Previous PageTable Of ContentsNext Page

DLAD PART 52 – SOLICITATION PROVISIONS AND CONTRACT CLAUSES



PART 52 – SOLICITATION PROVISIONS AND CONTRACT CLAUSES

TABLE OF CONTENTS

(Revised September 27, 2012 through PROCLTR 2012-53)

SUBPART 52.1 – INSTRUCTIONS FOR USING PROVISIONS AND CLAUSES

52.101 Using Part 52.

52.102 Incorporating Provisions and Clauses.

SUBPART 52.2 – TEXTS OF PROVISIONS AND CLAUSES

52.200 Scope of subpart.

52.201-9001 Ordering Officers Under the Contract.

52.204-9000 Contractor Personnel Security Requirements.

52.204-9001 Electronic Order Transmission.

52.204-9002 Solicitation Provisions and Contract Clauses Statement.

52.204-9003 [Reserved.]

52.204-9004 Administrative Deselect.

52.204-9005 Distribution of Contract to Agent.

52.205-9000 Federal Business Opportunities (FedBizOpps.gov).

52.206-9000 Domestic or Canadian Source Performance Restriction (DLA Energy).

52.208-9000 Price Adjustment on Federal Prison Industries, Incorporated (FPI) Contracts/Orders.

52.208-9001 Acquisition of Federal Prison Industries, Incorporated (FPI) Items.

52.208-9002 Defense Logistics Agency Mandatory Source Requirements.

52.208-9003 Precious Metals not Furnished.

52.208-9004 [Reserved.]

52.208-9005 [Reserved.]

52.208-9006 [Reserved.]

52.208-9007 Precious Metals (Government-Furnished Property).

52.208-9008 Evaluation of Offers for Items Containing Precious Metals.

52.209-9000 Qualified Products List (QPL) Connector Assemblies and QPL Electrical Contacts.

52.209-9001 Source Approval – Aircraft Launch and Recovery Equipment (ALRE).

52.209-9002 [Reserved.]

52.209-9003 Pre-award Sample(s).

52.209-9004 Sources for Clothing/Textile Components – National Industries for the Blind (NIB) and

52.209-9005 Identification of Sources for all Components for Clothing/Textile Items.

52.209-9006 [Reserved.]

52.209-9007 [Reserved.]

52.209-9008 [Reserved.]

52.209-9009 [Reserved.]

52.209-9010 [Reserved.]

52.209-9011 [Reserved.]

52.209-9012 Qualified Suppliers List for Manufacturers/ Qualified Supplies List for Distributors.

52.209-9013 Component Qualified Products List/Qualified Manufacturers List (QPL/QML) Items.

52.209-9014 Vehicle Registration and Operations.

52.209-9015 Waiver - First Article Test – Simplified Acquisitions.

52.209-9016 Evaluation of Offers – First Article Testing.

52.209-9017 First article – Contractor Testing – Additional Requirements.

52.209-9018 First Article – Government Test – Additional Requirements.

52.209-9019 Requests for Waiver of First Article Testing Requirements.

52.209-9020 First Article Testing Requirement – Waiver Approved.

52.209-9021 Drawing Approval Prior to Production.

52.209-9022 Compatibility Testing Requirements.

52.209-9023 Compatibility Testing Approval – Government Testing.

52.209-9024 Government Fit Verification Testing.

52.209-9025 Government Fit Verification Testing Approval.

52.209-9026 [Reserved.]

52.209-9028 Qualified Suppliers List of Distributors (QSLD) – Federal Supply Classes (FSCs)

52.209-9029 Notice of First Article Requirement and Conditions for Waiver (Logistics Command

52.209-9030 First Article Evaluation Factors (Logistics Command (LOGCOM) Depot Level

52.209-9031 Definitive Responsibility Criteria (DLA Energy).

52.209-9032 Responsibility Criteria for Support to Overseas Contingency Contracts.

52.211-9000 Government Surplus Material.

52.211-9001 Market Acceptance.

52.211-9002 Priority Rating.

52.211-9003 Conditions for Evaluation of Offers of Government Surplus Material.

52.211-9004 Priority Rating for Various Long-Term Contracts.

52.211-9005 Conditions for Evaluation and Acceptance of Offers for Critical Safety Items.

52.211-9007 Withholding of Materiel Review Board (MRB) Authority -- Critical Safety Items.

52.211-9008 [Reserved.]

52.211-9009 Non-acceptability of Government Surplus Material.

52.211-9010 Military Shipping Label (MSL) Requirements – Military Standard (MIL-STD) 129P.

52.211-9011 Business Systems Modernization (BSM) Delivery Terms and Evaluation.

52.211-9012 Obsolete Components/Materials.

52.211-9013 Shipper’s Declaration of Dangerous Goods.

52.211-9014 Contractor Retention of Traceability Documentation.

52.211-9015 Preference for Recycled Toner and Cartridges.

52.211-9016 [Reserved.]

52.211-9017 [Reserved.]

52.211-9018 Availability of Mylar Drawings.

52.211-9020 Time of Delivery – Accelerated Delivery.

52.211-9021 Variation in Quantity.

52.211-9022 Superseded Part-Numbered Items.

52.211-9023 Substitution of Item After Award.

52.211-9024 Shelf-Life Items Manufacturing Restrictions for Federal supply group

52.211-9025 Compliance with National Sanitation Foundation (NSF) Requirements.

52.211-9026 Delays in Shipment of Products Requiring United States Department of Agriculture

52.211-9027 [Reserved.]

52.211-9028 [Reserved.]

52.211-9029 [Reserved.]

52.211-9030 Annotation of Shipping Documents for Lubricating Oil, Engine, Grade OE/HDO 40.

52.211-9031 Marking Requirements for High and Low Pressure Cylinders.

52.211-9032 Shipping and Routing.

52.211-9033 Packaging and Marking Requirements.

52.211-9034 Packaging/Marking Requirements for Diminishing Manufacturing Sources (DMS) Buys.

52.211-9035 Marking Requirements.

52.211-9036 Physical Identification/Bare Item Marking.

52.211-9037 Time of Delivery – Direct Vendor Delivery (DVD).

52.211-9038 Time of Delivery / Performance – Base Installation.

52.211-9039 Compliance with Coast Guard Requirements.

52.211-9040 Amount of Liquidated Damages.

52.211-9041 Lengths, Tickets, Packaging, Marking of Cuts or Pieces.

52.211-9043 Medical Material Requiring Refrigeration.

52.211-9044 New Drug Applications.

52.211-9045 Pre-market Notification.

52.211-9046 Food and Drug Administration (FDA) Compliance.

52.211-9047 Manufacturer’s Make or Model Number.

52.211-9048 Data Name Plates.

52.211-9049 Time of Delivery – Incremental Delivery.

52.211-9050 Quantity Variance for Aerial Photographic Film.

52.211-9051 Time of Delivery.

52.211-9052 Notification to Government of and Contemplated Production Phase-out.

52.211-9053 Expedited Handling Shipments.

52.211-9054 Time of Delivery – Contracts.

52.211-9059 Time of Delivery – Alternate Delivery Schedules.

52.211-9060 Time of Delivery.

52.211-9061 Time of Delivery (Overlapping Orders) (Indefinite Delivery Contract (IDC)).

52.211-9062 Delivery Requirements.

52.211-9063 Unit Package Marking Requirement for Component Lead Finish.

52.211-9064 Drawing Limitations (Tank-Automotive and Armaments Command (TACOM) Depot

52.211-9065 Special Notice of Contractor Responsibilities for Components and Tooling (Army

52.211-9066 Required Delivery for Orders (Army Aviation and Missile Command (AMCOM) Depot

52.211-9067 Deliveries or Performance – Time of Delivery (Naval Inventory Control Point (NAVICP)

52.211-9069 Time of Delivery – Ordering Office.

52.211-9071 Required Source Approval (Logistics Command (LOGCOM) Depot Level Repairable

52.211-9074 Deoxyribonucleic Acid (DNA) Marking on High Risk Items.

52.211-9075 [Reserved.]

52.211-9076 [Reserved.]

52.211-9077 [Reserved.]

52.211-9078 [Reserved.]

52.211-9079 [Reserved.]

52.211-9080 [Reserved.]

52.211-9081 [Reserved.]

52.211-9082 [Reserved.]

52.211-9083 Time of Delivery – Customer Oriented Delivery.

52.211-9087 Level I Material Marking (DLA Maritime-Norfolk).

52.211-9089 Level I Fastener Identification (DLA Maritime-Norfolk).

52.211-9095 Palletization of Shipments.

52.212-9000 Changes – Military Readiness.

52.212-9001 Application of Fast Payment to Part 12 Acquisitions.

52.212-9004 Reference to Uniform Contract Format (UCF) in Commercial Acquisitions.

52.213-9000 Quantity Break.

52.213-9001 Evaluation Factor for Source Inspection.

52.213-9002 [Reserved.]

52.213-9003 [Reserved.]

52.213-9005 Contractor Past Performance Evaluation—Automated Systems.

52.213-9006 [Reserved.]

52.213-9008 Procurement Automated Contract Evaluation (PACE) Information.

52.213-9009 Fast Payment Procedure.

52.213-9010 Indefinite Delivery Purchase Order (IDPO) Evaluation.

52.213-9011 Indefinite Delivery Purchase Order (IDPO) Agreement.

52.213-9012 Indefinite Delivery Purchase Order (IDPO) Contract.

52.214-9001 Schedule -Firm fixed price and Fixed price with Economic Price Adjustment.

52.214-9002 Trade Discounts.

52.214-9003 Right to Apply F.o.b. Origin Offer.

52.214-9004 Subcontracting to Other Industrial Preparedness Planned Producers.

52.214-9005 Descriptive Literature.

52.214-9006 Conditional or Qualified Offers.

52.214-9007 Place of Production of an Industrial Preparedness Program (IPP) Planned Item.

52.214-9008 Rounding Off of Offer and Award Prices.

52.215-9001 Evaluation Factor for Preaward Survey.

52.215-9002 Socioeconomic Proposal.

52.215-9003 [Reserved.]

52.215-9007 Pre-proposal Conference.

52.215-9008 Facsimile Bids and Proposals.

52.215-9009 All or None for Automated Procurements.

52.215-9010 All or None (Invitation for Bid / Request for Proposal (IFB/RFP) only).

52.215-9011 Requirements for Quantity Increments or Ranges.

52.215-9013 Production Facility Changes.

52.215-9014 Aggregate Awards for Regional Petroleum Requirements.

52.215-9015 Production Capacity.

52.215-9016 Notice to Contractors and Defense Finance Accounting Services (DFAS).

52.215-9017 List of Documents, Exhibits, and other attachments.

52.215-9018 Authorized Limitation.

52.215-9019 Operational Capability Demonstration.

52.215-9021 Department of Defense (DOD) Electronic Mall (EMALL) Purchasing Reviews.

52.215-9022 Contractor Past Performance Evaluation – Automated Systems.

52.215-9023 Reverse Auction.

52.215-9024 State Minimum Price Regulations.

52.215-9033 Competing Individual Delivery Orders through On-line Reverse Auctioning.

52.215-9034 Submission of Cost Data.

52.216-9004 [Reserved.]

52.216-9005 [Reserved.]

52.216-9006 Addition/Deletion of Items.

52.216-9007 Contract and Delivery Order Limitations.

52.216-9008 Offeror’s Quantity Limitations.

52.216-9009 Estimated Total Quantity.

52.216-9010 Contract Quantity Limitations.

52.216-9011 Economic Price Adjustment – DoD Electronic Mall (EMALL).

52.216-9012 Economic Price Adjustment – For Unitized Group Rations (UGR) – A Components -

52.216-9013 Evaluation of Offers for Indefinite Delivery Type Solicitations.

52.216-9014 Area Requirements – Tentative Destinations.

52.216-9015 Area Requirements – Contiguous United States (CONUS).

52.216-9016 Intent to Award Against Existing Basic Ordering Agreement (BOA).

52.216-9017 Single or Multiple Awards.

52.216-9018 Alternate Offer Conditional Award.

52.216-9019 Area Requirements – East and West of Mississippi.

52.216-9020 Prime Vendor Requirements.

52.216-9023 Additional Ordering Limitation.

52.216-9024 Adjustment to Ordering Period.

52.216-9025 Invoices for Delivery Orders.

52.216-9026 Pricing of Delivery Orders with Quantity Increments.

52.216-9027 Evaluation of Quantity Sensitive and Indefinite Delivery Contracts.

52.216-9028 Economic Price Adjustment Labor and Material.

52.216-9033 Economic Price Adjustment – Established Prices.

52.216-9036 Evaluation of Offers - Economic Price Adjustment.

52.216-9037 Evaluation of Bids - Economic Price Adjustment.

52.216-9038 Price Redetermination – Prospective (Deviation).

52.216-9039 Economic Price Adjustment – Standard Supplies Deviation.

52.216-9043 Economic Price Adjustment – Federal Supply Schedule Prices.

52.216-9046 Economic Price Adjustment – Other Federal Agency Contracts – E-CAT.

52.216-9056 Limitations of Requirements (DLA Disposition Services).

52.216-9061 Economic Price Adjustment (EPA) Table Spreads.

52.216-9062 Economic Price Adjustment (EPA) Unitized Group Ration (UGR).

52.216-9067 Economic Price Adjustment – Liquid Propane Gas – DLA Distribution.

52.216-9076 [Reserved.]

52.216-9077 [Reserved.]

52.216-9078 [Reserved.]

52.216-9079 [Reserved.]

52.216-9080 [Reserved.]

52.216-9081 [Reserved.]

52.216-9082 [Reserved.]

52.216-9083 Restitution.

52.217-9000 Data Pricing, Evaluation, and Award.

52.217-9002 Conditions for Evaluation and Acceptance of Offers for Part Numbered Items.

52.217-9003 Manufacturing or Production Information.

52.217-9004 Reopener Clause - Cost of Specified Direct Materials/Other Direct Cost Item.

52.217-9005 Reopener Clause - Pending Indirect Rates Proposal.

52.217-9006 Surge and Sustainment (S&S) Investments.

52.217-9007 Surge and Sustainment (S&S) Instructions to Offerors.

52.217-9008 Surge and Sustainment (S&S) Evaluation.

52.217-9009 Surge and Sustainment (S&S) Pricing.

52.217-9010 Limitations on Use of Surge and Sustainment (S&S) Government Investment.

52.217-9011 Provisioning.

52.217-9017 Tailored Logistics Support Purchasing Reviews.

52.217-9018 Supply Assurance Through Multisource Contracting.

52.217-9019 [Reserved.]

52.217-9020 Corporate Contract Fill Rate and Unfilled Orders.

52.217-9022 Provisioning Documentation is Waived.

52.217-9023 Restriction of Alternate Offers for Source Controlled Items.

52.219-9002 Defense Logistics Agency (DLA) Mentoring Business Agreements (MBA) Program.

52.219-9003 Defense Logistics Agency (DLA) Mentoring Business Agreements (MBA) Performance.

52.219-9004 Small Business Program Representations.

52.219-9005 [Reserved.]

52.219-9006 [Reserved.]

52.219-9007 [Reserved.]

52.219-9008 Combined Historically Underutilized Business Zone (HUBZone)/

52.219-9009 Combined HUBZone/Small Business Set-Aside Instructions – Type 2.

52.219-9010 [Reserved.]

52.219-9011 [Reserved.]

52.219-9012 [Reserved.]

52.219-9013 Combined Set-Aside Instructions – Type 1.

52.219-9014 Combined Set-Aside Instructions – Type 2.

52.219-9017 Small Business Set-Aside Portion – Equal.

52.219-9018 Notification of Subcontracting Plan.

52.222-9000 Davis-Bacon Act - Price Adjustment.

52.223-9000 Material Safety Data Sheets and Hazard Warning Labels.

52.223-9001 Estimate of Re-Refined Oil Content.

52.223-9002 Anti-Stain Treatment (Untreated Wood Products).

52.223-9003 Marking Dangerous or Hazardous Materials.

52.223-9004 Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA).

52.223-9007 Permission for Mercury (DLA Maritime).

52.223-9008 Hazardous Chemical Exposure (DLA Maritime).

52.225-9000 [Reserved.]

52.225-9001 [Reserved.]

52.225-9002 Foreign Military Sales (FMS) Shipping Instructions.

52.225-9003 Customs Clearance Procedures for United States (U.S.) Subsistence in the European

52.227-9000 Commercial Manuals for Naval Shipboard Use Items.

52.227-9001 Evaluation of Offers for Manuals.

52.227-9002 Data – English Language.

52.227-9003 In Plant Equipment (IPE) Contract Data Requirements.

52.227-9005 Restrictions on Use of Boeing Rights Guard Technical Data.

52.227-9006 Use of Colt Industries Restricted Technical Data.

52.227-9007 Restrictions on Use of OTO Melara-Limited Rights Technical Data.

52.227-9008 Restriction on Use of FN Herstal Technical Data.

52.228-9000 Insurance.

52.228-9001 Bid Guarantee for Use in Negotiated Acquisitions.

52.228-9002 Additional Bond Security.

52.229-9000 Kentucky sales and use tax exemption.

52.229-9001 United States (U.S) Department of Treasury Tax-Free Ethyl and Denatured Alcohol

52.229-9002 Tax Exemption Forms.

52.229-9003 Excise Tax Included (No Proof of Export).

52.229-9004 Federal Excise Tax.

52.229-9005 Federal Excise, State, Local Taxes Excluded from Contract Price.

52.229-9006 Tax Exemption Forms.

52.229-9007 United States (U.S) Department of Treasury Tax-Free Ethyl and Denatured Alcohol

52.230-9000 Submission of Data on Facilities Capital Cost of Money.

52.232-9001 Invoice Confirmation – Commercial Manuals.

52.232-9002 Tare Included or Excluded.

52.232-9003 Billing Weight and Payments for Carbon Steel or Steel Plate/Sheets.

52.232-9004 Purchase Card Purchases – Vendor Rebate Program (VRP).

52.232-9005 Invoicing Instructions (Time-and-Materials or Labor-Hour Contract).

52.232-9006 [Reserved.]

52.232-9009 [Reserved.]

52.232-9010 Accelerated Payments to Small Business.

52.233-9000 Agency Protests.

52.233-9001 Disputes: Agreement to Use Alternate Disputes Resolution (ADR).

52.236-9000 Saftey, Fire Prevention, and Security.

52.237-9001 Contractor Personnel Changes and Key Personnel Requirements.

52.237-9002 Key Personnel – Fixed Price Service Contracts.

52.237-9003 Site Visit Coordinator.

52.237-9004 Evaluation – Contractor Installation or Verification of Installation.

52.239-9000 Y2K Compliance Notice.

52.242-9000 Production Progress Reports.

52.242-9001 Notification of Shipment.

52.242-9003 [Reserved.]

52.242-9004 [Reserved.]

52.242-9005 Report of Shipment of Perishable Medical Items - DLA Troop Support – Medical.

52.242-9006 Delay of Installation for Medical and Laboratory Instrumentation DLA Troop Support –

52.242-9008 Technical Direction.

52.242-9009 Correspondence Regarding Meal, Ready-to-Eat (MRE) and Tray Pack Contracts.

52.242-9010 Title of Containers and Packaging Materials.

52.242-9011 [Reserved.]

52.242-9012 Notice of Availability.

52.242-9013 Responsibility for administration and inspection.

52.243-9000 Design Change - Supply Items (Army Aviation and Missile Command (AMCOM) Depot

52.245-9001 Evaluation of Use of Government Furnished Property (GFP).

52.245-9002 Use of Government Furnished Property (GFP).

52.245-9003 Transportation Costs of Government Furnished Property (GFP).

52.245-9005 Government-Owned Tooling.

52.245-9006 Use of Government-Owned Tooling.

52.245-9007 Use of Government-Owned Special Tooling or Test Equipment.

52.245-9008 Use of Government Facilities on a No Charge Basis.

52.245-9009 Government-Furnished Property (GFP).

52.245-9012 Government-Furnished Property (GFP) - Cloth Only.

52.245-9015 Dyeing and Finishing of Textiles.

52.245-9016 Availability of Clothing Patterns.

52.245-9017 Ownership of Overruns Containing Government-Furnished Property (GFP).

52.245-9018 Government-Furnished Material – National Industries for the Blind (NIB) and

52.245-9019 Government-owned Property (Bulk Storage Contract).

52.245-9020 Cartoons and Guide Samples for Embroidered Insignia.

52.245-9021 Government Samples.

52.245-9022 Sized Items.

52.245-9023 Firm and Flexible Sizes.

52.245-9024 Special Measurements.

52.245-9025 Contractor Control of Government-Furnished Property (GFP).

52.246-9000 Certificate of Quality Compliance.

52.246-9001 Manufacturing Process Controls and In-process Inspections.

52.246-9002 Product Certification and Test Report(s) (Metals).

52.246-9003 Measuring and Test Equipment.

52.246-9004 Product Verification Testing.

52.246-9005 Note to Contractor for Inspection (Air Launch and Recovery Equipment) (ALRE)).

52.246-9006 [Reserved.]

52.246-9007 Inspection and Acceptance at Destination.

52.246-9008 Inspection and Acceptance at Origin.

52.246-9010 Determination of Quantity Specific to Lubricating Oils.

52.246-9011 Liquefied Petroleum Gases Quality Assurance.

52.246-9012 Preparation for Delivery and Inspection of Fresh Fruits and Vegetables.

52.246-9013 Contractor and Government Samples at Origin.

52.246-9014 Certificate of Conformance.

52.246-9015 [Reserved.]

52.246-9016 [Reserved.]

52.246-9017 [Reserved.]

52.246-9018 Shipping Documents Supplied to Assembly Contractors.

52.246-9019 Material and Inspection Report.

52.246-9020 Distribution of Material Inspection and Receiving Report.

52.246-9021 Source Inspection Provisions.

52.246-9022 Inspection System Requirement-Foreign Manufactured Items.

52.246-9023 General Inspection Requirements.

52.246-9024 Alternative Inspection Requirements for Selected Items.

52.246-9025 Reinspection of Nonconforming Supplies.

52.246-9026 Inspection Fees – Petroleum Products.

52.246-9027 Inspection of Bulk Deliveries – Petroleum Products.

52.246-9028 Inspection of Construction.

52.246-9029 Inspection and Acceptance Points.

52.246-9030 Shade Evaluation of Contractor Furnished Components.

52.246-9031 Shade Evaluation.

52.246-9032 Identification of Qualified Laboratory and Source Sampling.

52.246-9033 Operational Check of Equipment Items.

52.246-9034 Testing at Government Laboratory.

52.246-9035 Acceptance of Medical and Laboratory Instrumentation.

52.246-9036 Acceptance of Installation for Medical and Laboratory Instrumentation.

52.246-9037 Orders for Repair of Medical Equipment.

52.246-9038 Installation of Medical and Laboratory Instrumentation.

52.246-9039 Removal of Government Identification from Non-Accepted Supplies.

52.246-9040 Inspection and Acceptance - Supervision of Installation.

52.246-9041 Government Loss or Damage.

52.246-9043 Higher-level Contract Quality Requirement (Non-manufacturers).

52.246-9044 Sanitary Conditions.

52.246-9045 Federal Food, Drug and Cosmetic Act-Wholesale Meat Act.

52.246-9046 Phytosanitary Certificates for Export Shipments of Produce.

52.246-9051 Repackaging of Hazardous Material.

52.246-9052 Warranty of Supplies.

52.246-9053 Commercial Warranty.

52.246-9054 Warranty – Acceptance of Supplies.

52.246-9055 Warranty of Supplies and Virtual Prime Vendor.

52.246-9056 Warranty Period for Overseas Shipments.

52.246-9057 Warranty of Data.

52.246-9058 Warranty of Supplies.

52.246-9059 Warranty of Supplies (Commercial Items).

52.246-9060 Warranty of Supplies (Commercial Items) (Fill-In).

52.246-9061 Warranty of Industrial Plan Equipment (IPE) – Federal Supply Group (FSG) 34.

52.246-9062 Repackaging to Correct Packaging Deficiencies.

52.246-9063 Warranty of Supplies, Extended (66 Months).

52.246-9064 Quality Conformance Inspection Requirements.

52.246-9065 Protection from Degradation due to Electrostatic/Electromagnetic Forces.

52.246-9066 Documentation of Traceability.

52.246-9070 Commercial Bills of Lading (Bulk) (DLA Energy).

52.246-9071 Drawing for Inspection (Logistics Command (LOGCOM) Depot Level Repairable

52.246-9080 Points of Inspection and Acceptance (DLA Energy).

52.246-9081 Certificate of Conformance (DLA Energy).

52.246-9082 [Reserved.]

52.246-9083 Liability for Warehouse Charges for Perishable Cold Storage Items Due to Receipt of

52.246-9084 [Reserved.]

52.246-9085 Production Lot Testing (PLT) – Government.

52.246-9086 Production Lot Testing (PLT) – Contractor.

52.246-9087 [Reserved.]

52.246-9088 [Reserved.]

52.246-9089 [Reserved.]

52.246-9090 [Reserved.]

52.246-9091 [Reserved.]

52.246-9092 [Reserved.]

52.246-9093 Inspection Standards Wood Products.

52.246-9094 Level I Material Certification (DLA Maritime-Norfolk).

52.247-9000 Guaranteed Maximum Shipping Weights or Dimensions.

52.247-9001 Port Handling and Ocean Costs in Bid Evaluation.

52.247-9003 [Reserved.]

52.247-9004 [Reserved.]

52.247-9005 [Reserved.]

52.247-9006 Free on Board (F.o.b.) Destination Price Quoting Instructions -- Overseas Direct Vendor

52.247-9007 Free on Board (F.o.b.) Destination Price Quoting Instructions – Contiguous United

52.247-9008 Free on Board (F.o.b.) Destination Price Quoting Instructions – Foreign Military Sales

52.247-9009 Free on Board (F.o.b.) Destination Price Quoting Instructions -- Canadian Foreign

52.247-9010 Free on Board (F.o.b.) Destination Price Quoting Instructions – Shipment to Depot.

52.247-9011 Vendor Shipment Module (VSM).

52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM).

52.247-9013 Free on Board (F.o.b.). Origin and/or F.o.b. Port(s) of Loading (Destination) in Offer

52.247-9014 Evaluation of Offers via Export Aerial Ports.

52.247-9015 Loading Capabilities for Bulk Shipments.

52.247-9016 Free on Board (F.o.b.). Destination Contractor Transshipment.

52.247-9017 Perishable Foodstuff Transportation.

52.247-9018 Utilization of Containers (Seavans) for Export Shipments.

52.247-9019 Shipments Direct to Port Terminals for Export.

52.247-9020 Advance Notice of Late, Short or Non-Shipment of Supplies.

52.247-9021 Free on Board (F.o.b.). Origin Contracts for Supplies Originating Outside the United

52.247-9022 Evaluation of Transportation Costs – Order Quantity.

52.247-9023 Evaluation of Transportation Costs – Bulk Shipments.

52.247-9024 Free on Board (F.o.b.). Origin by Non-CONUS or Non-Canadian Offerors for Delivery to

52.247-9025 Free on Board (F.o.b.). Origin by Non-Contiguous United States (CONUS) or Non-

52.247-9026 Evaluation of Offers Invited for Both Free on Board (F.o.b.). Origin and F.o.b.

52.247-9027 Evaluation of Offers for Quantity Increments.

52.247-9028 Premium Transportation.

52.247-9029 Shipping Instructions.

52.247-9030 Commercial Shipping Documents.

52.247-9031 Manufacturer’s Loading Practices.

52.247-9032 Delivery Conditions for Transport Trucks, Trucks and Trailers or Tank Wagons.

52.247-9033 Transport Truck and/or Truck and Trailer Free Time and Detention Rates.

52.247-9034 Point of Contact for Transportation Instructions.

52.247-9035 Shipping Instructions (Domestic).

52.247-9036 Shipping Instructions (Export).

52.247-9038 Shipping Instruction for DLA Direct Acquisitions.

52.247-9039 Alaska Remote Supply (Project Code 175).

52.247-9040 Greenland Remote Supply (Project Codes Y31 and 145).

52.247-9041 Delivery Times.

52.247-9042 Wartime Utilization of Contract Vehicles (Contingency Contract) (Republic of Korea).

52.247-9043 [Reserved.]

52.247-9044 Transportation of Wood Products.

52.247-9045 Alaskan, Hawaiian or Puerto Rican Requirements.

52.247-9046 [Reserved.]

52.247-9047 Evaluation – Free on Board (F.O.B.) Origin –Special Condition.

52.247-9048 Guaranteed Shipping Characteristics.

52.247-9049 Evaluation - Free on Board (F.O.B.) Origin - Shipments Originating in Puerto Rico.

52.247-9050 Evaluation -- Palletized Shipments.

52.247-9056 Addendum to FAR 52.247-29 Free on Board (f.o.b.) Origin.

52.247-9057 Shipment of Government Property Government and Contractor Responsibility.

52.248-9001 Exemption from Value Engineering.

52.248-9002 Offers Using Alternate Value Engineering Change Proposal (VECP) Method and

52.249-9000 Administrative Costs of Reprocurement after Default.

SUBPART 52.1 – INSTRUCTIONS FOR USING PROVISIONS AND CLAUSES

52.101 Using Part 52.

(b) Numbering.

(2) Provisions or clauses that supplement Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS).

(ii) Only those provisions and clauses in this directive that are codified are preceded by an assigned CFR chapter number.

(B) See 1.301-91(c).

(f) Dates. Provisions and clauses in this directive that were formerly in the Defense Logistics Procurement Regulation (DLPR) bear the DLPR date when the provision or clause was transferred verbatim to this directive or when only editorial changes were made. If significant editorial changes were made to clauses or provisions in this edition, for example, under Procurement Letter (PROCLTR) 2012-11, the date has been changed.

52.102 Incorporating provisions and clauses.

(b)(S-90) The following web addresses shall be inserted in the spaces provided for this purpose in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, and the clause at FAR 52.252-2, Clauses Incorporated by Reference: http://www.dla.mil/Acquisition and http://farsite.hill.af.mil/. The web pages referenced will provide links to all provisions and clauses (Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD)) that are incorporated by reference in Defense Logistics Agency (DLA) solicitations and awards. J71 shall maintain the web page and the DLAD provisions and clauses. Buying activities shall maintain their local provisions and clauses.

Buying activities shall also ensure that quality assurance provisions (QAPs), contract data requirements lists (CDRLs), and other similar contract requirements can be accessed electronically and are incorporated by reference. If the electronic address where these documents can be accessed is other than the Web page referenced above, that address shall also be identified in FAR 52.252-1 and 52.252-2.

Archive databases of provisions, clauses, and other contract requirements that are incorporated by reference and have been superseded within the last three years (or longer period, if determined appropriate by the buying activity) shall also be maintained and made accessible electronically. The archive database shall identify a point of contact who can provide older documents that are not available in the archive database. J71 and the buying activities shall maintain the DLAD and local archives, respectively.

Buying activities may identify reasonable circumstances when incorporation in full text is appropriate, such as the following:

SUBPART 52.2 – TEXTS OF PROVISIONS AND CLAUSES

(Revised March 22, 2012 through PROCLTR 2012-31)

52.200 Scope of subpart.

This subpart sets forth the texts of all Defense Logistics Acquisition Directive (DLAD) provisions and clauses, and for each provision and clause, gives a cross-reference to the location in the DLAD that prescribes its use.

52.201-9001 Ordering Officers under the Contract.

As prescribed in 1.603-90(b), insert the following clause:

ORDERING OFFICERS UNDER THE CONTRACT (NOV 2011)

(a) Ordering officers are authorized to place and sign delivery orders that are expressly within the terms and conditions of this contract. Ordering officers, however, are not authorized to sign purchase orders or contracts and cannot take any action to charge the account of the Contractor unless they are also Contracting Officers.

(b) Ordering officers are authorized to modify delivery orders and perform all administrative functions pertaining to such orders including termination of the order for late deliveries and other product nonconformances.

(c) In the case of a termination, the applicable agency, commissary, or activity may reprocure the supplies locally. The ordering officer shall also notify the Defense Logistics Agency (DLA) Contracting Officer of all terminations and repurchase actions which were processed under the indefinite delivery contract.

(d) Delivery orders outside the expressed terms and conditions of the contract shall be signed by the DLA Contracting Officer. Further limitations on the authority of the ordering officer may be stated elsewhere in the contract or in the letter of appointment.

(e) [ ] If checked, the following individuals are appointed ordering officers under this contract:

Appointed Ordering Officer(s) for Contract (Number)

(End of Clause)

52.204-9000 Contractor Personnel Security Requirements.

As prescribed in 4.1303-90, insert the following clause:

CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (MAR 2012)

(End of Clause)

52.204-9001 Electronic Order Transmission.

As prescribed in 4.502-90, insert the following provision:

ELECTRONIC ORDER TRANSMISSION (NOV 2011)

(End of Clause)

52.204-9002 Solicitation Provisions and Contract Clauses Statement.

As prescribed in 4.502-90 insert the following clause:

SOLICITATION PROVISIONS AND CONTRACT CLAUSES STATEMENT (NOV 2011)

(End of Clause)

52.204-9003 [Reserved.]

52.204-9004 Administrative Deselect.

As prescribed in 4.103-90, insert the following clause:

ADMINISTRATIVE DESELECT (NOV 2011)

(End of Clause)

52.204-9005 Distribution of Contract to Agent.

As prescribed in 4.202-90, insert the following provision:

DISTRIBUTION OF CONTRACT TO AGENT (AUG 2008)

(End of Provision)

52.205-9000 Federal Business Opportunities (FedBizOpps.gov).

As prescribed in 5.207-90, insert the following provision:

FEDERAL BUSINESS OPPORTUNITIES (FedBizOpps.gov) (JUL 2008)

(End of Provision)

52.206-9000 Domestic or Canadian Source Performance Restriction (DLA Energy).

As prescribed in 6.302-3-70(90), insert the following clause:

DOMESTIC OR CANADIAN SOURCE PERFORMANCE RESTRICTION (DLA ENERGY)

(NOV 2011)

(a) The Contractor hereby agrees, by submission of its offer, that each end product furnished under this contract shall be manufactured or produced in the United States (U.S.), its outlying areas, or Canada. The Contractor agrees to furnish product only from the source(s) identified below:

Source

Location

   
   

(End of Clause)

52.208-9000 Price Adjustment on Federal Prison Industries, Incorporated (FPI) Contracts/Orders.

As prescribed in 8.604(c)(90)(i), insert the following clause:

PRICE ADJUSTMENT ON FEDERAL PRISON INDUSTRIES, INCORPORATED (FPI) CONTRACTS/ORDERS (NOV 2011)

(End of Clause)

52.208-9001 Acquisition of Federal Prison Industries, Incorporated (FPI) items.

As prescribed in 8.602(a)(i)(90), insert the following provision:

ACQUISITION OF FEDERAL PRISON INDUSTRIES INCORPORATED (FPI) ITEMS (NOV 2011)

(End of Provision)

52.208-9002 Defense Logistics Agency Mandatory Source Requirements.

As prescribed in 8.406-1(90), insert the following clause:

DEFENSE LOGISTICS AGENCY (DLA) MANDATORY SOURCE REQUIREMENT (NOV 2011)

(End of Clause)

52.208-9003 Precious Metals Not Furnished.

As prescribed in 8.7305(a)(S-90), insert the following clause:

PRECIOUS METALS NOT FURNISHED (MAR 2012)

No precious metals or other property will be furnished by the Government for performance of this contract; therefore, Federal Acquisition Regulation (FAR) clause 52.245-1 is not applicable to this contract.

(End of Clause)

52.208-9007 Precious Metals (Government-Furnished Property).

As prescribed in 8.7305(a)(1), insert the following clause:

PRECIOUS METALS (GOVERNMENT-FURNISHED PROPERTY) (MAR 2012)

(End of Clause)

52.208-9008 Evaluation of Offers for Items Containing Precious Metals.

As prescribed in 8.7305(a)(2), insert the following provision:

EVALUATION OF OFFERS FOR ITEMS CONTAINING PRECIOUS METALS (MAR 2012)

(End of Provision)

52.209-9000 Qualified Products List (QPL) Connector Assemblies and QPL Electrical Contacts.

As prescribed in 9.203(a)(90), insert the following clause:

QUALIFIED PRODUCTS LIST (QPL) CONNECTOR ASSEMBLIES AND QPL ELECTRICAL CONTACTS (NOV 2011)

(End of Clause)

52.209-9001 Source Approval – Aircraft Launch and Recovery Equipment (ALRE).

As prescribed in 9.290(a) insert the following provision:

SOURCE APPROVAL – AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE)

(NOV 2011)

(End of Provision)

52.209-9003 Pre-Award Sample(s).

As prescribed in 9.308-2(90), insert the following provision:

PRE-AWARD SAMPLE(S) (NOV 2011)

(c) Samples will be shipped to DLA Troop Support, Directorate of Medical Materiel Laboratory, attention: Code MQA, 700 Robbins Avenue, Philadelphia, Pennsylvania 19111-5092, unless otherwise directed by the Contracting Officer. In the submission of samples:

(1) Samples and protocol, consisting of test data and analysis of materials, shall be submitted at no cost to the Government within 15 calendar days after receipt by the offeror of the Government's request for such samples.

Note: Offerors are cautioned that the submission time is vital to the Government in making a timely award. Offerors must be prepared to submit samples and protocol timely, as late receipt may render the offer ineligible for award.

(2) The Contracting Officer shall advise the offeror of the results of the evaluation by written notice within _______calendar days after receipt of the sample.

(d) The samples referred to in the preceding paragraphs are not bid samples; rather, these samples are for the purpose of establishing the offeror's capability, if awarded a contract, to produce items conforming to the specifications. Failure to furnish the requested number of samples within the time specified above, failure to furnish samples conforming to the specifications, or failure to furnish the protocol, consisting of test data and analysis of materials required by the preceding paragraph, may result in rejection of the offer. Offerors are cautioned that upon receipt of any award hereunder, they are obliged to deliver supplies which comply with the specifications regardless of whether any sample submitted hereunder deviates in any way from the specification requirements.

(End of Provision)

52.209-9004 Sources for Clothing/Textile Components - National Industries for the Blind (NIB) and National Industries for the Severely Handicapped (NISH).

As prescribed in 9.404-90, insert the following clause:

SOURCES FOR CLOTHING/TEXTILE COMPONENTS – NATIONAL INDUSTRIES FOR THE BLIND (NIB) AND NATIONAL INDUSTRIES FOR THE SEVERELY HANDICAPPED (NISH) (NOV 2011)

(End of Clause)

52.209-9005 Identification of Sources for All Components for Clothing/Textile Items.

As prescribed in 9.404-91, insert the following provision:

IDENTIFICATION OF SOURCES FOR ALL COMPONENTS FOR CLOTHING/TEXTILE ITEMS (APR 2008)

(End of Provision)

52.209-9012 Qualified Suppliers List for Manufacturers/Qualified Suppliers List for Distributors.

As prescribed in 9.203(a)(91), insert the following clause:

QUALIFIED SUPPLIERS LIST FOR MANUFACTURERS (QSLM)/QUALIFIED SUPPLIERS LIST FOR DISTRIBUTORS (QSLD) (NOV 2011)

(End of Clause)

52.209-9013 Component Qualified Products List/Qualified Manufacturers List (QPL/QML) Items.

As prescribed in 9.203(a)(92), insert the following clause:

COMPONENT QUALIFIED PRODUCTS LIST (QPL)/ QUALIFIED MANUFACTURERS LIST (QML) (NOV 2011)

(End of Clause)

52.209-9014 Vehicle Registration and Operations.

As prescribed in 9.104-1(e)(90), insert the following provision:

VEHICLE REGISTRATION AND OPERATIONS (JUL 2008)

MINIMUM REQUIREMENTS FOR THE STATE OF VIRGINIA

(End of Clause)

52.209-9015 Waiver - First Article Test – Simplified Acquisitions.

As prescribed in 9.306(c)(90)(i), insert the following clause:

WAIVER – FIRST ARTICLE TEST - SIMPLIFIED ACQUISITIONS (NOV 2011)

(End of Clause)

52.209-9016 Evaluation of Offers – First Article Testing.

As prescribed in 9.306(i)(90), insert the following provision:

EVALUATION OF OFFERS – FIRST ARTICLE TESTING (MAR 2009)

(End of Provision)

ALTERNATE I (MAR 2009) As prescribed at 9.306(i)(91), insert the following paragraph in lieu of the basic provision:

52.209-9017 First article – Contractor Testing – Additional Requirements.

As prescribed in 9.308-1(a)(91)(ii)(A), insert the following clause:

FIRST ARTICLE – CONTRACTOR TESTING – ADDITIONAL REQUIREMENTS (NOV 2011)

(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 Federal Acquisition Regulation (FAR) 52.209-3, 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 52.209-3).

(3) Prepare and disseminate the FAT 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: [Contractor insert Contract number] and lot/item number: [Contractor insert 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 e-mail, including award number, National Stock Number (NSN), and additive contract Line-item (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 43218-3990

(2) For awards issued by DLA Troop Support:

(End of Clause)

ALT I (NOV 2011) As prescribed in 9.308-1(a)(91)(ii)(A)(1), add the following paragraphs (c)(1)-(2) to in the basic clause:

ALT II (NOV 2011) As prescribed in 9.308-1(a)(91)(ii)(A)(2), insert the following paragraphs (a)(2)(i)-(iii) in lieu of paragraph (a)(2) in the basic clause. The Contracting Officer shall complete the fill-ins in paragraph (a)(2)(ii) with information in the Material Master, Product Assurance tab.

ALT III (SEP 2008) As prescribed in 9.308-1(a)(91)(ii)(A)(3), add the following paragraph (a)(3)(v) to the basic clause:

ALT IV (SEP 2008) As prescribed in 9.308-1(a)(91)(ii)(A)(4), insert the following paragraph (a)(1) in lieu of paragraph (a)(1) in the basic clause:

ALT V (NOV 2011) As prescribed in 9.308-1(a)(91)(A)(5), insert the following paragraph (a)(2) in lieu of paragraph (a)(2) in the basic clause.

52.209-9018 First Article - Government Test – Additional Requirements.

As prescribed in 9.308-2(a)(91)(ii)(A), insert the following clause:

FIRST ARTICLE – GOVERNMENT TEST – ADDITIONAL REQUIREMENTS (NOV 2011)

(End of Clause)

ALT I (SEP 2008) As prescribed in 9.308-2(a)(91)(ii)(B), insert the following paragraph (a)(2) in lieu of paragraph (a)(2) in the basic clause:

ALT II (SEP 2008) As prescribed in 9.308-2(a)(91)(ii)(C),insert the following paragraphs (a)(2)(i)-(iii) in lieu of paragraph (a)(2) in the basic clause. The Contracting Officer shall complete the fill-ins in paragraph (a)(2)(ii) with information in the material master, product assurance tab.

ALT III (NOV 2011) As prescribed in 9.308-2(a)(91)(ii)(D), insert the following paragraphs (a)(2)(i)-(iii) in lieu of paragraph (a)(2) in the basic clause:

ALT IV (SEP 2008) As prescribed in 9.308-2(a)(91)(ii)(E), insert the following paragraphs (a)(2)(i)-(iii) in lieu of paragraph (a)(2) in the basic clause:

ALT V (NOV 2011) As prescribed in 9.308-2(a)(91)(ii)(F), insert the following paragraph (a)(2)(i)-(ii) in lieu of paragraph (a)(2) in the basic clause:

ALT VI (SEP 2008) As prescribed in 9.308-2(a)(91)(ii)(G), insert the following paragraphs (a)(1)(i)-(ii) in lieu of paragraph (a)(1) in the basic clause:

ALT VII (SEP 2008) As prescribed in 9.308-2(a)(91)(ii)(H), insert the following paragraph (a)(1) in lieu of paragraph (a)(1) in the basic clause:

ALT VIII (NOV 2011) As prescribed in 9.308-2(a)(91)(ii)(I), insert the following paragraphs (b)(1)-(2) in lieu of paragraph (b) in the basic clause:

52.209-9019 Requests for Waiver of First Article Testing Requirements.

As prescribed in 9.306(c)(1), insert the following clause:

REQUESTS FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS (SEP 2008)

Alternative Prices Offered If First Article Testing Requirement Is Waived:

(End of Clause)

Alternate I (JUL 2008) As prescribed in 9.306(c)(2)(i), use the following paragraph (b) instead of paragraph (b) in the basic clause at 52.209-9019, and renumber paragraphs (b)-(d) in the basic clause as (c)-(e), respectively:

Alternate II (FEB 2010) As prescribed in 9.306(c)(1)(ii), insert the following paragraphs (a)-(b) in lieu of the basic clause:

Contract Number

Part Number/ Date Or Revision

Date First Article Approved

     

52.209-9020 First Article Testing Requirement – Waiver Approved.

As prescribed in 9.308-1(a)(93)(iii)(A) and 9.308-2(a)(93)(ii)(A), insert the following clause:

FIRST ARTICLE TESTING REQUIREMENT – WAIVER APPROVED (SEP 2008)

(End of Clause)

52.209-9021 Drawing Approval Prior To Production.

As prescribed in 9.306(c)(2)(ii), insert the following clause. Complete the fill-ins with information from the Material Master, Product Assurance tab:

DRAWING APPROVAL PRIOR TO PRODUCTION (NOV 2011)

(End of Clause)

52.209-9022 Compatibility Testing Requirements.

As prescribed at 9.390, insert the following clause,

COMPATIBILITY TESTING REQUIREMENTS (SEP 2008)

(End of Clause)

52.209-9023 Compatibility Testing Approval – Government Testing.

As prescribed in 9.390, insert the following clause:

COMPATIBILITY TESTING APPROVAL – GOVERNMENT TESTING (NOV 2011)

(End of Clause)

52.209-9024 Government Fit Verification Testing.

As prescribed at 9.391, insert the following clause:

GOVERNMENT FIT VERIFICATION TESTING (SEP 2008)

(End of Clause)

52.209-9025 Government Fit Verification Testing Approval.

As prescribed in 9.391, insert the following clause:

GOVERNMENT FIT VERIFICATION TESTING APPROVAL (SEP 2008)

(End of Clause)

52.209-9026 [Reserved.]

52.209-9028 Qualified Suppliers List of Distributors (QSLD) – Federal Supply Classes (FSC) 5961 and 5962.

As prescribed at 9.203(a)(93), insert the following clause:

QUALIFIED SUPPLIERS LIST OF DISTRIBUTORS (QSLD) – FEDERAL SUPPLY CLASSES (FSC) 5961 AND 5962 (NOV 2011)

(End of Clause)

52.209-9029 Notice of First Article Requirement and Conditions for Waiver (Logistics Command (LOGCOM) Depot Level Repairable (DLR), DLA Land and Maritime).

As prescribed in 9.306(c)(1)(iii), insert the following clause:

NOTICE OF FIRST ARTICLE REQUIREMENT AND CONDITIONS FOR WAIVER (LOGISTICS COMMAND (LOGCOM) DEPOT LEVEL REPAIRABLE (DLR), DLA LAND AND MARITIME) (NOV 2011)

(1) A bidder/offeror is currently in production, under a Government contract or a subcontract to a Government prime Contractor, of end items identical or similar to those specified in this solicitation.

(2) A bidder/offeror not presently in production of the item has previously satisfactorily furnished, under a Government contract or a subcontract to a Government prime Contractor, end items identical or similar to those specified in this solicitation. When more than twelve (12) months have elapsed (as of the date set for receipt of bid/proposal) since the delivery of identical or similar end items, first article test may be required.

(d) Bidder/offeror shall set forth in the space below contract numbers, if any, under which identical or similar items were previously accepted from the bidder/offeror by the Government and attach a copy of first article approved documents.

Contract number

Date of last delivery of end item

   
   

(End of Clause)

52.209-9030 First Article Evaluation Factors (Logistics Command (LOGCOM) Depot Level Repairable (DLR), DLA Land and Maritime).

As prescribed in 9.306(i)(92)(A)(1), insert the following provision:

FIRST ARTICLE EVALUATION FACTORS (LOGISTICS COMMAND (LOGCOM) DEPOT LEVEL REPAIRABLE (DLR) – DLA LAND AND MARITIME) (NOV 2011)

(a) In the event the offeror does not qualify for waiver of first article testing under provisions set forth elsewhere in this solicitation, the costs of first article testing shall be a factor in evaluating offers.

(b) If the offeror fails to furnish a separate offered price for the first article line item in section “b”, the bid or proposal shall be evaluated under the presumption that there is no separate charge for first article testing, and the offeror agrees to perform such tests in accordance with terms of the resulting contract at no additional cost to the Government.

(End of Provision)

ALT I (FEB 2010) As prescribed in 9.306(i)(92)(A)(2), add the following paragraphs (c) and (d) to the basic provision:

(c) It is estimated that Government costs incidental to first article test/evaluation will be $[Contracting Officer shall insert dollar amount]. For purposes of evaluation only, this amount will be added to those bids/proposals which do not qualify for waiver of first article under provisions set forth elsewhere in this solicitation.

(d) If a first article is disapproved and resubmission is authorized, the Government costs of $[Contracting Officer shall insert dollar amount] related to additional approval tests will be deducted from the contract amount for each submittal in accordance with Federal Acquisition Regulation (FAR) clause 52.209-4(c). This amount is in addition to any consideration flowing to the Government for extension, if such applies.

(End of Provision)

52.209-9031 Definitive Responsibility Criteria (DLA Energy).

As prescribed in 9.104-2(b)(90), insert the following clause:

DEFINITIVE RESPONSIBILITY CRITERIA (DLA ENERGY) (NOV 2011)

(End of Clause)

52.209-9032 Responsibility Criteria for Support to Overseas Contingency Contracts.

As prescribed in 9.105-1(90)(b), insert the following clause:

RESPONSIBILITY CRITERIA FOR SUPPORT TO OVERSEAS CONTINGENCY CONTRACTS (AUG 2011)

(End of Clause)

52.211-9000 Government Surplus Material.

As prescribed in 11.304-91(a), insert the following clause:

GOVERNMENT SURPLUS MATERIAL (NOV 2011)

ALT I (AUG 2008) GOVERNMENT SURPLUS MATERIAL

As prescribed in 11.304-91(a)(3), delete paragraphs (a)-(j) of the basic clause, and insert the following:

(End of Clause)

52.211-9001 Market Acceptance.

As prescribed in 11.103(a), insert the following provision:

MARKET ACCEPTANCE (FEB 1996)

(End of Provision)

Alternate I (FEB 1996). The Contracting Officer may substitute the following paragraph for the basic provision to obtain documentation after offers are received:

52.211-9002 Priority Rating.

As prescribed in 11.604(90), insert the following clause:

PRIORITY RATING (NOV 2011)

(End of Clause)

52.211-9003 Conditions for Evaluation of Offers of Government Surplus Material.

As prescribed in 11.304-91(a), insert the following provision:

CONDITIONS FOR EVALUATION OF OFFERS OF GOVERNMENT SURPLUS MATERIAL

(AUG 2008)

(End of Provision)

52.211-9004 Priority Rating For Various Long-Term Contracts.

As prescribed in 11.604(90), insert the following clause in prime vendor, corporate, and other long term contracts:

PRIORITY RATING FOR VARIOUS LONG-TERM CONTRACTS (NOV 2011)

(End of Provision)

52.211-9005 Conditions for Evaluation and Acceptance of Offers for Critical Safety Items.

As prescribed in 11.304-90(a), insert the following clause:

CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR CRITICAL SAFETY ITEMS (NOV 2011)

(End of Clause)

52.211-9006 Changes in Contractor Status, Item Acquired, and/or Manufacturing Process/Facility – Critical Safety Items.

As prescribed in 11.304-90(b), insert the following clause:

CHANGES IN CONTRACTOR STATUS, ITEM ACQUIRED, AND/OR MANUFACTURING PROCESS/FACILITY -- CRITICAL SAFETY ITEMS (JUL 2002)

(End of Clause)

52.211-9007 Withholding of Materiel Review Board (MRB) Authority.

As prescribed in 11.304-90(c), insert the following clause:

WITHHOLDING OF MATERIEL REVIEW BOARD (MRB) AUTHORITY - CRITICAL SAFETY ITEMS (NOV 2011)

(End of Clause)

52.211-9008 [Reserved.]

52.211-9009 Non-Acceptability of Government Surplus Material.

As prescribed in 11.304-91(b), insert the following provision:

NON-ACCEPTABILITY OF GOVERNMENT SURPLUS MATERIAL (NOV 2011)

(End of Provision)

52.211-9010 Shipping Label Requirements – Military Standard (MIL-STD) 129P.

As prescribed in 11.290(b)(1), insert the following clause:

SHIPPING LABEL REQUIREMENTS – MILITARY STANDARD (MIL-STD) 129P (MAR 2012)

   

the International Organization for Standardization (ISO)/ the International Electrotechnical Commission (IEC)-16388.

Depot Storage Site

DoDAAC

Defense Depot Susquehanna Pennsylvania (DDSP)

W25G1U and SW3124

Defense Depot San Joaquin California (DDJC)

W62G2T and SW3224

Defense Depot Norfolk Virginia (DDNV)

SW3117

Defense Depot San Diego California (DDDC)

SW3218

Defense Depot Jacksonville Florida (DDJF)

SW3122

Defense Depot Puget Washington (DDPW)

SW3216

Defense Depot Cherry Point North Carolina (DDCN)

SW3113

Defense Depot Columbus Ohio (DDCO)

SW0700

Defense Depot Richmond Virginia (DDRV)

SW0400

Defense Depot Red River Texas (DDRT)

W45G19 and SW3227

Defense Depot Corpus Christi Texas (DDCT)

W45H08 and SW3222

Defense Depot Tobyhanna Pennsylvania (DDTP)

W25G1W and SW3114

Defense Depot Anniston Alabama (DDAA)

W31G1Z and SW3120

Defense Depot Hill Utah (DDHU)

SW3210

Defense Depot Oklahoma City Oklahoma (DDOO)

SW3211

Defense Depot Warner Robins Georgia (DDWG)

SW3119

Defense Depot Barstow California (DDBC)

SW3215

Defense Depot Albany Georgia (DDAG)

SW3121

(End of Clause)

Alternate I (AUG 2005). As prescribed in 11.290(b), insert the following:

52.211-9011 Business Systems Modernization (BSM) Delivery Terms And Evaluation.

As prescribed in 11.404-90, insert the following provision:

BUSINESS SYSTEMS MODERNIZATION (BSM) DELIVERY TERMS AND EVALUATION

(MAY 2006)

(End of Provision)

52.211-9012 Obsolete Components/Materials.

As prescribed in 11.401-91, insert the following clause:

OBSOLETE COMPONENTS/MATERIALS (NOV 2011)

(End of Clause)

52.211-9013 Shipper’s Declaration of Dangerous Goods.

As prescribed in 11.204-90, insert the following clause:

SHIPPER’S DECLARATION OF DANGEROUS GOODS (NOV 2011)

(End of Clause)

52.211-9014 Contractor Retention of Traceability Documentation.

As prescribed in 11.304-92(a), insert the following clause:

CONTRACTOR RETENTION OF TRACEABILITY DOCUMENTATION

(AUG 2012)

(a) This clause applies whenever the Contractor is not the manufacturer of the item(s) to be furnished.

(b)(1) The Contractor shall retain evidence to document that items furnished under this contract conform to contract requirements. Evidence will generally include information tracing the items back to the manufacturing source or its authorized distributor. At a minimum, evidence shall be sufficient to establish the identity of the item, its manufacturing source, and conformance to the item description.

(1) The item part number or designation, which shall be provided in sufficient detail to document that the item being quoted is the same as the item being procured by the Government;

(2) The quantity, which shall be sufficient to satisfy the solicitation requirement;

(3) The unit price quoted by the approved source, or by the authorized dealer/distributor for the approved source;

(4) The date of the quotation; and

(5) The name and phone number of the representative of the approved source, or of the authorized dealer/distributor for the approved source.

(1) The invoice received by the Offeror/Contractor from the approved source, or from an authorized dealer/distributor for the approved source; or

(2) The packing slip that accompanied the shipment to the Offeror/ Contractor from the approved source, or from an authorized dealer/distributor for the approved source. The packing slip shall include a packing slip number. (If no packing slip number was provided, the Offeror/Contractor shall obtain and maintain written documentation from the approved source, or from the authorized dealer/distributor for the approved source, verifying the packing slip number. Such documentation shall include the name and address of the approved source, or of the authorized dealer/distributor for the approved source; the date of the correspondence; and the name and phone number of the representative of the approved source, or of the authorized dealer/distributor for the approved source, who provided the information.)

(1) Date;

(2) the name and address of the approved source, or of the authorized dealer/distributor for the approved source;

(3) the name and phone number of the representative of the approved source, or of the authorized dealer/distributor for the approved source;

(4) the item part number or designation, which shall be provided in sufficient detail to document that the item provided to the Contractor is the same as the item being procured by the Government;

(5) the quantity, which shall be sufficient to satisfy the solicitation requirement;

(6) the unit price charged by the approved source, or by the authorized dealer/distributor for the approved source; and

(7) the Offeror’s/Contractor’s name and address.

(End of Clause)

52.211-9015 Preference for Recycled Toner and Cartridges.

As prescribed in 11.304-93 (d), insert the following clause:

PREFERENCE FOR RECYCLED TONER AND CARTRIDGES (JUL 2008)

(End of Clause)

52.211-9018 Availability of Mylar Drawings.

As prescribed in 11.201(b), insert the following clause:

AVAILABILITY OF MYLAR DRAWINGS (NOV 2011)

(End of Clause)

52.211-9019 Reduced Delivery Schedule Applies when First Article Testing Requirements are Waived.

As prescribed at 9.306(f)(2) and 11.404, insert the following clause:

REDUCED DELIVERY SCHEDULE APPLIES WHEN FIRST ARTICLE TESTING REQUIREMENTS ARE WAIVED (SEP 2008)

(End of Clause)

52.211-9020 Time of Delivery – Accelerated Delivery.

As prescribed in 11.404(a)(1)(91) insert the following clause:

TIME OF DELIVERY – ACCELERATED (JUN 2008)

(End of Clause)

52.211-9021 Variation in Quantity.

As prescribed in 11.703(a), insert the following clause:

VARIATION IN QUANTITY (NOV 2011)

(End of Clause)

52.211-9022 Superseded Part-Numbered Items.

As prescribed in 11.304-92, insert the following clause:

SUPERSEDED PART-NUMBERED ITEMS (NOV 2011)

(End of Clause)

52.211-9023 Substitution of Item After Award.

As prescribed in 11.304-92, insert the following clause

SUBSTITUTION OF ITEM AFTER AWARD (NOV 2011)

(End of Clause)

52.211-9024 Shelf-Life Items Manufacturing Restrictions for Federal supply group (FSG) 91 Fuels, Lubricants, Waxes and Oils.

As prescribed in 11.304-93, insert the following clause:

SHELF-LIFE ITEMS MANUFACTURING RESTRICTIONS FOR FEDERAL SUPPLY GROUP (FSG) 91 FUELS, LUBRICANTS, WAXES AND OILS (AUG 2012)

(End of Clause)

Alternate I As prescribed in 11.304-93 insert the following clause instead of 52.211-9024:

SHELF-LIFE ITEMS MANUFACTURING RESTRICTIONS FOR FEDERAL SUPPLY GROUP (FSG) 91 FUELS, LUBRICANTS, WAXES AND OILS ALTERNATE I (AUG 2012)

(End of Clause)

52.211-9025 Compliance with National Sanitation Foundation (NSF) Requirements.

As prescribed in 11.304-93, insert the following clause:

COMPLIANCE WITH NATIONAL SANITATION FOUNDATION (NSF) REQUIREMENTS

(NOV 2011)

[ ] Product currently is being tested or will be tested by NSF for compliance with the applicable NSF standards.

[ ] Results of tests for compliance with applicable NSF standards by independent testing laboratory have been approved by the Government. A copy of the Contracting Officer's approval is attached.

[ ] Product currently is being tested or will be tested for compliance with applicable NSF standards by an independent testing laboratory in accordance with this clause.

[ ] NSF testing has been waived due to the following: ________________________________

(End of Provision)

52.211-9026 Delays in Shipment of Products Requiring United States Department of Agriculture (USDA) Laboratory Analysis.

As prescribed in 11.404-91, insert the following clause:

DELAYS IN SHIPMENT OF PRODUCTS REQUIRING UNITED STATES DEPARTMENT OF AGRICULTURE (USDA) LABORATORY ANALYSIS (NOV 2011)

The specifications of this contract require a USDA laboratory analysis of samples of the product to be delivered. Offerors should consider this requirement when submitting offers so that appropriate consideration is given to planning production schedules. If there are delays in performing the USDA analysis of the samples, or if there are delays in receiving the USDA analysis due to the postal service, the Contractor shall so notify the Contracting Officer. An extension in shipping time may be authorized when the conditions of (a) below, and if applicable, (b) below are satisfied.

Example:

RDD

Shipping date

Receipt of analysis

Adjusted RDD

30 Nov

27 Nov

28 Nov

1 Dec

(End of Clause)

52.211-9030 Annotation of Shipping Documents for Lubricating Oil, Engine, Grade OE/HDO 40.

As prescribed in 11.204-91, insert the following clause:

ANNOTATION OF SHIPPING DOCUMENTS FOR LUBRICATING OIL, ENGINE, GRADE OE/HDO 40 (APR 2008)

(End of Clause)

52.211-9031 Marking Requirements for High and Low Pressure Cylinders.

As prescribed in 11.204-91, insert the following clause:

MARKING REQUIREMENTS FOR HIGH AND LOW PRESSURE CYLINDERS (NOV 2011)

(End of Clause)

52.211-9032 Shipping and Routing.

As prescribed in 11.404-92, insert the following clause:

SHIPPING AND ROUTING (NOV 2011)

(End of Clause)

52.211-9033 Packaging and Marking Requirements.

As prescribed in 11.204-96, insert the following clause:

PACKAGING AND MARKING REQUIREMENTS (APR 2008)

(End of Clause)

52.211-9034 Packaging/Marking Requirements for Diminishing Manufacturing Sources (DMS) Buys.

As prescribed in 11.204-93 insert the following clause:

PACKAGING/MARKING REQUIREMENTS FOR DIMINISHING MANUFACTURING SOURCES (DMS) BUYS – DLA MARITIME (NOV 2011)

Requirements apply only to line item ____ , PR __________ , NSN ___________

(End of Clause)

52.211-9035 Marking Requirements.

As prescribed in 11.204-94, insert the following clause:

MARKING REQUIREMENTS –DLA MARITIME (NOV 2011)

Marking of unit, intermediate and shipping containers for shipment and storage: Unless authorized by paragraph 7 below, all shipments, regardless of levels specified, including industrial, shall be marked in accordance with the most recent version of military standard (MIL-STD) 129P, “Marking for Shipment and Storage". In addition to MIL STD-129P requirements, the following instructions also apply:

(End of Clause)

52.211-9036 Physical Identification/Bare Item Marking.

As prescribed in 11.204-99, insert the following clause:

PHYSICAL ITEM IDENTIFICATION/BARE ITEM MARKING – DLA LAND AND MARITIME (NOV 2011)

Unless authorized by exclusions listed below, all items shall be marked as specified in military standard (MIL-STD) 130N. The following DLA Land and Maritime supplemental marking requirements shall take precedence in case of conflict with MIL-STD-130N.

DLA Land and Maritime Exclusion:

(End of Clause)

52.211-9037 Time of Delivery – Direct Vendor Delivery (DVD).

As prescribed in 11.404-90(b), insert the following clause:

TIME OF DELIVERY –DIRECT VENDOR DELIVERY (DVD) (NOV 2011)

Delivery orders shall specify the date of delivery based on the priority of the delivery order line item. Ramp up periods, when needed, will be as specified elsewhere in the schedule.

(a) For any delivery order which specifies a priority of 1 to 3 and has a delivery location within the contiguous United States (CONUS), the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for free on board (f.o.b.) destination and/or within____ days after date of order for f.o.b. origin.

(b) For any delivery order which specifies a priority of 1 to 3 and has a delivery location outside the contiguous U.S. (OCONUS), the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. Destination and/or within____ days after date of order for f.o.b. origin.

(c) For any delivery order which specifies a priority of 4 to 15, has a delivery location within CONUS, a required delivery date (RDD) of 444, 555, 777 N**, E** or a Julian date within 8 days of date of order, the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(d) For any delivery order which specifies a priority of 4 to 15, has a delivery location OCONUS, an RDD of 444, 555, 777 N**, E** or a Julian date within 8 days of date of order, the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(e) For all other delivery orders which specify a priority of 4 to 15 and have a delivery location within CONUS, the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(f) For all other delivery orders which specify a priority of 4 to 15 and have a delivery location OCONUS, the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(g) Shipments to stock locations:

For any delivery order which specifies delivery to a Defense Logistics Agency (DLA)/Department of Defense (DoD) stock location, the Contractor shall be required to ship and deliver the order quantities so as to ensure receipt at the delivery destination(s) within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(h) First article:

When first article is required, the delivery timeframe will commence upon approval of first article. The delivery date of the first delivery order will be the delivery based on the priority of the delivery order line item plus the delivery timeframe specified by Federal Acquisition Regulation (FAR) Clause 52.209-3 or 52.209-4 (Section I) for submission of approval of the first article.

(i) Offeror’s proposed schedule:

Offerors proposing to meet the Government’s required delivery schedule, as shown above, need not enter anything in the “Offeror’s Proposed Schedule” section.

For priority 1-3 items with destinations within CONUS, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For priority 1-3 items with destinations outside CONUS, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For priority 4-15, destination within CONUS, an RDD of 444, 555, 777 N**, E** or a Julian date within 8 days of date of order, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For priority 4-15, destination outside CONUS, an RDD of 444, 555, 777 N**, E** or a Julian date within 8 days of date of order, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For priority 4 to 15 (all others), destination within CONUS, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For priority 4 to 15 (all others), destination outside CONUS, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

For shipments to DLA/DoD stock locations, delivery shall be within _____ days after date of order for f.o.b. destination and/or within____ days after date of order for f.o.b. origin.

(j) The Contractor shall furnish copies of both shipping and delivery documents whenever requested by the Contracting Officer.

(k) Offering a greater number of delivery days than requested in (a) thru (g) may result in the offer being rejected.

(End of Clause)

52.211-9038 Time of Delivery/Performance – Base Installation.

As prescribed in 11.404-93, insert the following clause:

TIME OF DELIVERY/PERFORMANCE – BASE INSTALLATIONS (JUL 2008)

(End of Clause)

52.211-9039 Compliance with Coast Guard Requirements.

As prescribed in 11.107-90, insert the following clause:

COMPLIANCE WITH COAST GUARD REQUIREMENTS (NOV 2011)

[ ] Product has Coast Guard approval. A copy of approval is attached.

[ ] Product currently is being evaluated by the Coast Guard.

[ ] Product does not have Coast Guard approval.

(End of Clause)

52.211-9040 Amount of Liquidated Damages.

As prescribed in 11.503(a)(90,) insert the following clause:

AMOUNT OF LIQUIDATED DAMAGES (NOV 2011)

(End of Clause)

52.211-9041 Lengths, Tickets, Packaging, Marking of Cuts or Pieces.

As prescribed in 11.272-90, insert the following clause:

LENGTHS, TICKETS, PACKAGING, MARKING OF CUTS OR PIECES – DLA TROOP SUPPORT, CLOTHING AND TEXTILES (C&T) (NOV 2011)

(End of Clause)

52.211-9042 Additional Documentation Requirements for Source Approval Request – Critical Application Item and Critical Safety Item.

As prescribed in 11.304-93(c), insert the following provision:

ADDITIONAL DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST – CRITICAL APPLICATION ITEM AND CRITICAL SAFETY ITEM (NOV 2011)

(End of Provision)

52.211-9043 Medical Material Requiring Refrigeration.

As prescribed in 11.304-93(c), insert the following clause:

MEDICAL MATERIAL REQUIRING REFRIGERATION – DLA TROOP SUPPORT - MEDICAL (NOV 2011)

(End of Clause)

52.211-9044 New Drug Applications.

As prescribed in 11.204-91, insert the following provision:

NEW DRUG APPLICATIONS - DLA TROOP SUPPORT MEDICAL (NOV 2011)

(End of Provision)

52.211-9045 Pre-market Notification.

As prescribed in 11.204-92, insert the following provision:

PRE-MARKET NOTIFICATION - DLA TROOP SUPPORT - MEDICAL (NOV 2011)

Item Number Premarket Notification Number/Approval Date

OR

State Basis for Exemption

I (name of authorized representative), ______________________________________, hereby state that to the best of my knowledge and belief the information provided here is complete and accurate.

Authorized Representative’s Signature _________________________________

Authorized Representative’s Title __________________________Date _________

(End of Provision)

52.211-9046 Food and Drug Administration (FDA) Compliance.

As prescribed in 11.204-93, insert the following clause:

FOOD AND DRUG ADMINISTRATION (FDA) COMPLIANCE - DLA TROOP SUPPORT MEDICAL AND SUBSISTENCE (NOV 2011)

(End of Clause)

52.211-9047 Manufacturer’s Make or Model Number.

As prescribed in 11.274-4(90), insert the following provision:

MANUFACTURER'S MAKE OR MODEL NUMBER (NOV 2011)

(End of Provision)

52.211-9048 Data Name Plates.

As prescribed in 11.274-4(91), insert the following provision:

DATA NAME PLATES - DLA TROOP SUPPORT - SUBSISTENCE (NOV 2011)

(End of Provision)

52.211-9049 Time of Delivery – Incremental Delivery.

As prescribed in 11.404(a)(1)(92), when incremental delivery is requested.

TIME OF DELIVERY - INCREMENTAL DELIVERY (NOV 2011)

(End of Clause)

52.211-9050 Quantity Variance for Aerial Photographic Film.

As prescribed in 11.703-90, insert the following clause:

QUANTITY VARIANCE FOR AERIAL PHOTOGRAPHIC FILM (JUN 2008)

(End of Clause)

52.211-9051 Time of Delivery.

As prescribed in 11.404(a)(1)(90), insert the following clause:

TIME OF DELIVERY (NOV 2011)

Required delivery schedule

Item number Quantity Within number of days after date of award

________ _________ _________________________________________

Offeror's proposed delivery schedule

Item number Quantity Within number of days after date of award

________ _________ ________________________________________

(End of Clause)

52.211-9052 Notification to Government of and Contemplated Production Phase-out.

As prescribed in 11.9001-90, insert the following clause:

NOTIFICATION TO GOVERNMENT OF AND CONTEMPLATED PRODUCTION PHASE-OUT (NOV 2011)

Supply Center: DLA Aviation, Office: FAGD

Address: 8000 Jefferson Davis Highway , Richmond, Virginia 23297-5862

Supply Center: DLA Troop Support

Address: 700 Robbins Avenue, Philadelphia, Pennsylvania 19111-5096

Supply Center: DLA Land and Maritime, Office: VSD

Address: 3990 East Broad Street, Columbus, Ohio 43218

DLA Headquarters (HQ): Defense Logistics Agency, Office: DLA J3

Address: 8725 John J. Kingman Rd., Suite 4240, Fort Belvoir, Virginia 22060-6221

Diminishing Manufacturing Sources and Material Shortages (DMSMS) Integrated Supplier Team (IST): DLA DMSMS IST “VSD”

3390 East Broad Street, Columbus, Ohio 43218

Phone: (614) 692-7493

(End of Clause)

52.211-9053 Expedited Handling Shipments.

As prescribed in 11.604-91, insert the following clause:

EXPEDITED HANDLING SHIPMENTS (NOV 2011)

(End of Clause)

52.211-9054 Time of Delivery – Contracts.

As prescribed in 11.404(a)(1)(93), insert the following clause:

TIME OF DELIVERY- CONTRACTS (NOV 2011)

(End of Clause)

52.211-9057 Ordering/Time of Performance (Indefinite Delivery/Time and Material/Labor Hour Contract).

As prescribed in 11.404-94, insert the following clause:

ORDERING/TIME OF PERFORMANCE (INDEFINITE DELIVERY/TIME AND MATERIAL/LABOR HOUR CONTRACT) (NOV 2011)

(a) Delivery orders will be issued by the Contracting Officer and shall specify a final date for completion of performance considering the following availability requirement regarding the Contractor’s personnel:

(b) The Contractor may delay for fourteen (14) calendar days the availability of additional employees in any labor category to work on delivery orders or combinations of delivery orders requiring use of additional employees in that labor category.

(c) The final completion date will be as specified in the delivery order unless the Contractor formally requests an extension of the performance date under the delivery order modification procedures specified herein, provides an explanation for the extension beyond reasons provided for in this clause, and the request is granted in the form of a formal modification to the delivery order.

(End of Clause)

52.211-9059 Time of Delivery – Alternate Delivery Schedules.

As prescribed in 11.404-96, insert the following clause:

TIME OF DELIVERY – ALTERNATE DELIVERY SCHEDULES (NOV 2011)

First alternate delivery schedule

Item number

Quantity

Within number of days after date of Contract

Second alternate delivery schedule

Item number

Quantity

Within number of days after date of Contract

Third alternate delivery schedule

Item number

Quantity

Within number of days after date of Contract

(End of Clause)

52.211-9060 Time of Delivery.

As prescribed in 11.404-97, insert the following clause:

TIME OF DELIVERY (NOV 2011)

Liquidated damages ( ) are ( ) are not applicable.

Note: Accelerated delivery is acceptable at no additional cost to the Government

(End of Clause)

52.211-9061 Time of Delivery (Overlapping Orders (IDC).

As prescribed in 11.404-98, insert the following clause:

TIME OF DELIVERY (OVERLAPPING ORDERS) INDEFINITE DELIVERY CONTRACT (IDC) (NOV 2011)

(Any balance shall be delivered at the rate of _________ every __________ days thereafter.)

(Any balance shall be delivered at the rate of _________ every _________ days thereafter.)

(End of Clause)

52.211-9062 Delivery Requirements.

As prescribed in 11.404-99, insert the following clause:

DELIVERY REQUIREMENTS (NOV 2011)

(End of Clause)

52.211-9063 Unit Package Marking Requirement for Component Lead Finish.

As prescribed in 11.291, insert the following clause:

UNIT PACKAGE MARKING REQUIREMENT FOR COMPONENT LEAD FINISH (NOV 2011)

(End of Clause)

52.211-9064 Drawing Limitations - Tank-Automotive and Armaments Command (TACOM) Depot Level Repairable (DLR) – DLA Land and Maritime.

As prescribed in 11.204-100, insert the following clause:

DRAWING LIMITATIONS - TANK-AUTOMOTIVE AND ARMAMENTS COMMAND (TACOM) DEPOT LEVEL REPAIRABLE (DLR) – DLA LAND AND MARITIME (NOV 2011)

(End of Clause)

52.211-9065 Special Notice of Contractor Responsibilities for Components and Tooling (Army Aviation and Missile Command (AMCOM) depot level repairable (DLR) – DLA Aviation).

As prescribed in 11.204-101, insert the following clause:

SPECIAL NOTICE OF CONTRACTOR RESPONSIBILITES FOR COMPONENTS AND TOOLING (ARMY AVIATION AND MISSILE COMMAND (AMCOM) DEPOT LEVEL REPAIRABLE (DLR) – DLA AVIATION) (NOV 2011)

(End of Clause)

52.211-9066 Required Delivery for Orders (Army Aviation and Missile Command (AMCOM) Depot Level Repairable (DLR) – DLA Aviation).

As prescribed in 11.204-102, insert the following clause:

REQUIRED DELIVERY FOR ORDERS (ARMY AVIATION AND MISSILE COMMAND (AMCOM) DEPOT LEVEL REPAIRABLE (DLR) – DLA AVIATION) (NOV 2011)

(End of Clause)

52.211-9067 Deliveries or Performance – Time of Delivery (Naval Inventory Control Point (NAVICP) Depot Level Repairable (DLR) – DLA Aviation).

As prescribed in 11.204-103, insert the following clause:

DELIVERIES OR PERFORMANCE - TIME OF DELIVERY (NAVAL INVENTORY CONTROL POINT (NAVICP) DEPOT LEVEL REPAIRABLE (DLR) – DLA AVIATION) (NOV 2011)

Reasons why the Government’s desired schedule cannot be met: ______________________

(End of Clause)

52.211-9068 Continuance of Performance During Any State of Emergency (Republic of Korea) (DLA Energy).

As prescribed in 11.401(93), insert the following clause:

CONTINUANCE OF PERFORMANCE DURING ANY STATE OF EMERGENCY (REPUBLIC OF KOREA) (DLA ENERGY) (NOV 2011)

(End of Clause)

52.211-9069 Time of Delivery – Ordering Office.

As prescribed in 11.404-94, insert the following provision:

TIME OF DELIVERY – ORDERING OFFICE (NOV 2011)

(End of Provision)

52.211-9070 Relief from Diminishing Manufacturing Sources or Material Shortages Components (F-16 Program) (AF Program) AF- Hill Depot Level Repairable (DLR) – DLA Aviation.

As prescribed in 11.9002-90(a), insert the following clause:

RELIEF FROM DIMINISHING MANUFACTURING SOURCES OR MATERIAL SHORTAGES COMPONENTS (F-16 PROGRAM) AIR FORCE (AF)-HILL DEPOT LEVEL REPAIRABLE (DLR) – DLA AVIATION (NOV 2011)

(End of Clause)

52.211-9071 Required Source Approval - Logistics Command (LOGCOM) Depot Level Repairable (DLR) –DLA Land and Maritime.

As prescribed in 11.304-93(e), insert the following provision:

REQUIRED SOURCE APPROVAL – LOGISTICS COMMAND (LOGCOM) DEPOT LEVEL REPAIRABLE (DLR) – DLA LAND AND MARITIME (NOV 2011)

(a) The source(s) listed below have been approved by the Government for supply of the spare/component parts called for herein in order to assure the requisite safe, dependable, effective operation, and support of military equipment. Offerors other than the below listed approved source(s) will not be considered for award under this solicitation unless:

(1) The Offeror submits prior to or concurrent with its proposal proof of prior Government approval as a supplier of the required item(s); or,

(2) The Offeror submits prior to or concurrent with its proposal evidence of having satisfactorily produced the required item(s) for the Government or the prime equipment manufacturer(s); or,

(3) The Offeror submits prior to or concurrent with its proposal a certification specifying that the required item(s) will be obtained from sources having current Government approval as a result of satisfactorily supplying the same item(s) to the Government or the prime equipment manufacturer(s); or,

(4) The Offeror submits prior to or concurrent with its proposal such complete and current engineering data for the item(s) (including manufacturing control drawings, qualification test reports, quality assurance procedures, etc.) as may be required for evaluation purposes to determine the acceptability of the item as supplied by your firm for Government use; or

(5) The Offeror, who is not the manufacturer, notifies the Procuring Contracting Officer (PCO) at least ten (10) days prior to the opening of bids or proposals that the Offeror intends to provide surplus parts manufactured by one of the approved sources listed below. The Government will determine on a case-by-case basis, whether or not surplus parts can be considered in view of the criticality of the parts, and the extent of the evidence necessary for the Offeror to establish that the parts conform to the applicable specifications.

(b) Offers based on the submittal of approval information in accordance with paragraph (a) of this clause may, as determined by the Contracting Officer, be considered for award under this solicitation only if:

(1) The evaluation of such offers is practicable and in the Government's interest considering the availability of resources and cost to the Government for the qualification of new sources for the required item(s) as well as the advantages anticipated to be derived by the Government as a result of such qualification; and,

(2) The Government can, in fact, determine that the item, as supplied by the Offeror, is acceptable for Government use; and,

(3) In all cases, the evaluation/verification of the submittal and the requisite approval and award thereon can be made in time to meet the Government's requirements.

(c) The Government's decision regarding the suitability/acceptability of Offeror submittals under paragraphs (a) and (b) hereof, and the consideration for award based thereon, shall be final.

(d) The listing of approved sources below does not constitute a predetermination of responsibility or ability of the listed sources to perform on this particular procurement.

Approved sources:

Item Number

Manufacturer

Manufacturer Code

Part Number

(End of provision)

52.211-9072 General Receiving and Storing Conditions (DLA Energy).

As prescribed in 11.404(a)(1)(94), insert the following clause:

GENERAL RECEIVING AND STORING CONDITIONS (DLA ENERGY) (NOV 2011)

(End of Clause)

52.211-9073 Determination of Quantity - DLA Energy.

As prescribed in 11.703-91, insert the following clause:

DETERMINATION OF QUANTITY – DLA ENERGY (NOV 2011)

(End of Clause)

52.211-9074 Deoxyribonucleic Acid (DNA) Marking on High Risk Items.

As prescribed in 11.304-93(e), insert the following clause:

DEOXYRIBONUCLEIC ACID (DNA) MARKING ON HIGH RISK ITEMS (AUG 2012)

(End of Clause)

52.211-9083 Time of Delivery – Customer Oriented Delivery.

TIME OF DELIVERY – CUSTOMER ORIENTED DELIVERY (SEP 2012)

delivery at the specified destination within ___ days after date of order, or within ___ days after date of the award of the basic contract, whichever is later.

(End of Clause)

52.211-9084 Packaging, Packing, Marking and Labeling of Hazardous Material Shipments (DLA Maritime-Norfolk).

As prescribed in 11.204-104, insert the following clause in full text:

PACKAGING, PACKING, MARKING AND LABELING OF HAZARDOUS MATERIAL SHIPMENTS (DLA MARITIME-NORFOLK) (NOV 2011)

(a) Packaging, packing, marking and labeling hazardous materials to be shipped by any mode or combination of transportation modes shall be prepared (properly classed, described, packages, marked, labeled, placarded, etc.) for shipment in accordance with military standard (MIL-STD) 129 and all applicable Government and carrier regulations in effect at the time of shipment.

(b) Applicable regulations include, but are not necessarily limited to the following:

(1) Code of Federal Regulations (CFR) Title: 49 Transportation Parts 100-199.

(2) Official Air Transport Restricted Articles Tariff Number 6-D C.A.B.82.

(3) Official Air Transport Restricted Articles Circular Number 6-D.

(4) International Air Transport Association Restricted Articles Regulations.

(5) International Maritime Dangerous Goods Code.

(6) Air Force Regulation 71-4 Preparation of Hazardous Materials for Military Shipment.

(c) Export shipments are also subject to the domestic regulations indicated for the port of embarkation.

(End of Clause)

52.211-9085 Prohibited Packing Materials (DLA Maritime-Norfolk and Puget Sound).

As prescribed in 11.204-105, insert the following clause in full text:

PROHIBITED PACKING MATERIALS (DLA MARITIME-NORFOLK AND PUGET SOUND)

(JUN 2011)

(End of Clause)

52.211-9086 Deteriorative Material Marking (DLA Maritime-Norfolk and Puget Sound).

As prescribed in 11.204-106, insert the following clause in full text:

DETERIORATIVE MATERIAL MARKING (DLA MARITIME-NORFOLK AND PUGET SOUND) (NOV 2011)

(End of Clause)

52.211-9087 Level I Material Marking (DLA Maritime-Norfolk)).

As prescribed in 11.304-90(e), insert the following clause in full text:

LEVEL I MATERIAL MARKING (DLA MARITIME-NORFOLK) (NOV 2011)

(a) The following are the minimum marking requirements. Additions or alternative marking requirements, if applicable, will be specified in the procurement specification ordering data.

(b) All materials, which secure or act as pressure boundaries of Level I systems, supplied must be permanently and legibly marked in accordance with military standard (MIL-STD) 792 (latest revision) unless otherwise specified in the applicable specifications or drawings.

(c) The marking will not affect the fit, form or function of the material. For welded items, the marking will be located at least 1/2 inch from the weld edge. Items prepared for silver brazing will be marked outside the ultrasonic text area.

(d) Traceability markings for items with precision machined or plated surfaces or material with a suitable marking surface of less than 3/8 square inches (i.e., 3/8” x 3/8”) shall be applied to a durable tag and the tag securely affixed to the material. Mark the tag “item not permanently marked.”

(e) Traceability markings shall be maintained throughout assembly, and whenever possible shall be visible after assembly. For items where marking is not visible after assembly, a durable tag shall be securely attached to the item identifying the part number, piece number, traceability code and location of the permanent mark.

(f) When traceability markings are removed by a manufacturing or fabrication process, the marking shall be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and /or tote box control) must be employed. The material control procedure must provide the method of positive control to preclude commingling of heats or loss of traceability. The traceability code shall be reapplied upon completion of the final manufacturing process.

(g) Traceability marking of consumable materials (i.e. weld filler metal, silver braze alloys, etc.) shall be by label attached to each container. Each container must contain material from the same heat, lot, or batch.

(End of Clause)

52.211-9088 Level I Pressure Boundary Markings (DLA Maritime-Norfolk).

As prescribed in 11.304-90(f), insert the following clause in full text:

LEVEL I PRESSURE BOUNDARY MARKINGS (DLA MARITIME-NORFOLK) (NOV 2011)

(End of Clause)

52.211-9089 Level I Fastener identification (DLA Maritime-Norfolk).

As prescribed in 11.304-90(g), insert the following clause in full text:

LEVEL I FASTENER IDENTIFICATION (DLA MARITIME-NORFOLK) (JUN 2011)

(a) Identification shall be maintained for Level I fasteners by unique lot number. All Level I fasteners, 1/2 inch nominal diameter and larger and all hull integrity fasteners, regardless of size, shall be marked with the kind of material, manufacturer’s trademark or symbol, and traceability code (i.e., heat number, lot number). Level I fasteners less than 1/2 inch nominal diameter shall be marked as space permits using the following order of precedence:

(1) The kind of material

(2) The manufacturer’s trademark or symbol

(3) The traceability code

(b) The material control process shall include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability marking, purchase or work orders shall specify method and marking location for remarking. The Contractor shall also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. The Contractor shall include the substance of this clause, including this paragraph, in all subcontracts.

(c) For material produced by batch, continuous cast, or continuous pour process, samples shall be taken no less than once every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties.

(End of Clause)

52.211-9095 Palletization Shipments.

As prescribed in 11.292, insert the following clause:

PALLETIZATION OF SHIPMENTS (SEP 2012)

(End of Clause)

52.212-9000 Changes – Military Readiness.

As prescribed in 12.302(b)(3)(91), insert the following clause:

CHANGES – MILITARY READINESS (NOV 2011)

(End of Clause)

52.212-9001 Application of Fast Payment to Part 12 Acquisitions.

As prescribed in 12.301(b)(3)(90), insert the following clause:

APPLICATION OF FAST PAYMENT TO PART 12 ACQUISITIONS (NOV 2011)

(End of Clause)

52.212-9004 Reference to Uniform Contract Format (UCF) in Commercial Acquisitions.

As prescribed in 12.204 (b), insert the following clause:

REFERENCE TO UNIFORM CONTRACT FORMAT (UCF) IN COMMERCIAL ACQUISITIONS (NOV 2011)

(End of Clause)

52.213-9000 Quantity break.

As prescribed in 13.101(a)(1)(90), insert a provision substantially as follows:

QUANTITY BREAK (NOV 2011)

(End of Provision)

52.213-9001 Evaluation Factor for Source Inspection.

As prescribed in 13.106-90(a), 14.201 8(a)(90), and 15.304 (c)(94), insert the following provision:

EVALUATION FACTOR FOR SOURCE INSPECTION (NOV 2011)

(End of Provision)

Alternate I. Evaluation Factor for Source Inspection. As prescribed in 13.106-90(a) insert the following provision.

EVALUATION FACTOR FOR SOURCE INSPECTION ALTERNATE I (NOV 2011)

(End of Provision)

52.213-9002 [Reserved.]

52.213-9003 [Reserved.]

52.213-9004 Offeror Representations, Certifications, and Fill-In Information--Electronic Commerce.

As prescribed in 13.101(b)(2)(90), insert the following provision.

OFFEROR REPRESENTATIONS, CERTIFICATIONS, AND FILL-IN INFORMATION-- ELECTRONIC COMMERCE (NOV 2011)

(End of Provision)

52.213-9005 Contractor Past Performance Evaluation – Automated Systems.

As prescribed in 13.106-2(b)(3)(ii)(D)(S-90) and 12.301(f)(S-95), insert the following provision:

CONTRACTOR PAST PERFORMANCE EVALUATION – AUTOMATED SYSTEMS

(SEP 2012)

(End of Provision)

52.213-9006 [Reserved.]

52.213-9007 Defense Logistics Agency (DLA) Internet Bid Board System (DIBBS) Quoting Information for BSM Automated Solicitations.

As prescribed in 13.106-1(91), insert the following provision:

DEFENSE LOGISTICS AGENCY (DLA) INTERNET BID BOARD SYSTEM (DIBBS) QUOTING INFORMATION FOR BUSINESS SYSTEMS MODERNIZATION (BSM) AUTOMATED SOLICITATIONS (NOV 2011)

Disclaimer: The Fast PACE icon is used to indicate a “T” or “U” solicitation with an estimated dollar value of “the micropurchase threshold” or less, not the potential quoted value. Quotes valued less than “the micropurchase threshold” that are submitted in response to solicitations that have an estimated value greater than “the micropurchase threshold”, may result in an early award as a result of being evaluated as a Fast PACE quote, even if not originally designated as such.

(End of Provision)

52.213-9008 Procurement Automated Contract Evaluation (PACE) Program Information.

As prescribed in 13.106-2(b) (S-90)(2)(i), insert the following provision:

PROCUREMENT AUTOMATED CONTRACT EVALUATION (PACE) PROGRAM INFORMATION (JUN 2012)

(a) PACE evaluation: Acquisitions are candidates for automated award under the Defense Logistics Agency’s Procurement Automated Contract Evaluation (PACE) program, when the solicitation states that the PACE program applies. The program uses price logic and other automated filters to make fully automated and buyer assisted automated awards valued at the simplified acquisition threshold or less. A purchase order with a “V” in the ninth position denotes an order issued under PACE. PACE only considers “qualified quotes” for award. Qualified quotes are in exact compliance with the solicitation requirements (bid type equal to “bid without exception”), and are submitted on the Defense Logistics Agency’s Internet Bid Board System (DIBBS). Refer to provision 52.213-9007 for information related to DIBBS.

(1) The following are not, by themselves, considered exceptions to the solicitation requirements and will not make a quote ineligible** for an award:

(i) Quoting delivery days different than the required delivery days;

(ii) **Quoting origin inspection on solicitations requiring destination inspection;

(iii) Quoting a superseding or previously approved part or correction to a commercial and Government entity (CAGE)/part number cited in the acquisition identification description (AID) on an item described by manufacturer’s CAGE and part number;

(iv) Quoting a used, reconditioned, remanufactured item;

(v) Quoting other than a domestic end product on an unrestricted solicitation;

(vi) Quoting a hazardous item;

(vii) Quoting a new/unused Government surplus item; and

(viii) Quoting “Other” when the solicitation states a higher level quality requirement is required.

Note: The Department of Defense is implementing a policy that limits government source inspections, and permits government source inspection for specific instances. Vendors should submit quotes based on the requirements stated in the solicitation. If a vendor’s quote does not comply with the requirements stated in the solicitation, evaluation factors will be applied. See paragraph (b)(1) below. Additionally, should a quote citing origin inspection for a solicitation requiring destination inspection be evaluated manually, the quote may become ineligible for award.

(2) The following are considered exceptions to the solicitation requirements and will make a quote ineligible for an automated PACE award:

(i) Quoting an alternate product or otherwise taking exception to the solicitation’s item description;

(ii) Exceptions to packaging requirements;

(iii) Exceptions to free on board (f.o.b.) terms;

(iv) Quoting destination inspection on a solicitation requiring origin inspection;

(v) Exceptions to required quantity;

(vi) Quoting a quantity variance greater than what is specified on the solicitation;

(vii) Quoting “None” when a higher level quality requirement is required; and

(viii) Quoting the use of child labor.

(b) PACE evaluation factors: PACE evaluates all qualified quotes on the basis of price alone and does not consider quantity price breaks. Price evaluation factors are added to the total quoted price in the following instances:

(1) $250 for quoting origin inspection when the Government’s requirement is for destination inspection (see Defense Logistics Acquisition Directive (DLAD) clause 52.213-9001; factor does not apply to Foreign Military Sales (FMS) and Direct Vendor Delivery (DVD) requirements if any qualified quote is above $25,000);

(2) $200 for quoting surplus material on non-critical items; $700 for quoting surplus material on critical items. When an automated quote of surplus material is in line for award after applying the above evaluation factors, a manual evaluation will be conducted in accordance with the more detailed evaluation criteria in 52.211-9003.;and

(3) The Buy American Act (BAA) places restrictions on the purchase of supplies that are not domestic end products. Refer to Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7036.

(c) Tie quotes: If evaluated offers results in a tie between qualified quotes, the award decision will be based on the following order of precedence:

(1) A domestic end product offer over a non-qualifying country end product offer;

(2) Small business offer over a large business offer;

(3) Offer with the shortest delivery (if a quote contains different deliveries for multiple line items the automated evaluation program uses the average of the delivery periods); and

(4) First quote submitted.

(d) Manual evaluation: If the solicitation did not state that it was a candidate for PACE evaluation, or if the solicitation stated that it was a candidate for PACE evaluation but PACE is unable to make price reasonableness or Contractor responsibility determinations, the solicitation and quote will be evaluated and awarded manually. When a quote is manually evaluated the Contracting Officer may consider quantity price breaks offered without further solicitation or discussion.

(e) Manual evaluation factors: If the requirement is evaluated manually, price, delivery, and past performance will be considered in accordance with the terms in the solicitation. Delivery will be considered consistent with 52.211-9011.

(f) Alternate offers: Alternate offers will not be considered for automated award. Alternate offers may be submitted for evaluation for future procurements to the location identified in DLAD Clause 52.217-9002.

(g) Notice of award: The Government’s offer to purchase, as evidenced by an order, is made on the basis of a submitted quotation. Vendors are requested to notify the administrative Contracting Officer, within 14 days after receiving the notice of award, when they will not perform in accordance with an order. Failure to provide prompt notice will adversely affect your past performance evaluation if this order is later cancelled at other than the Government’s request.

(h) PACE distribution: The PACE award will be posted to the DLA DIBBS web site and distributed via email notification with a Web link to an electronic copy of the DD Form 1155, Order for Supplies or Services. Orders will be transmitted via Defense Logistics Agency Pre-award Contracting System (DPACS) Electronic Data Interchange (EDI) to Contractors who are DPACS EDI capable. Contractors that are not DPACS EDI capable will receive their orders via email award notification containing Web links. Delays in the receipt of awards that are caused by email interruptions and Internet access are not excusable delays and will not extend delivery schedules.

(End of Provision)

52.213-9009 Fast Payment Procedure.

As prescribed in 13.404 (90), insert the following clause:

FAST PAYMENT PROCEDURE (NOV 2011)

When the contract or order includes Federal Acquisition Regulation (FAR) 52.213-1, Fast Payment Procedure, the following terms and conditions are included.

(a) The following statement shall appear on the consignee’s copy of the invoice or packing slip:

(b) Free on board (f.o.b.) terms are in accordance with FAR 52.213-1. Invoices shall be submitted directly to the finance office designated elsewhere in this order or in the basic contract, or in the case of unpriced purchase orders, to the Contracting Officer. For f.o.b. Origin shipments, transportation or postage shall be prepaid and added to the invoice as a separate line item.

(End of Clause)

52.213-9010 Indefinite Delivery Purchase Order (IDPO) Evaluation.

As prescribed in 13.390-2(h), insert the following clause:

INDEFINITE DELIVERY PURCHASE ORDER (IDPO) EVALUATION (SEP 2012)

(End of Clause)]

52.213-9011 Indefinite Delivery Purchase Order (IDPO) Agreement - Unilateral.

As prescribed in 13.390-2(h), insert the following clause:

INDEFINITE DELIVERY PURCHASE ORDER (IDPO) AGREEMENT – UNILATERAL

(SEP 2012)

(End of Clause)

52.213-9012 Indefinite Delivery Purchase Order (IDPO) - Bilateral.

As prescribed in 13.390-2(h), insert the following clause:

INDEFINITE DELIVERY PURCHASE ORDER (IDPO) - BILATERAL (SEP 2012)

(End of Clause)]

52.214-9001 Schedule--Firm Fixed Price and Fixed Price with Economic Price Adjustment.

As prescribed in 14.201-2(b)(90) and 15.204-2(b)(90), insert the following or similar provision:

SCHEDULE - FIRM FIXED PRICE AND FIXED PRICE WITH ECONOMIC PRICE ADJUSTMENT (EPA) (NOV 2011)

(End of Provision)

52.214-9002 Trade Discounts.

As prescribed in 14.201-5(c)(90) and 15.204-5-90(b), a provision substantially as follows may be inserted:

TRADE DISCOUNTS (JUN 1983)

(End of Provision)

52.214-9003 Right to Apply Free on Board (F.o.b.) Origin Offer.

As prescribed in 14.201-5(c)(91), a provision substantially the same as follows may be inserted in invitations for bids:

RIGHT TO APPLY FREE ON BOARD (F.O.B.) ORIGIN OFFER (NOV 2011)

(End of Provision)

52.214-9004 Subcontracting to Other Industrial Preparedness Planned Producers.

As prescribed in 14.201-3(90) and 15.204-3, insert the following clause:

SUBCONTRACTING TO OTHER INDUSTRIAL PREPAREDNESS PLANNED PRODUCERS

(NOV 2011)

(End of Clause)

52.214-9005 Descriptive Literature.

As prescribed in 14.202-5(90), insert the following clause:

DESCRIPTIVE LITERATURE – INDUSTRIAL PLANT EQUIPMENT (IPE)

(NOV 2011)

(End of Clause)

52.214-9006 Conditional or Qualified Offers.

As prescribed in 14.302-90, insert the following provision:

CONDITIONAL OR QUALIFIED OFFERS (AUG 2008)

(End of Provision)

52.214-9007 Place of Production of An Industrial Preparedness Program (IPP) Planned Item.

As prescribed in 14.202-91, insert the following clause:

PLACE OF PRODUCTION OF AN INDUSTRIAL PREPAREDNESS PROGRAM (IPP) PLANNED ITEM (AUG 2008)

(End of Clause)

52.214-9008 Rounding Off of Offer and Award Prices.

As prescribed in 14.302-91, insert the following clause:

ROUNDING OFF OF OFFER AND AWARD PRICES (AUG 2008)

(End of Clause)

52.214-9008 Alternate I Rounding Off of Offer and Award Prices.

As prescribed in 14.302-91, insert the following clause:

ROUNDING OFF OF OFFER AND AWARD PRICES ALTERNATE I (AUG 2008)

(End of Clause)

52.215-9001 Evaluation Factor for Preaward Survey.

As prescribed in 13.106-90(b), 14.201-8(a)(91), and 15.304(c)(95), insert the following provision:

EVALUATION FACTOR FOR PREAWARD SURVEY (NOV 2011)

* Insert applicable time period in accordance with 15.304(c)(95)(A), (B) and (D).

** Insert the extent of indebtedness that applies in accordance with 15.304(c)(95)(E).

(End of Provision)

52.215-9002 Socioeconomic Proposal.

As prescribed in 15.304(c)(4)(i), insert the following provision.

SOCIOECONOMIC PROPOSAL (FEB 2012)

Whether or not required to submit a subcontracting plan by the clause 52.219-9, all offerors shall:

(End of Provision)

52.215-9003 [Reserved.]

52.215-9004 AbilityOne, (formerly called Javits-Wagner-O’Day Act (JWOD)) Entity Proposal.

As prescribed in 15.304(c)(S-91) (ii), insert the following or a similar provision:

ABILITYONE (FORMERLY CALLED JAVITS-WAGNER-O’DAY ACT (JWOD)) ENTITY PROPOSAL (FEB 2012)

(End of Provision)

52.215-9005 AbilityOne, (formerly called Javits-Wagner-O’Day Act (JWOD)) Entity Support Evaluation.

As prescribed in 15.304(c)(S-91)(ii), insert the following or a similar provision:

ABILITYONE (FORMERLY CALLED JAVITS-WAGNER-O’DAY ACT (JWOD)) ENTITY SUPPORT EVALUATION (FEB 2012)

(End of Provision)

52.215-9006 AbilityOne, (formerly called Javits-Wagner-O’Day Act (JWOD)) Entity Support- Contractor Reporting.

As prescribed in 15.304(c)(S-91)(iii), insert the following clause:

ABILITYONE (FORMERLY CALLED JAVITS-WAGNER-O’DAY ACT (JWOD)) ENTITY SUPPORT- CONTRACTOR REPORTING (FEB 2012)

(End of Clause)

52.215-9007 Preproposal Conference.

As prescribed in 15.201(d), insert the following provision:

PREPROPOSAL CONFERENCE (FEB 2005)

(End of Provision)

52.215-9008 Facsimile Bids and Proposals.

As prescribed in 14.201-6 (v) and 15.209 (e), insert the following if facsimile bids are authorized. For DLA Land and Maritime and DLA Troop Support solicitations use Alternates I and II to replace paragraph (c) as appropriate.

FACSIMILE BIDS AND PROPOSALS (NOV 2011)

Alternate I – (c) DLA Land and Maritime. The telephone number of the receiving facsimile equipment is 614-692-4275.

Alternate II - (c) DLA Troop Support. The telephone number of the receiving facsimile equipment is 215-737-9300 or 215-737-9301.

(End of Provision)

52.215-9009 All or None for Automated Procurements.

As prescribed in 15.204-5(c)(90)(iv), insert the following provision:

ALL OR NONE FOR AUTOMATED PROCUREMENTS (AUG 2005)

(End of Provision)

52.215-9010 All or None (Invitation For Bid (IFB)/Request For Proposal (RFP) Only.

As prescribed in 15.204-5-90(e), insert the following provision:

ALL OR NONE (INVITATION FOR BID (IFB)/REQUEST FOR PROPOSAL (RFP) ONLY)

(NOV 2011)

(End of Provision)

52.215-9011 Requirements for Quantity Increments or Ranges.

As prescribed in 14.201-5(c)(93) or 15.204-5(c)(90)(i), insert the following provision:

REQUIREMENTS FOR QUANTITY INCREMENTS OR RANGES (JUL 2006)

(End of Provision)

52.215-9013 Production Facility Changes.

As prescribed in 15.408-90, insert the following clause:

PRODUCTION FACILITY CHANGES (NOV 2011)

(End of Clause)

52.215-9014 Aggregate Awards for Regional Petroleum Requirements.

As prescribed in 15.308-91, insert the following provision:

AGGREGATE AWARDS FOR REGIONAL PETROLEUM REQUIREMENTS (NOV 2011)

For example:

Offers for less than all the line items included in each region will be rejected as nonresponsive on a region-by-region basis.

(End of Provision)

52.215-9015 Production Capacity - DLA Troop Support – Clothing and Textiles.

As prescribed in 15.304-91, insert the following provision:

PRODUCTION CAPACITY - DLA TROOP SUPPORT - CLOTHING AND TEXTILES (NOV 2011)

(End of provision)

52.215-9016 Notice to Contractors and Defense Finance Accounting Services (DFAS).

As prescribed in 15.204-5-90(a), insert the following clause:

NOTICE TO CONTRACTORS AND DEFENSE FINANCE ACCOUNTING SERVICES (DFAS)

(NOV 2011)

(End of Clause)

52.215-9017 List of Documents, Exhibits, and Other Attachments.

As prescribed in 15.204-4(91), insert the following clause:

LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS (APR 2008)

(End of Clause)

52.215-9018 Authorized Limitation.

As prescribed in 15.204-5-90(f), insert the following provision:

AUTHORIZED LIMITATION (APR 2008)

(End of Provision)

52.215-9019 Operational Capability Demonstration.

As prescribed in 15.308-94 insert the following provision:

OPERATIONAL CAPABILITY DEMONSTRATION (AUG 2008)

(c) The test criteria are: _____(Insert text)___________________________________

Offeror’s proposed demonstration site:_______(Fill in)_____________________

(End of Provision)

52.215-9020 Instructions for Submitting Product Demonstration Models (PDM) for Supply Chains at DLA Troop Support.

As prescribed in 15.308-93, insert the following provision:

INSTRUCTIONS FOR SUBMITING PRODUCT DEMONSTRATION MODELS (PDM) FOR SUPPLY CHAINS AT DLA TROOP SUPPORT (NOV 2011)

(End of Provision)

52.215-9021 Department of Defense (DOD) Electronic Mall (EMALL) Purchasing Reviews.

As prescribed in 15.408-90, insert the following clause in all DoD EMALL solicitations and contracts.

DEPARTMENT OF DEFENSE (DOD) ELECTRONIC MALL (EMALL) PURCHASING REVIEWS (NOV 2011)

(End of Clause)

52.215-9022 Contractor Past Performance Evaluation – Automated Systems.

CONTRACTOR PAST PERFORMANCE EVALUATION – AUTOMATED SYSTEMS (SEP 2012)

(End of Provision)

52.215-9023 Reverse Auction.

As prescribed in 15.408-90(c)(1), use the following provision.

REVERSE AUCTION (JUL 2012)

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify offerors of this decision and the following provisions will apply.

(End of Provision)

52.215-9024 State Minimum Price Regulations.

As prescribed in 15.408-91, insert the following provision:

STATE MINIMUM PRICE REGULATIONS (NOV 2011)

(End of Provision)

52.215-9033 Competing Individual Delivery Orders Through On-Line Reverse Auctioning.

As prescribed in 15.408-90(c)(2), use the following clause.

COMPETING INDIVIDUAL DELIVERY ORDERS THROUGH ON-LINE REVERSE AUCTIONING (JUL 2012)

The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price negotiations when placing delivery orders against this contract. If the Contracting Officer does not conduct a reverse auction, the delivery order will be placed based upon pricing established through other means specified in the contract. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations when competing a specific delivery order, the Contracting Officer will notify the Contractor of this decision via email and the following will apply.

(End of Clause)

52.215-9034 Submission of Cost Data.

As prescribed in 15.403-5(a)(3), insert the following provision:

(End of Provision)

52.216-9000 Implementation of FAR 52.216-2 Economic Price Adjustment--Standard Supplies.

As prescribed in 16.203-4(a)(1)(90), insert a clause that is substantially the same as the following clause:

IMPLEMENTATION OF FEDERAL ACQUISITION REGULATION (FAR) 52.216-2 ECONOMIC PRICE ADJUSTMENT - STANDARD SUPPLIES (NOV 2011)

(End of Clause)

Note 1: The Contracting Officer shall list the CLIN to be subject to EPA, provide for offeror fill-in of its item name, part number, current cost, unit of measure and f.o.b. location for such item, and for the name, source and date of the document containing such price.

52.216-9001 Implementation of FAR 52.216-3 Economic Price Adjustment -Semistandard Supplies.

As prescribed in 16.203-4(b)(90), insert a clause that is substantially the same as the following clause:

IMPLEMENTATION OF FEDERAL ACQUISITION REGULATION (FAR) 52.216-3 ECONOMIC PRICE ADJUSTMENT - SEMISTANDARD SUPPLIES (NOV 2011)

(End of Clause)

Note 1: The Contracting Officer shall list the CLIN to be subject to EPA, provide for offeror fill-in of its item name, part number, current cost, unit of measure and f.o.b. location for such item, and for the name, source and date of the document containing such price.

52.216-9002 Implementation of FAR 52.216-4 Economic Price Adjustment--Labor and Material.

As prescribed in 16.203-4(c)(90), insert a clause that is substantially the same as the following clause:

IMPLEMENTATION OF FEDERAL ACQUISITION REGULATION (FAR) 52.216-4 ECONOMIC PRICE ADJUSTMENT - LABOR AND MATERIAL (NOV 2011)

(End of Clause)

52.216-9003 Economic Price Adjustment – Specialty Metals – Market Price – Prospective Adjustments.

As prescribed in 16.203-4(91)(iv), insert the following clause:

ECONOMIC PRICE ADJUSTMENT-SPECIALTY METALS – MARKET PRICE - PROSPECTIVE ADJUSTMENTS (NOV 2011)

(End of Clause)

52.216-9006 Addition/Deletion of Items.

As prescribed in 16.506(90), insert the following clause:

ADDITION/ DELETION OF ITEMS (AUG 2005)

(End of Clause)

52.216-9007 Contract and Delivery Order Limitations.

As prescribed in 16.506(91)(a), insert the following clause:

CONTRACT AND DELIVERY ORDER LIMITATIONS (NOV 2011)

(End of Clause)

52.216-9008 Offeror’s Quantity Limitations.

As prescribed in 16.506(91)(b), insert the following clause:

OFFEROR’S QUANTITY LIMITATIONS (JUL 2006)

(End of Clause)

52.216-9009 Estimated Total Quantity.

As prescribed in 16.506(91)(c)(1), insert the following clause:

ESTIMATED TOTAL QUANTITY (NOV 2011)

Note: It is anticipated that the quantities listed will remain constant for any additional option periods as provided elsewhere in this contract.

(End of Clause)

52.216-9010 Contract Quantity Limitations.

As prescribed in 16.506 (91)(c)(2), insert the following clause:

CONTRACT QUANTITY LIMITATIONS (NOV 2011)

The contract minimum will be $_______________, which is the total of the minimum estimates for all NSNs. The minimum estimate for each NSN is calculated;

(End of Clause)

52.216-9011 Economic Price Adjustment – DoD Electronic Mall (EMALL).

As prescribed in 16.203-4(92)(a)(1)(90)(i), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – DEPARTMENT OF DEFENSE (DOD) ELECTRONIC MALL (EMALL) (NOV 2011)

(End of Clause)

52.216-9012 Economic Price Adjustment for Unitized Group Rations (UGR) - A Components – Actual Material Costs.

As prescribed in FAR 16.203-4(c) and Defense Logistics Acquisition Directive (DLAD) 16.203-4(c)(90)(2), insert the following clause:

ECONOMIC PRICE ADJUSTMENT FOR UNITIZED GROUP RATIONS (UGR) - A COMPONENTS – ACTUAL MATERIAL COSTS – DLA TROOP SUPPORT SUBSISTENCE

(NOV 2011)

Price effective for ordering week 13-19 Aug 2006

LUNCH/DINNER MENU 1 PERISHABLE - 8970-01-525-6813 - Chicken Parmesan

             
 

Net

Net Unit

Case

Qty/

Units/

Component

Menu Item

Unit

Price

Pack

Ration

Ration

$ / Ration

             

Chicken Parmesan

CS

$22.45

50 PC

50 PC

50/50

$22.45

Sauce

CS

$4.25

6 CN

3 CN

3/6

$2.13

Lemon Cake

CS

$5.17

8 EA

2 EA

2/8

$1.29

Total Components Price

         

$25.87

Distribution Price

         

$4.25

Contract Unit Price

         

$30.12

(End of Clause)

52.216-9013 Evaluation of Offers for Indefinite Delivery Type Solicitations.

As prescribed in 16.506(92)(a), insert the following provision:

EVALUATION OF OFFERS FOR INDEFINITE DELIVERY TYPE SOLICITATIONS (NOV 2011)

(End of Provision)

Alternate I (APR 2008). As prescribed in 16.506(92)(a) Use ALT I when assigning the greatest weight to the quantity increment most likely to be procured for each delivery order. Replace paragraph (c)(1) with:

(End of Provision)

52.216-9014 Area Requirements – Tentative Destinations.

As prescribed in 16.506-93(a), insert the following provision:

AREA REQUIREMENTS – TENTATIVE DESTINATIONS (NOV 2011)

(End of provision)

52.216-9015 Area Requirements- Contiguous United States (CONUS).

As prescribed in 16.506-93(b), insert the following clause:

AREA REQUIREMENTS – CONTIGUOUS UNITED STATES (CONUS) (NOV 2011)

(End of Clause)

52.216-9016 Intent to Award Against Existing BOA.

As prescribed in 16.703(b)(90), insert the following provision:

INTENT TO AWARD AGAINST EXISTING BASIC ORDERING AGREEMENT (BOA)

(NOV 2011)

(End of Provision)

52.216-9017 Single or Multiple Awards.

As prescribed in 16.506(f)(92), insert the following clause:

SINGLE OR MULTIPLE AWARDS (NOV 2011)

(End of Clause)

52.216-9018 Alternate Offer Conditional Award.

As prescribed in 16.105-91, insert the following provision:

ALTERNATE OFFER CONDITIONAL AWARD (APR 2008)

(End of Provision)

52.216-9019 Area Requirements – East and West of Mississippi.

As prescribed in 16.506-94, insert the following provision:

AREA REQUIREMENTS – EAST AND WEST OF MISSISSIPPI - DLA TROOP SUPPORT CONSTRUCTION AND EQUIPMENT (C&E) (NOV 2011)

(End of Provision)

52.216-9020 Prime Vendor Requirements.

As prescribed in 16.506-95 insert the following clause:

PRIME VENDOR REQUIREMENTS DLA TROOP SUPPORT - MEDICAL (NOV 2011)

(End of Clause)

52.216-9022 Placement of Task/Delivery Orders Against Multiple Indefinite Delivery Contracts.

As prescribed in 16.505(b)(90) insert the following clause:

PLACEMENT OF TASK/DELIVERY ORDERS AGAINST MULTIPLE INDEFINITE DELIVERY CONTRACTS (NOV 2011)

(End of Clause)

52.216-9023 Additional Ordering Limitation.

As prescribed in 16.506(91)(e), insert the following clause:

ADDITIONAL ORDERING LIMITATION (APR 2008)

(End of Clause)

52.216-9024 Adjustment to Ordering Period.

As prescribed in 16.506(91)(f), insert the following provision:

ADJUSTMENT TO ORDERING PERIOD (NOV 2011)

(End of Provision)

52.216-9025 Invoices for Delivery Orders.

As prescribed in 16.506(96), insert the following clause:

INVOICES FOR DELIVERY ORDERS (NOV 2011)

(End of Clause)

52.216-9026 Pricing of Delivery Orders with Quantity Increments.

As prescribed in 16.506-96(b), insert the following clause:

PRICING OF DELIVERY ORDERS WITH QUANTITY INCREMENTS (NOV 2011)

(End of Clause)

52.216-9027 Evaluation of Quantity Sensitive and Indefinite Delivery Contracts.

As prescribed in 16.504-90, insert the following clause:

EVALUATION OF QUANTITY SENSITIVE AND INDEFINITE DELIVERY CONTRACTS

(SEP 2008)

(End of Clause)

52.216-9028 Economic Price Adjustment (EPA) – Labor and Material.

As prescribed in 16.203-4-90(k), use the following clause.

ECONOMIC PRICE ADJUSTMENT LABOR AND MATERIAL (NOV 2011)

To be completed by the Contractor - material proposed for economic price adjustment.

The following types of materials and labor, if applicable, are subject to price adjustment pursuant to Federal Acquisition Regulation (FAR) clause 52.216-4, Economic Price Adjustment (Section I), included herein:

(End of Clause)

52.216-9029 Economic Price Adjustment (EPA) Lead, Battery Consignment Program.

As prescribed in 16.203-4-90(c), use the following clause.

ECONOMIC PRICE ADJUSTMENT (EPA) LEAD, BATTERY CONSIGNMENT PROGRAM

(NOV 2011)

Contract line-item (CLIN) Government estimated

National stock number (NSN) pounds of lead / battery

______________________ __________________________

______________________ __________________________

(End of Clause)

52.216-9030 Economic Price Adjustment - Department of Labor Price Index.

As prescribed in 16.203-4-90(d), use the following clause.

Notes for fill-in text:

ECONOMIC PRICE ADJUSTMENT – DEPARTMENT OF LABOR PRICE INDEX (NOV 2011)

(End of Clause)

52.216-9032 Economic Price Adjustment (EPA) - Established Market Price – Milk

As prescribed in 16.203-4-90(f), use the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) - ESTABLISHED MARKET PRICE – MILK (FEB 2009)

(End of Clause)

52.216-9032 Economic price adjustment (EPA) - Established Market Price –Alternate I.

As prescribed in 16.203-4-90(f)(i) use the following clause.

ECONOMIC PRICE ADJUSTMENT (EPA) - ESTABLISHED MARKET PRICE ALTERNATE I (FEB 2009)

(End of Clause)

52.216-9032 Economic price adjustment (EPA) - Established Market Price – Milk Alternate II.

As prescribed in 16.203-4-90(f)(ii) use the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) - ESTABLISHED MARKET PRICE – MILK ALTERNATE II (FEB 2009)

(End of Clause)

52.216-9032 Economic price adjustment (EPA) - Established Market Price – Milk Alternate III.

As prescribed in 16.203-4-90(f)(iii) use the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) - ESTABLISHED MARKET PRICE – MILK ALTERNATE III (FEB 2009)

(End of Clause)

52.216-9033 Economic Price Adjustment (EPA) - Established Prices.

As prescribed in 16.203-4-90(g), use the following clause. Complete paragraph (c)(1) by entering the appropriate percentage price increase ceiling, considering the length of contract performance. Any percentage over 10 percent requires approval by the chief of the contracting office.

ECONOMIC PRICE ADJUSTMENT – ESTABLISHED PRICES (FEB 2009)

(End of Clause)

52.216-9034 Economic Price Adjustment – Published Market Price – Silver.

As prescribed in 16.203-4-90(h), use the following clause.

ECONOMIC PRICE ADJUSTMENT – PUBLISHED MARKET PRICE – SILVER (FEB 2009)

(End of Clause)

52.216-9035 Economic Price Adjustment – Published Market Price – Lead.

As prescribed in 16.203-4-90(i), use the following clause.

ECONOMIC PRICE ADJUSTMENT – PUBLISHED MARKET PRICE – LEAD (FEB 2009)

(End of Clause)

52.216-9036 Evaluation of Offers – Economic Price Adjustment.

As prescribed in 16.203-4-90(j)(i), use the following clause.

EVALUATION OF OFFERS - ECONOMIC PRICE ADJUSTMENT (FEB 2009)

(End of Clause)

52.216-9037 Evaluation of Bids – Economic Price Adjustment.

As prescribed in 16.203-4-90(j)(ii), use the following clause.

EVALUATION OF BIDS - ECONOMIC PRICE ADJUSTMENT (NOV 2011)

(End of Clause)

52.216-9038 Price Redetermination – Prospective (DEVIATION).

As prescribed in 16.205-4, insert the following clause:

PRICE REDETERMINATION PROSPECTIVE (DEVIATION) (OCT 2008)

(End of Clause)

52.216-9039 Economic Price Adjustment – Standard Supplies - DEVIATION.

As prescribed in 16.203-4, insert the following

ECONOMIC PRICE ADJUSTMENT – STANDARD SUPPLIES – DEVIATION (JAN 2009)

(End of Clause)

52.216-9040 Economic Price Adjustment – Established Catalog Price Two Upward Adjustments Per Year Open Season E-CAT Solicitation.

As prescribed in 16.203-4(a)(2)(90), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – ESTABLISHED CATALOG PRICE TWO UPWARD ADJUSTMENTS PER YEAR OPEN SEASON E-CAT SOLICITATION (NOV 2011)

(End of Clause)

52.216-9041 Economic Price Adjustment – Federal Supply Schedule Prices – Open Season E-CAT Solicitation.

As prescribed in 16.203-4(a)(2)(91), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – FEDERAL SUPPLY SCHEDULE PRICES - OPEN SEASON E-CAT SOLICITATION (NOV 2011)

(End of Clause)

52.216-9042 Economic Price Adjustment (EPA) – Department of Labor Bureau of Labor Statistics – Consumer Price Index.

As prescribed in 16.203-4(d)(2)(90), insert the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) - DEPARTMENT OF LABOR BUREAU OF LABOR STATISTICS - CONSUMER PRICE INDEX(CPI) (NOV 2011)

(End of Clause)

52.216-9043 Economic Price Adjustment – Federal Supply Schedule Prices.

As prescribed in 16.203-4(a)(2)(92) insert the following clause:

ECONOMIC PRICE ADJUSTMENT – FEDERAL SUPPLY SCHEDULE PRICES (FSS) (NOV 2011)

52.216-9044 Economic Price Adjustment – Established Catalog Price Multiple Adjustments Authorized Per Clause Terms.

As prescribed in 16.203-4(a)(2)(93), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – ESTABLISHED CATALOG PRICE - MULTIPLE ADJUSTMENTS AUTHORIZED PER CLAUSE TERMS - NON-ECAT (NOV 2011)

52.216-9045 Economic Price Adjustment – Other Federal Agency Contracts – E-CAT.

As prescribed in 16.203-4(a)(2)(94), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – OTHER FEDERAL AGENCY CONTRACTS – E-CAT

(NOV 2011)

(f) Upward Adjustments.

(1) The Base Year contract unit prices are not subject to any upward adjustment. The Contractor is authorized to submit one request for any upward adjustments to contract unit prices for each Option Year. This request shall be submitted no later than 30 days prior to the effective date of the upcoming Option Year (if exercised). The requested upward price adjustments must be based upon increases in the Contractor’s OFA Unit Prices. The request shall include a copy of the revised OFA Unit Prices, the “E-CAT file”, and the following for each item with a proposed increase in Contract Unit Price:

(i) A separate Excel spreadsheet or ACCESS database, in both hard copy and disc, that displays for each item with a proposed price increase the following information:

(ii) Any other applicable supporting data requested by the Contracting Officer.

(2) Benchmarks For OFA Price Increases: If any OFA Unit Price increases, and the increase is authorized under this clause, the contract unit prices for any corresponding items shall be determined using the increased OFA Unit Price(s) and either the applicable Discount(s) originally awarded or any larger Discount(s) now offered. These increased contract unit prices shall apply to all orders issued on or after the effective date of the increase. Proposed increases will be considered fair and reasonable if they do not exceed whichever is the lower of the following two benchmarks:

(i) For the Initial Option Year of the contract, any proposed increase in Contract Unit Price on a percentage basis cannot exceed the percentage increase from the OFA Unit Price that determined the award unit price to the new higher OFA Unit Price. For all subsequent Option Years, any proposed increase in Contract Unit Price on a percentage basis cannot exceed the percentage increase from the OFA Unit Price that determined the highest Contract Unit Price that was in effect at any time during the preceding contract year to the new higher OFA Unit Price.

(ii) Any proposed higher contract unit prices are subject to the following limitations:

(A) For the initial Option Year, Contract Unit Price increases shall be limited to the following annual ceiling(s) applied to the award unit price for the same item (i.e., any proposed higher Contract Unit Price cannot exceed the award unit price plus the annual ceiling).

(B) For all subsequent Option Years, Contract Unit Price increases shall be limited to the following annual ceiling(s) applied to the highest Contract Unit Price in effect during the preceding Contract Year for the same item (i.e., any proposed higher Contract Unit Price cannot exceed the highest Contract Unit Price in effect during the preceding Contract Year plus the annual ceiling.)

Annual Ceiling, All Items: 10%

(3) Upon approval of the proposed price increases, the Government shall modify the contract electronic catalog residing in the E-CAT System to include the increased contract unit prices. Upward price adjustments shall be effective on the same day that the Option Year takes effect unless either of the following occurs:

(i) If the Contractor's request for price adjustment is not received a minimum of 30 days prior to the effective date of the upcoming Option Year (if exercised), any approved upward price adjustment shall not be effective until 30 days after receipt of the request.

(ii) If, during the 30-day period the Government has to evaluate prices and update the E-CAT system, the Contracting Officer is unable to determine that a price increase on any item or items is fair and reasonable (i.e., the proposed Contract Unit Price exceeds the lower of the two benchmarks above). In this case, no price increases will be authorized for those items until the Contracting Officer is able to determine the price increases for those items to be fair and reasonable.

(End of Clause)

52.216-9046 Economic Price Adjustment – Other Federal Agency Contracts – E-CAT.

As prescribed in 16.203-4(a)(2)(95), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – OTHER FEDERAL AGENCY CONTRACTS - E-CAT

(NOV 2011)

(A) For the initial contract year, contract unit price increases shall be limited to the following annual ceiling(s) applied to the award unit price for the same item (i.e., any proposed higher contract unit price cannot exceed the award unit price plus the annual ceiling).

Annual Ceiling, All Items: 10%

There is no percentage limit on downward adjustments under this clause.

(End of Clause)

52.216-9047 Economic Price Adjustment – Established Catalog Price – One Upward Adjustment Per Option Year E-CAT Solicitation.

As prescribed in 16.203-4(a)(2)(96), insert the following clause:

ECONOMIC PRICE ADJUSTMENT – ESTABLISHED CATALOG PRICE ONE UPWARD ADJUSTMENT PER OPTION YEAR E-CAT SOLICITATION (NOV 2011)

(End of Clause)

52.216-9048 Economic Price Adjustment – Established Catalog Price – Multiple Adjustments Authorized Per Clause Terms – E-CAT Solicitation.

As prescribed in 16.203-4(a)(2)(97) insert the following clause:

ECONOMIC PRICE ADJUSTMENT – ESTABLISHED CATALOG PRICE - MULTIPLE ADJUSTMENTS AUTHORIZED PER CLAUSE TERMS - E-CAT SOLICITATION (NOV 2011)

(End of Clause)

52.216-9049 Economic Price Adjustment (EPA) of the Annual Management Fee(s) and Annual Management Cost(s) for the Option Years.

As prescribed in 16.203-4(d)(2)(91), insert the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) OF THE ANNUAL MANAGEMENT FEE(S) AND ANNUAL MANAGEMENT COST(S) FOR THE OPTION YEARS (NOV 2011)

(End of Clause)

52.216-9050 Economic Price Adjustment (EPA) of the Annual Inventory Holding Fee and Annual Inventory Holding Cost for the Option Years.

As prescribed in 16.203-4(d)(2)(92) insert the following clause:

ECONOMIC PRICE ADJUSTMENT (EPA) OF THE ANNUAL INVENTORY HOLDING FEE AND ANNUAL INVENTORY HOLDING COST FOR THE OPTION YEARS (NOV 2011)

(End of Clause)

52.216-9051 Economic Price Adjustment – Federal Ceiling Prices – One Adjustment Per Year.

As prescribed in 16.203-4(d)(2)(93) insert the following clause:

ECONOMIC PRICE ADJUSTMENT – FEDERAL CEILING PRICES – ONE ADJUSTMENT PER YEAR (NOV 2011)

(End of Clause)

52.216-9052 Economic Price Adjustment – Federal Ceiling Prices – One Adjustment Per Year.

As prescribed in 16.203-4(d)(2)(94) insert the following clause:

ECONOMIC PRICE ADJUSTMENT – FEDERAL CEILING PRICES – ONE ADJUSTMENT PER YEAR (NOV 2011)

(End of Clause)

52.216-9053 Economic Price Adjustment (EPA) - Established Market Price – Dehydrated Orange Juice.

As prescribed in Federal Acquisition Regulation (FAR) 16.203-1(a)(1), Defense Logistics Acquisition Directive (DLAD) 16.203-1(a)(90) and 16.203-4(90) insert the following:

ECONOMIC PRICE ADJUSTMENT (EPA) - ESTABLISHED MARKET PRICE – DEHYDRATED ORANGE JUICE (NOV 2011)