TABLE OF CONTENTS
SUBPART 47.2 – CONTRACTS FOR TRANSPORTATION OR FOR TRANSPORTATION-RELATED SERVICES
47.207 Solicitation Provisions, Contract Clauses, and Special Requirements.
SUBPART 47.3 – TRANSPORTATION IN SUPPLY CONTRACTS
47.303 Standard delivery terms and contract clauses.
47.304 Determination of delivery terms.
47.305 Solicitation provisions, contract clauses, and transportation factors.
47.305-1 Solicitation requirements.
47.305-3 F.O.B. origin solicitations.
47.305-3(92) Solicitation provisions, contract clauses, and transportation factors.
47.305-4 F.o.b. destination solicitations.
47.305-6 Shipments to ports and air terminals.
47.305-7 Quantity analysis, direct delivery, and reduction of crosshauling and backhauling.
47.305-8 Distribution planning and management system (dpms) pilot (apr 2006).
47.305-10(90) Packing, marking, and consignment instructions.
47.306 Transportation factors in the evaluation of offers.
SUBPART 47.5 – OCEAN TRANSPORTATION BY U.S.-FLAG VESSELS
SUBPART 47.2 – CONTRACTS FOR TRANSPORTATION OR FOR TRANSPORTATION-RELATED SERVICES
Use 52.247-9020, Advance Notice of Late, Short or Non-Shipment of Supplies, in BPAs for fresh fruits and vegetables
47.207-5 (91) Insert the clause at DLAD 52.247-9042, Wartime Utilization of Contract Vehicles (Contingency Contract) (Republic of Korea) in DESC solicitations and contracts for locations in Korea where transportation assets are utilized in the performance of the contract.
SUBPART 47.3 – TRANSPORTATION IN SUPPLY CONTRACTS
47.303 Standard Delivery Terms and Contract Clauses.
47.303-6(c) Insert the clause at 52.247-9016, F.O.B. Destination Contractor Transshipment, in solicitations and awards when solicited on an F.O.B. Destination basis with Inspection and Acceptance at Origin. Insert FAR 52.247-48 with this clause.
Use 52.247-9019, Shipments Direct to Port Terminals for Export, in solicitations and awards involving shipment of subsistence items to port terminals for export (not applicable to brand name resale or FF&V).
47.304-4 Shipments originating outside CONUS.
Use 52.247-9024, F.O.B. Origin by Non-CONUS or Non-Canadian Offerors for Delivery to Consignees Within CONUS or Canada, in large purchase whenever offers are invited on a F.O.B. origin basis for CONUS deliveries and it is anticipated that foreign offers (other than Canadian) will be received. If offers are invited on both F.O.B. origin (A) and F.O.B. destination (B) basis, immediately following the title the buyer will insert the words “applicable to f.o.b. origin bids/offers (A) only”. This will facilitate evaluation and expedite the award process by eliminating the necessity of securing foreign land transportation rates as well as ocean rates to CONUS or Canada.
Use 52.247-9025, F.O.B. Origin by Non-CONUS or Non-Canadian Offerors for Delivery to Consignees Outside CONUS or Canada, this provision in solicitations inviting offers on an F.O.B. origin or F.O.B. Port of Loading Basis, for supplies to be delivered to consignees located outside CONUS or Canada. Buyers will add applicable CLINs and overseas destination in paragraph (a) of this provision. NOTE: This provision should be used for any overseas distribution (including APO and FPO) except for FMS shipments that are treated as domestic.
47.305-1 Solicitation requirements.
(c)(90) Compliance with International Plant and Protection Committee (IPPC) Guidelines Involving Wood Packaging Material (WPM).
This policy implements DOD policy developed in response to international implementation of the United Nations Food and Agriculture Organization protocol on International Standards for Phytosanitary Measures (ISPM) 15, “Guidelines for Regulating Wood Packaging Materials in International Trade.” ISPM 15 is designed to block movement of pests that can destroy forests from one nation to another. DOD shipments inside and outside of the United States must meet ISPM 15 whenever wood packaging material (WPM), as defined in 52.247-9012, is used to ship DOD cargo and/or is acquired by DOD. If the DOD policy is not followed, improperly marked shipments are likely to become frustrated cargo, be destroyed at the port, or require repacking at the port of debarkation, causing increased cost and time delays to DOD.
(c)(91) Contract clause. Insert the clause at 52.247-9012 in all solicitations and contracts for supplies or services. The clause shall also be used in acquisitions conducted using FAR Part 12.
The Contracting Officer may insert the provision at 52.247-9026, Evaluation of Offers Invited for Both F.O.B. Origin and F.O.B. Destination, in solicitations for indefinite delivery contracts where offers are requested for both F.O.B. Origin and F.O.B. Destination and separate prices are not solicited for different quantity increments. Use ALT I when separate prices are solicited for different quantity increments.
47.305-3 F.O.B. origin solicitations.
(90) When the solicitation includes the requirement for minimum size of shipments or guaranteed maximum shipping weights (and dimensions, if applicable) and an award is made f.o.b. origin, insert the clause at 52.247-9000, Guaranteed maximum shipping weights or dimensions, in solicitations and contracts (see 14.408-1(96)).
(91) Solicitation Provision (Port handling and ocean costs in bid evaluation). Port handling and ocean charges available at time of issuance of solicitation shall be published in solicitations for the acquisition of supplies for overseas shipment. The provision set forth at 52.247-9001, advising that these charges are tentative and not necessarily those that will be used in the evaluation, shall also be included in the solicitation, just below any charges published. This provision will preclude the need for extension of opening dates or cancellation of solicitations and will still permit award to that offeror who is, in fact, low at time of bid opening as a result of any change in charges after issuance of the solicitation.
(92) Use 52.247-9015, Loading Capabilities for Bulk Shipments DLAD (Aug 2007), use in all acquisitions when bulk shipments of packaged petroleum products will be made.
(93) The Contracting Officer may use the provision at 52.247-9027, Evaluation of Offers for Quantity Increments, in solicitations for indefinite delivery contracts when separate prices are solicited for different quantity increments. F.O.B. Origin offers will be evaluated based on the estimated shipping weight and cube if 52.247-9027 (c)(1)(i)(d) is checked. Weighted values reflect the Government’s estimate of relative frequency of future orders within each quantity increment.
47.305-3(94) Insert the clause at 52.247-9017, Perishable Foodstuff Transportation, in Blanket purchase agreements (BPA) for perishable foodstuffs. 52.247-9017 is to be used only with the Subsistence supply chain.
47.305-3 F.O.B. origin solicitations. (DEVIATION)
(a)(4)(ii) DLA Energy ( formerly DESC ) (DESC) is authorized to use DESC provisions 5452.247-9F12, Offers of Multiple Crude Oils (NOV 89) (DEVIATION) and 5452.247-9F13, Evaluation of F.O.B. Origin and Destination offers (APR 90) (DEVIATION) in lieu of FAR provision 52.247-46 when purchasing crude oil for the Strategic Petroleum Reserve (SPR) program.
47.305-4 F.o.b. destination solicitations.
(a) Automated Business Systems Modernization(BSM) simplified acquisitions shall use the following clauses:
Overseas and Navy ship direct vendor delivery (DVD) shall use the clause at 52.247-9006.
CONUS DVD shall use the provision at 52.247-9007.
Foreign Military Sales shall use the clauses at 52.247-9008 or provision 52.247-9009 as applicable.
Shipments to depots shall use the provision at 52.247-9010.
47.305-4(90) Use 52.247-9032, Delivery Conditions for Transport Trucks, Trucks and Trailers or Tank Wagons, in acquisitions for Lubricating Oil, Engine, Grade E/HDO 40, MIL-L-2104E.
Use 52.247-9041, Delivery Times, in solicitation and awards for Aviation items for FSG 34 IPE parts.
Shipments to ports and air terminals
As needed, use DLAD 52.247-9014, Evaluation of Offers via Export Aerial Ports, for supplies destined overseas via air freight.
(e) When needed to supplement FAR 52.247-51, use DLAD 52.247-9013, F.O.B. Origin and/or F.O.B. Port(s) of Loading (Destination) in Offer Evaluation.
47.305-6(i)(90) Insert 52.247-9021 in solicitations when award may result in an f.o.b. origin contract. 52.247-9021, F.O.B. Origin Contract for Supplies Originating Outside the United States, should be used with 52.247-52, Clearance and Documentation Requirements-Shipments to DoD Air or Water Terminal Transshipment Points (APR 1984). For partial set-asides, the provision is only applicable to the unrestricted portion.
47.305-7(b)(90) Quantity analysis, direct delivery, and reduction of crosshauling and backhauling.
DLAD 15.304(c)(90) contains a requirement to include a transportation evaluation factor in integrated logistics management arrangements where proposals are likely to include contractor arranged transportation outside the continental United States.
47.305-8 (90) Vendor Shipment Module.
General Information.
(1) The Defense Logistics Agency’s (DLA’s) Vendor Shipment Module (VSM),
formerly known as the Distribution Planning and Management System, is a distribution and transportation system that enhances DLA’s ability to plan and manage distribution. It is an information technology (IT) system that provides in-transit visibility (ITV), current shipping addresses, and may reduce transportation costs. For shipments of materiel that DLA buys from suppliers, VSM provides ITV to consignees, consolidation and containerization points (CCPs), air and water ports, and various Government supply and transportation information systems.
VSM has the capability to organically arrange vendor shipments with
Government managed carriers under integrated IT functionality. Use of VSM by vendors reduces frustrated freight at the CCPs, and air and water ports; and minimizes delays in vendors obtaining shipping instructions. VSM automatically prepares shipping labels in accordance with MIL-STD-129P, Bills of Lading, Packing Lists and other shipping documentation that the supplier can download and print.
(b) Policy.
(1) VSM is of primary benefit in the following situations:
(i) DLA administered contracts where the ultimate destination is a
location outside of the United States, e.g,
(A) OCONUS Customer Direct (CD)
(B) Defense Depots located overseas
For these shipments, the vendors can obtain shipping instructions and shipping labels through VSM without having to contact the DLA transportation office.
(ii) CONUS CD shipments: Although the vendor may not need shipping
instructions, the vendor can obtain the required shipping labels via VSM.
(iii) Long term contracts which include CD support: Because of the benefits of
VSM for CD shipments, especially OCONUS, Acquisition Specialists can
consider either requiring VSM use by the vendor, or strongly encourage it.
For FOB Origin contracts administered by DLA, VSM will make the
transportation arrangements using government rates and carriers. In these circumstances do not use clauses which require the vendors to pre pay and add transportation charges (e.g., FAR 52.247-65, F.O.B. Origin, Prepaid Freight – Small Package Shipments). Also, ensure that “T” is not used in the transportation charges reimbursable code in DPACS. Otherwise, invoices for transportation changes will be paid by DFAS.
For contracts administered by DCMA, vendors must still contact the DCMA
Transportation office in lieu of using VSM. On a case-by-case basis, there may be circumstances where DCMA will permit use of VSM on DCMA administered contracts. Obtain agreement from DCMA prior to award when allowing a vendor to use VSM on a DCMA administered contract.
Although the shipping label is not mandated for DLA Direct shipments, a shipping
label is still required. Vendors now have the option of using VSM to generate the military shipping label.
(c) Prescription.
(1) The purpose of the clause is to encourage use of VSM by vendors as described in 47.305-8(a) and (b) above; the clause does not make VSM mandatory. Therefore, it is recommended that the clause be inserted in solicitations and contracts as a normal practice, unless the Contracting Officer knows in advance that VSM is not suitable for a particular acquisition. In addition, the clause should not be used in the following circumstances:
i) DCMA administered (except as authorized on a case-by-case basis)
ii) Pharmaceuticals
iii) Medical – Customer pick-up only
iv) Arms, ammunition & explosives (AA&E)
v) Controlled substances and syringes
vi) Tailored Vendor Relationships (TVR)
vii) Contracts for Service, except shipments of Government Furnished Equipment
(GFE)/Government Furnished Material (GFM)
(2) Transportation Office notification/requirement.
Contracts that are administered under the the above-mentioned exceptions at (c)(1)(i thru vi) may contain the statement: “Contact the Transportation Office at the Administration Office specified in block 7.”
A) For DLA administered contracts, vendors must contact the Supply Chain Transportation office Helpdesk at (800) 456-5507 or via email to delivery@dla.mil.
B) For contracts administered by DCMA, vendors must contact the DCMA
Transportation Office listed on the award document in lieu of using VSM.
Use 52.247-9039 in solicitations and contracts when Project Code 175-ALASKA REMOTE RESUPPLY is cited in the PR.
(a) For deicing fluids;
(1) Paragraph (b) of the clause has been pre-filled with a delivery date of 1 Jun. This will ensure fluids are received at the final destination NLT 1 Jul.
(2) Immediate acquisition action should be initiated in order that delivery of cargo may be made. Shipments that cannot meet delivery dates shall be referred to 833 US Army Transport Battalion, USAF Water Port Logistics Office (WPLO) in Seattle, WA, (206-764-6531) for disposition.
(3) Bulk freight shipping instructions:
(i) Shipments will be solicited to:
4DL
833 US Army Transport Battalion
ATTN: MTWSE-TM
4735 East Marginal Way South
Seattle, WA 98134-2391
(ii) Current stations with deadlines for bulk deicing fluid are:
STATION ACTY ADD CODE DEICING FLUID MUST ARRIVE
King Salmon FG5026 NLT 1 Jul
Eareckson FG5027 NLT 1 Jul
Galena FG5024 NLT 1 Jul
(4) Bulk deicing fluid is normally the only bulk liquid handled by WPLO. All bulk shipments will be coordinated with WPLO prior to shipment and will be shipped in commercial RAIL tank cars only.
(b) For all other supplies;
NOTE: No deadline date is applicable for "other supplies."
(1) Freight shipping instructions:
(i) Shipments will be solicited to: TACOMA, WA
(ii) Current stations are:
STATION ACTY ADD CODE
Barter Island FG5023
Cold Bay FG5018
Eareckson FG5027
Galena FG5024
King Salmon FG5026
Kotzbue FG5012
Lizburne FG5010
Newenham FG5011
Oliktok FG5022
Point Barrow FG5021
Point Lay FG5019
Romanzof FG5014
Tatalina FG5015
Tin City FG5017
(2) Small package shipments/carriers are not accepted at Tacoma.
Use 52.247-9040 in solicitations and contract when Project Code Y31- PACER GOOSE or 145-PACER NORTH is cited in the PR.
(a) Immediate acquisition action should be initiated in order to meet deadline delivery date of 2 JUN. Shipments that cannot meet this date shall be referred to Military Ocean Terminal (MOT) in Norfolk, VA (757)444-4170, FAX (757)444-2352 or -3087, or e-mail Linda_J_Schlosser@nor.fisc.navy.mil, for disposition. Shipments will not be accepted at MOT Norfolk after the deadline delivery date.
(b) Shipping instructions:
(1) When Project Code Y31-PACER GOOSE is cited in the PR, use FAR 52.247-52 (Sec F) and solicit shipments to: Norfolk, VA
(2) When Project 145-PACER NORTH is cited in the PR, use FAR 52.247-52 (Sec F) and solicit shipment to: McGuire AFB, NJ
(3) Consignees for PACER GOOSE AND PACER NORTH:
STATION ACTY ADD COD
12 SWS/LGS Thule FB2507
FE2507
FF2507
FJ2507
FL2507
FP2507
FS2507
Det 3, 22SOPS, Unit 82501
Thule FY1977
12 SWS/MAO, Thule FY7556
12 SWS/SCX (Computer)
Small Computer Service Center
Thule FU2514
12 SWS SVM FT9249
Thule
12 SWS SVF FT9906
Thule
Troop Issue Facility
OL BI FCS Thule HQCZZZ
(if not cleared for air movement)
USAF Hospital Thule FY8306
AAFES, Bldg 251, Thule HXFTSK
AAFES, C6 Orders, Thule HXFAC6
(4) Parcel post shipments shall be mailed to applicable APO cited on the PR.
(5) Shipments exceeding parcel post limitations will be shipped to either MOT Norfolk or McGuire AFB, as applicable.
(6) Small package shipments/carriers (RPS, UPS, etc.) should NOT be sent to MOT Norfolk.
47.305-10(90) Packing, marking, and consignment instructions.
Insert the clause at 52.247-9029, Shipping Instructions, in Long Term solicitations and contracts. Do not use in IDPOs.
Use 52.247-9030, Commercial Shipping Documents, in purchase orders and LTC basic contracts (when delivery orders will be under $100k) provided the purchase order or delivery order is assigned to the DSC for administration and inspection and acceptance is destination or in accordance with fast pay procedures, or when the offeror has been otherwise authorized to use commercial shipping documents.
Use 52.247-9035, Shipping Instructions (Domestic), in solicitations and awards when the contractor will ship supplies to a CONUS destination (48 contiguous states), a Canadian destination, or a stock location. It is not to be used for overseas shipments. Overseas shipments include parcel post shipments directly to APO/FPO addresses, shipments to Alaska, Hawaii and Puerto Rico and shipments routed through the Container Consolidation Points (CCPs) at San Joaquin, CA (W62N2A) and New Cumberland, PA (W25N14). Use of FMS freight forwarder does not apply to this clause.
Use 52.247-9036, Shipping Instructions (Export),in shipments to overseas customers including shipments direct to APO/FPO addresses, shipments to Alaska, Hawaii, and Puerto Rico, and shipments routed through the Container Consolidation Points (CCPs) at San Joaquin, CA (W62N2A) and New Cumberland, PA (W25N14).
Use 52.247-9037, Trans-shipment of Material Through DLA Containerization and Consolidation Points (CCP), when supplies are to be shipped via surface freight, Consolidation and Containerization Point appears in the shipping Address, or any time requisition/TCN begins with “A,” “C,” or “W” for Army, “N,” “Q,” or “R” for Navy, "E" or "F" for Air Force and the customer is outside the continental United States (OCONUS or outside the 48 contiguous states). Clause shall be used in all long term contracts supporting OCONUS customers. Use FAR 52.247-52 (Sec F) with this clause.
Use 52.247-9038, Shipping Instructions for DLA Direct Acquisitions, in all acquisition that involve DLA direct lines.
Use 52.247-9034, Point of Contact for Transportation Instructions, in all awards.
47.305-14 Mode of transportation.
Insert the clause at 52.247-9028, Premium Transportation, in PURCHASE ORDERS ONLY when premium transportation is to be authorized for urgent requirements.
47.305-15 Loading responsibilities of contractors.
Use clause 52.247-9031, Manufacturer’s Loading Practices, for non-commercial acquisitions exceeding the micro purchase threshold. MICRO PURCHASES: Use in acquisitions when more than one NSN is being procured. COMMERCIAL: Use in acquisitions in excess of the micro-purchase threshold when more than one NSN is being procured.
Use 52.247-9033, Transport Truck And/Or Truck and Trailer Free Time and Detention Rates, in Acquisitions for Lubricating Oil, Engine, Grade OE/HDO 40, MIL-L-2104E.
47.306-1(d)(90) Transportation cost determinations.
Use 52.247-9022, Evaluation of Transportation Costs – Order Quantity, in solicitations for RTCs or IQCs when an F.O.B. origin delivery term is included in the solicitation. Upon request, ETO DLA Distribution ( formerly DDC )will furnish, for each origin offer received, the unit transportation costs based on the minimum order quantity.
Use 52.247-9023, Evaluation of Transportation Costs – Bulk Shipment, in solicitations for Anti-icing, Defrosting De-icing Fluid (FSC 6850) to be purchased in bulk on an f.o.b. origin basis.
SUBPART 47.5 – OCEAN TRANSPORTATION BY U.S.-FLAG VESSELS
Use 52.247-9018, Utilization of Containers (Seavans) for Export Shipments, in solicitations and awards for subsistence items involving overseas destinations (not applicable to brand name resale).