached or forwarded to the Contracting Officer a copy or facsimile of original package markings.) Contract Number National Stock Number (NSN) Commercial and Government Entity (Cage) Code Part Number Other Markings/Data

13 PAGE 13 OF 19 PAGES (7) The Offeror has supplied this same material (National Stock Number) to the Government before. Yes [ ] No [ ] If yes, (i) the material being offered is from the same original Government contract number as that provided previously. Yes [ ] No [ ]; and (ii) state below the Government Agency and contract number under which the material was previously provided: Agency Contract Number (8) The material is manufacturered in accordance with a specification or drawing. Yes [ ] No [ ] If yes, (i) the specification/drawing is in the possession of the Offeror. Yes [ ] No [ ]; and (ii) the Offeror has stated the applicable information below, or forwarded a copy or facsimile to the Contracting Officer. Yes [ ] No [ ] Specitication/Drawing Number Revision (if any) Date (9) The material has been inspected for correct part number and for absence of corrosion or any obvious defects. Yes [ ] No [ ] If yes, (i) Material has been re-preserved. Yes [ ] No [ ]; (ii) Material has been repackaged. Yes [ ] No [ ]; (iii) Percentage of material that has been inspected is % and/or number of items inspected is ; and (iv) a written report was prepared. Yes [ ] No [ ] If yes, the Offeror has attached it or forwarded it to the Contracting Officer. Yes [ ] No [ ] (d) The Offeror agrees that in the event of award and notwithstanding the provisions of the solicitation, inspection and acceptance of the surplus material will be performed at source or destination subject to all applicable provisions for source or destination inspection. (e) The Offeror has attached or forwarded to the Contracting Officer one of the following, to demonstrate that the material being offered was previously owned by the Government (Offeror check which one applies): [ ] For national or local sales, conducted by sealed bid, spot bid or auction methods, a solicitation/invitation For Bid and corresponding DLA Distribution Services 1427, Notice of Award, Statement and Release Document. [ ] For DLA Distribution Services Commercial Venture (CV) Sales, the shipment receipt/delivery pass document and invoices/receipts used by the original purchaser to resell the material. [ ] For DLA Distribution Services Recycling Control Point (RCP) term sales, the statement of account or billing document. [ ] For property sold under the exchange or sale regulation, conducted by sealed bid, auction or retail methods, a solicitation/invitation for Bid and corresponding DLA Distribution Services Form [ ] When the above documents are not available, or if they do not identify the specific NSN being acquired, a copy or facsimile of all original package markings and data, including NSN, Commercial and Government Entity (CAGE) code and part number, and original contract number. (This information has already been provided in paragraph (c)(6) of this clause. Yes [ ] No [ ]) [ ] When none of the above are available, other information to demonstrate that the offered material was previously owned by the Government. Describe and/or attach. **** PRIORITY RATING (NOV 2011) DLAD CONTRACTOR RETENTION OF TRACEABILITY DOCUMENTATION (OCT 2008) DLAD NOTIFICATION TO GOVERNMENT OF AND CONTEMPLATED PRODUCTION PHASE-OUT (NOV 2011) DLAD ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT (OCT 1997) FAR CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) FAR

14 WALSH-HEALEY PUBLIC CONTRACTS ACT (OCT 2010) FAR PAGE 14 OF 19 PAGES PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR EQUAL OPPORTUNITY (MAR 2007) FAR AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) FAR COMBATTING TRAFFICKING IN PERSONS (FEB 2009) FAR ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) FAR RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2012) DFARS BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (JUN 2012), ALT I (OCT 2011) DFARS QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (JUN 2012) DFARS RESTRICTION ON ACQUISITION OF ANCHOR AND MOORING CHAIN (DEC 2009) DFARS BUY AMERICAN - FREE TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM (JUN 2012), ALT I (JUN 2012) DFARS PAYMENTS (APR 1984) FAR DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) FAR EXTRAS (APR 1984) FAR PROMPT PAYMENT (OCT 2008) FAR PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (AUG 2012) (DEVIATION) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) DFARS LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS ACCELERATED PAYMENTS TO SMALL BUSINESS (JUN 2012) DLAD DISPUTES (JUL 2002) FAR PROTEST AFTER AWARD (AUG 1996) FAR APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) FAR CHANGES - FIXED PRICE (AUG 1987) FAR PRICING OF CONTRACT MODIFICATIONS (DEC 1991) DFARS SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) FAR

15 PAGE 15 OF 19 PAGES SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD CONTRACTS) (AUG 2011) DFARS HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NON-MANUFACTURERS) (NOV 2011) DLAD WARRANTY ACCEPTANCE OF SUPPLLIES (NOV 2011) DLAD TRANSPORATION OF SUPPLIES BY SEA (MAY 2002) DFARS TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002), ALT III (MAY 2000) DFARS TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM) (APR 1984) FAR CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR This 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. Also, the full text of a clause may be accessed electronically at this/these address(es): and (End of Clause) AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) FAR (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Clause) COMPUTER GENERATED FORMS (JAN 1991) FAR SECTION K - REPRESENTATIONS, CERTIFICATIONS AND STATEMENTS REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) DFARS ECONOMIC PURCHASE QUANTITY - SUPPLIES (AUG 1987) FAR (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS ITEM QUANTITY PRICE QUOTATION TOTAL (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government s requirements indicate that different quantities should be acquired. (End of provision) REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the

16 PAGE 16 OF 19 PAGES conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L ) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

17 PAGE 17 OF 19 PAGES (End of provision) PLACE OF MANUFACTURE (SEP 2006) FAR (a) Definitions. As used in this clause Manufactured end product means any end product in Federal Supply Classes (FSC) , except (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Mis cellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of compone nts, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purpose s only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) DISPUTES - AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (NOV 2011) DLAD **** (c) The offeror should check here to opt out of this clause: [ ]. Alternate wording may be negotiated with the contracting officer. SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 2008) FAR AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (JAN 2006) FAR (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST ( (2) Quick Search ( (3) ASSISTdocs.com ( (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by (1) Using the ASSIST Shopping Wizard ( (2) Phoning the DoDSSP Customer Service Desk (215) , Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA , Telephone (215) /2179, Facsimile (215) (End of provision) NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE, EMERGENCY PREPAREDNESS, AND ENERGY USE PROGRAM (APR 2008) FAR Any contract awarded as a result of this solicitation will be ( ) DX rated order; ( X ) DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the C ontractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] CONTINUED ON NEXT PAGE

18 PAGE 18 OF 19 PAGES AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS NOT LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST), AND PLANS, DRAWINGS, AND OTHER PERTINENT DOCUMENTS (MAY 2006) DFARS Offerors may obtain the specifications, standards, plans, drawings, data item descriptions, and other pertinent documents cited in this solicitation by submitting a request to: (Activity) (Complete Address) Include the number of the solicitation and the title and number of the specification, standard, plan, drawing, or other pertinent document REVERSE AUCTION (JUL 2012) DLAD SET-ASIDES OF ACQUISITIONS OF ITEMS LISTED IN THE SCHEDULE OF PRODUCTS MADE IN FEDERAL PENAL AND CORRECTIONAL INSTITUTIONS (NOV 2011) DLAD AGENCY PROTESTS (NOV 2011) DLAD SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) - FAR This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electron ically at this/these address(es): and (End of Provision) AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) FAR (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of Provision) SECTION M - EVALUATION FACTORS FOR AWARD ACQUISITION OF FEDERAL PRISON INDUSTRIES ITEMS (JUNE 2002) DLAD CONDITIONS FOR EVALUATION OF OFFERS OF GOVERNMENT SURPLUS MATERIAL (AUG 2008) DLAD BUSINESS SYSTEMS MODERNIZATION (BSM) DELIVERY TERMS AND EVALUATION (NOV 2011) DLAD QUANTITY BREAK (NOV 2011) DLAD If a larger quantity is obtainable at no additional total price due to a minimum order quantity/value or any other reason, the offeror agrees to record below the maximum quantity of the product cited in this request for quote (RFQ) which can be furnished for such total price, along with the lower unit price for such increased quantity. If yet lower unit prices are available for greater quantities, offerors are requested to enter the lower unit prices and quantity ranges to which such prices will apply. The Government may elect to accept such alternate quantity quotations not exceeding $150,000 without further solicitation or discussion: Quantity Range Unit Price CONTRACTOR PAST PERFORMANCE EVALUATION AUTOMATED (NOV 2011) DLAD CONTINUED ON NEXT PAGE