Previous PageTable Of ContentsNext Page

DLAD PART 47 – TRANSPORTATION



PART 47 – TRANSPORTATION

(Revised June 16, 2015 through PROCLTR 2015-09)

TABLE OF CONTENTS

SUBPART 47.2 – CONTRACTS FOR TRANSPORTATION OR FOR TRANSPORTATION-RELATED SERVICES

47.207-90 Solicitation provisions, contract clauses, and special requirements.

47.207-5-90 Contractor responsibilities – solicitation provisions and contract clauses.

SUBPART 47.3 – TRANSPORTATION IN SUPPLY CONTRACTS

47.303-90 Standard delivery terms and contract clauses.

47.305 Solicitation provisions, contract clauses, and transportation factors.

47.305-3 Free on board (f.o.b.) origin solicitations.

47.305-3(92) Solicitation provisions, contract clauses, and transportation factors.

47.305-6 Shipments to ports and air terminals.

47.305-7 Quantity analysis, direct delivery, and reduction of crosshauling and backhauling.

47.305-8 Distribution planning and management system (DPMS) pilot.

47.305-10-90 Packing, marking, and consignment instructions.

47.305-13-90 Point of contact for transportation instructions.

47.306 Transportation factors in the evaluation of offers.

SUBPART 47.5 – OCEAN TRANSPORTATION BY U.S.-FLAG VESSELS

47.507 Subsistence items involving overseas destinations.

SUBPART 47.2 – CONTRACTS FOR TRANSPORTATION OR FOR TRANSPORTATION-RELATED SERVICES

(Revised June 16, 2015 through PROCLTR 2015-09)

47.207 Solicitation Provisions, Contract Clauses, and Special Requirements.

47.207-5-90 Contractor responsibilities – solicitation provisions and contract clauses.

(a) Blanket purchase agreements (BPAs) for fresh fruit and vegetables.

Use 52.247-9020 in blanket purchase agreements (BPAs) for fresh fruits and vegetables (FF&V).

(b) Deleted.

SUBPART 47.3 – TRANSPORTATION IN SUPPLY CONTRACTS

(Revised June 16, 2015 through PROCLTR 2015-09)

47.303-91 DLR Item Compliance

Transportation requirements supporting DLR items shall be included in any solicitation and contractual action as required by the specific Service requirements. Requirements including (but not limited to) packaging, packing, marking, shipment/delivery locations, F.O.B. requirements, shipment / delivery variations, payment for shipment, and any associated contract clauses shall be in accordance with the Service DLR specification. If appropriate, DLAD requirements may also be specified as applicable to DLR items.

47.303-90 Standard delivery terms and contract clauses.

(a) Solicitations and contracts for supplies or services.

Insert clause 52.247-9012 in all solicitations and contracts for supplies, including acquisitions conducted using FAR Part 12.

(1) Compliance with International Plant Protection Convention (IPPC) Guidelines involving wood packaging material (WPM). This policy implements DoD policy developed in response to international implementation of the United Nations Food and Agriculture Organization protocol on International Standards for Phytosanitary Measures (ISPM) 15, “Guidelines for Regulating Wood Packaging Materials in International Trade.” ISPM 15 is designed to block movement of pests that can destroy forests from one nation to another.

(2) DoD shipments inside and outside of the United States must meet ISPM 15 whenever wood packaging material (WPM), as defined in 52.247-9012, is used to ship DoD cargo or cargo being delivered to a DoD recipient. If the DoD policy is not followed, improperly marked shipments are likely to become frustrated cargo, be destroyed at the port, or require repacking at the port of debarkation, causing increased cost and time delays to DoD.

(b) Reserved.

(c) Shipments direct to port terminals for export clause. Use 52.247-9019 in solicitations and awards involving shipment of subsistence items to port terminals for export (not applicable to brand name resale or fresh fruit and vegetables (FF&V).

(d)(1) Except for acquisitions conducted under the First Destination Transportation (FDT) Program (see 47.303-90(d)(2)), use 52.247-9024 in purchases over the simplified acquisition threshold (SAT) whenever offers are invited on a f.o.b. origin basis for CONUS deliveries and it is anticipated that foreign offers (other than Canadian) will be received. If offers are invited on both f.o.b. origin and f.o.b. destination basis, immediately following the title, the contract specialist will insert the words “applicable to f.o.b. origin bids/offers only.” This will facilitate evaluation and expedite the award process by eliminating the necessity of securing foreign land transportation rates as well as ocean rates to CONUS or Canada.

(2) For acquisitions conducted under the First Destination Transportation (FDT) Program, as prescribed at 47.305-3-97, use 52.247-9058 instead of 52.247-9024.

(e) Reserved.

(f) Special handling/storage instructions. Use clause 52.247-9051 in solicitations and awards for medical acquisitions when cited in the individual order unless cognizant technical personnel indicate otherwise.

(g) Shipment of controlled substances. Use clause 52.247-9052 in solicitations and awards for pharmaceutical items.

(h) Shipping and marking instructions for frozen, refrigerated, and limited unrefrigerated medical material shipments. Use clause 52.247-9053 in solicitations and contracts, including purchase orders, for Federal supply class (FSC) 6505 items.

(i) Wood products requiring export shipment.

Use provision 52.247-9054 in solicitations over the SAT that include FAR 52.247-51 for wood products which require export shipment.

47.305 Solicitation provisions, contract clauses, and transportation factors.

47.305-2(b)(90) Evaluation of offers invited for both f.o.b. origin and f.o.b. destination.

The contracting officer may insert the provision at 52.247-9026, Evaluation of offers invited for both f.o.b. origin and f.o.b. destination, in solicitations for indefinite delivery contracts where offers are requested for both f.o.b. origin and f.o.b. destination and separate prices are not solicited for different quantity increments. Use Alternate I when separate prices are solicited for different quantity increments.

47.305-3 F.o.b. origin solicitations.

(b)(4)(ii) DEVIATION. DLA Energy is authorized to use provisions 5452.247-9F12 and 5452.247-9F13 in lieu of FAR provision 52.247-46 when purchasing crude oil for the strategic petroleum reserve (SPR) program.

(90) Reserved.

(91) Solicitation provision for port handling and ocean costs in bid evaluation. Port handling and ocean charges available at time of issuance of solicitation shall be published in solicitations for the acquisition of supplies for overseas shipment. The provision set forth at 52.247-9001, advising that these charges are tentative and not necessarily those that will be used in the evaluation, shall also be included in the solicitation, just below any charges published. This provision will preclude the need for extension of opening dates or cancellation of solicitations and will still permit award to that offeror who is, in fact, low at time of bid opening as a result of any change in charges after issuance of the solicitation.

(92) Use 52.247-9015 in all acquisitions when bulk shipments of packaged petroleum products will be made.

(93) The contracting officer may use provision 52.247-9027 in solicitations for indefinite delivery contracts when separate prices are solicited for different quantity increments. F.o.b. origin offers will be evaluated based on the estimated shipping weight and cube if 52.247-9027 (c)(1)(i)(d) is checked. Weighted values reflect the Government’s estimate of relative frequency of future orders within each quantity increment.

47.305-3(94) Perishable foodstuffs clause in a blanket purchase agreements (BPA).

Insert clause 52.247-9017 in BPAs for perishable foodstuffs. 52.247-9017 is to be used only with the DLA Troop Support subsistence supply chain.

47.305-3-95 Reserved.

47.305-3-96 Reserved.

47.305-3-97 First Destination Transportation (FDT) Program – Shipments Originating From Outside the Contiguous United States (OCONUS).

Insert clause 52.247-9058 in solicitations and awards for supplies when the item description in the solicitation states that the FDT Program applies (see 11.201(c)(S-90)(2)).

47.305-3-98 F.o.b. Origin, Government-Arranged Transportation

Use 52.247-9059 in solicitations and awards that contain First Destination Transportation (FDT) requirements. This clause defines the contractor’s responsibilities and requirements for Government-arranged transportation as specificed within the FDT Program.

47.305-4 Reserved.

47.305-4(90) Reserved.

47.305-4(91) Clauses, delivery and evaluation.

Use 52.247-9041 in solicitation and awards for Aviation items for Federal Supply Group (FSG) 34 industrial plant equipment (IPE) parts.

47.305-6(i)(90) Award which may result in a free on board (f.o.b.) origin contract.

Insert 52.247-9021 in solicitations when award may result in an f.o.b. origin contract. 52.247-9021 should be used with 52.247-52. For partial set-asides, the provision is only applicable to the unrestricted portion.

47.305-7(b)(90) Quantity analysis, direct delivery, and reduction of crosshauling and ackhauling.

15.304(c)(S-92) contains a requirement to include a transportation evaluation factor in integrated logistics management arrangements where proposals are likely to include contractor arranged transportation outside the continental United States.

47.305-8-90 Vendor shipment module.

(a) General Information.

(1) The Defense Logistics Agency’s (DLA’s) vendor shipment module (VSM), formerly known as the distribution planning and management system, is a distribution and transportation system that enhances DLA’s ability to plan and manage distribution. It is an information technology (IT) system that provides in-transit visibility (ITV), current shipping addresses, and may reduce transportation costs. For shipments of materiel that DLA buys from suppliers, VSM provides ITV to consignees, consolidation and containerization points (CCPs), air and water ports, and various Government supply and transportation information systems.

(2) VSM has the capability to organically arrange vendor shipments with Government managed carriers under integrated IT functionality. Use of VSM by vendors reduces frustrated freight at the CCPs, and air and water ports; and minimizes delays in vendors obtaining shipping instructions. VSM automatically prepares shipping labels in accordance with military standard (MIL-STD) 129P, Bills of Lading, Packing Lists and other shipping documentation that the supplier can download and print.

(b) Policy.

(1) VSM is of primary benefit in the following situations:

(i) DLA administered contracts where the ultimate destination is a location outside of the United States, e.g., OCONUS Customer Direct (CD) or Defense depots located overseas. For these shipments, the vendors can obtain shipping instructions and shipping labels through VSM without having to contact the DLA transportation office.

(ii) CONUS CD shipments: Although the vendor may not need shipping instructions, the vendor can obtain the required shipping labels via VSM.

(iii) Long term contracts which include CD support: Because of the benefits of VSM for CD shipments, especially OCONUS, contract specialists can consider either requiring or encouring VSM use by the vendor.

(iv) For f.o.b. origin contracts administered by DLA, VSM will make the transportation arrangements using Government rates and carriers. In these circumstances do not use clauses which require the vendors to pre pay and add transportation charges (e.g., FAR 52.247-65). Do not populate the “Transportation Allowed” field in the “Financial Data” Tray at the header level with code “T.” Otherwise, invoices for transportation changes will be paid by DFAS.

(v) For contracts administered by DCMA, vendors must still contact the DCMA transportation office in lieu of using VSM. On a case-by-case basis, there may be circumstances where DCMA will permit use of VSM on DCMA administered contracts. Obtain agreement from DCMA prior to award when allowing a vendor to use VSM on a DCMA administered contract. Although the VSM shipping label is not mandated for DLA direct shipments, a shipping label is still required. Vendors now have the option of using VSM to generate the military shipping label.

(c) Prescription for clause 52.247-9011 Vendor Shipment Module (VSM).

(1) The purpose of the clause is to encourage use of VSM by vendors as described in paragraphs (a) and (b) of this section; the clause does not make VSM mandatory except when FDT is specified in the solicitation or award. VSM shall be used for all FDT solicitations and awards. The clause shall be inserted in solicitations and contracts as a normal practice, unless the contracting officer knows in advance that VSM is not suitable for a particular acquisition.

(2) In addition, the clause should not be used in the following circumstances:

(i) DCMA administered (except as authorized on a case-by-case basis);

(ii) Pharmaceuticals;

(iii) Medical – Customer pick-up only;

(iv) Arms, ammunition & explosives (AA&E);

(v) Controlled substances and syringes;

(vi) Tailored vendor relationships (TVR);

(vii) Contracts for service, except shipments of Government furnished equipment (GFE)/ Government furnished material (GFM); and

(viii) First Destination Transportation (FDT) program buys.

(3) Transportation office notification/requirement. Contracts that are administered under the above-mentioned exceptions at (c)(2)(i) thru (viii) may contain the statement: “Contact the transportation office at the administration office specified in block 7.”

(i) For non-FDT DLA administered contracts, vendors must contact the supply chain transportation office helpdesk at (800) 456-5507.

(ii) For non-FDT contracts administered by DCMA, vendors must contact the DCMA transportation office listed on the award document in lieu of using VSM.

(iii) For all FDT contracts, vendors must register in VSM for transportation information.

47.305-8(90)(a) Contract clause – Alaska remote resupply.

Use 52.247-9039 in solicitations and contracts when Project Code 175-Alaska remote resupply is cited in the purchase request (PR).

(a) For deicing fluids;

(1) Paragraph (b) of the clause has been pre-filled with a delivery date of 1 June. This will ensure fluids are received at the final destination no later than 1 July.

(2) Immediate acquisition action should be initiated in order that delivery of cargo may be made. Shipments that cannot meet delivery dates shall be referred to 833 U.S. Army Transport Battalion, USAF water port logistics office (WPLO) in Seattle, Washington, phone 206-764-6531. for disposition.

(3) Bulk freight shipping instructions:

(i) Shipments will be solicited to:

4DL 833 United States Army Transport Battalion

Attention: MTWSE-TM

4735 East Marginal Way South

Seattle, Washington 98134-2391

(ii) Current stations with deadlines for bulk deicing fluid are:

Station Activity Add Code Deicing fluid must arrive

King Salmon FG5026 No later than (NLT) 1 July

Eareckson FG5027 NLT 1 July

Galena FG5024 NLT 1 July

(4) Bulk deicing fluid is normally the only bulk liquid handled by WPLO. All bulk shipments will be coordinated with WPLO prior to shipment and will be shipped in commercial rail tank cars only.

(b) For all other supplies: No deadline date is applicable for "other supplies."

(1) Freight shipping instructions:

(i) Shipments will be solicited to: Tacoma, Washington.

(ii) Current stations are:

(2) Small package shipments/carriers are not accepted at Tacoma, Washington.

47.305-8(90)(b)

Use 52.247-9040 in solicitations and contract when Project Code Y31- Pacer Goose or 145-Pacer North is cited in the purchase request.

(a) Immediate acquisition action should be initiated in order to meet deadline delivery date of 2 June. Shipments that cannot meet this date shall be referred to the military ocean terminal (MOT) in Norfolk, Virginia, phone (757) 444-4170, facsimile (757) 444-2352 or -3087, for disposition. Shipments will not be accepted at MOT Norfolk after the deadline delivery date.

(b) Shipping instructions:

(1) When Project Code Y31-Pacer Goose is cited in the PR, use FAR 52.247-52 (Section F) and solicit shipments to Norfolk, Virginia.

(2) When Project 145-Pacer North is cited in the PR, use FAR 52.247-52 (Section F) and solicit shipment to: McGuire Air Force Base (AFB), New Jersey.

(3) Consignees for Pacer Goose and Pacer North:

Station Activity Add Code

12 SWS/LGS Thule FB2507

FE2507

FF2507

FJ2507

FL2507

FP2507

FS2507

Det 3, 22SOPS, Unit 82501 Thule FY1977

12 SWS/MAO, Thule FY7556

12 SWS/SCX Small Computer Service Center

Thule FU2514

12 SWS SVM FT9249

Thule

12 SWS SVF FT9906

Thule

Troop Issue Facility OL BI FCS

Thule HQCZZZ

(if not cleared for air movement)

USAF Hospital Thule FY8306

AAFES, Bldg 251, Thule HXFTSK

AAFES, C6 Orders, Thule HXFAC6

(4) Parcel post shipments shall be mailed to applicable APO cited on the purchase request.

(5) Shipments exceeding parcel post limitations will be shipped to either military ocean terminal (MOT) Norfolk or McGuire AFB, as applicable.

(6) Small package shipments/carriers (RPS, UPS, etc.) should not be sent to MOT Norfolk.

47.305-10-90 Packing, marking, and consignment instructions – solicitation provisions and contract clauses.

(a) Reserved.

(b) Reserved.

(c) Shipping instructions (domestic) in solicitations and awards.

(1) Except for acquisitions conducted under the First Destination Transportation (FDT) Program (see 47.303-90(d)(2)), use 52.247-9035 in solicitations and awards when the contractor will ship supplies to a CONUS destination (48 contiguous states), a Canadian destination, or a stock location. It is not to be used for overseas shipments. Overseas shipments include parcel post shipments directly to APO/FPO addresses, shipments to Alaska, Hawaii and Puerto Rico and shipments routed through the container consolidation points (CCPs) at San Joaquin, California (W62N2A) and New Cumberland, Pennsylvania (W25N14). Use of a foreign military sales (FMS) freight forwarder does not apply to this clause.

(2) For acquisitions conducted under the First Destination Transportation (FDT) Program, use 52.247-9058, First Destination Transportation (FDT) Program – Shipments Originating Outside the Contiguous United States (OCONUS, as prescribed at 47.305-3-97, instead of 52.247-9035.

(d) Shipping instructions - export.

(1) Except for acquisitions conducted under the First Destination Transportation (FDT) Program (see 47.303-90(d)(2)), use 52.247-9036 in shipments to overseas customers including shipments direct to APO/FPO addresses, shipments to Alaska, Hawaii, and Puerto Rico, and shipments routed through the Container Consolidation Points (CCPs) at San Joaquin, California (W62N2A) and New Cumberland, Pennsylvania (W25N14).

(2) For acquisitions conducted under the First Destination Transportation (FDT) Program, as prescribed at 47.305-3(97), use 52.247-9058 instead of 52.247-9036.

(e) Trans-shipment of material through DLA containerization and consolidation points. Use 52.247-9037 when supplies are to be shipped via surface freight, CCP appears in the shipping address, or any time the requisition or TCN begins with “A,” “C,” or “W” for Army, “N,” “Q,” or “R” for Navy, "E" or "F" for Air Force and the customer is outside the continental United States (OCONUS which is outside the 48 contiguous states). The clause shall be used in all long term contracts supporting OCONUS customers. Use FAR 52.247-52 (Sec F) with this clause.

(f) Reserved.

47.305-13-90 Point of contact for transportation instructions.

(a) Except for acquisitions conducted under the First Destination Transportation (FDT) Program (see 47.303-90(d)(2)), use 52.247-9034, Point of Contact for Transportation Instructions, in all awards, including solicitations and contracts with foreign military sales (FMS) line items. (See 25.7302-90(a).)

(b) For acquisitions conducted under the First Destination Transportation (FDT) Program, as prescribed at 47.305-3(97), use 52.247-9058 instead of 52.247-9034.

47.305-14 Mode of transportation.

47.305-14-90 Premium transportation - urgent requirements.

(a) Insert clause 52.247-9028 in purchase orders only when premium transportation is to be authorized for urgent requirements.

47.305-14-91 Deleted.

47.305-15-90 Deleted.

47.305-16(90) Deleted.

47.306 Deleted.

SUBPART 47.5 – OCEAN TRANSPORTATION BY U.S.-FLAG VESSELS

47.507 (c) Subsistence items involving overseas destinations. Use 52.247-9018 in solicitations and awards for subsistence items involving overseas destinations (not applicable to brand name resale).

Previous PageTop Of PageTable Of ContentsNext Page