As
filed with the Securities and Exchange Commission on June 14,
2010
|
Registration
Statement No.
333-159334
|
Delaware
|
33-143215
|
3795
|
(State or other jurisdiction of
|
(I.R.S. Identification Number)
|
(Primary Standard Industrial
|
incorporation or organization)
|
|
Classification Code Number)
|
Large
accelerated filer
o
|
Accelerated
filer
o
|
Non-accelerated
filer
o
(Do
not check if a smaller reporting company)
|
Smaller
reporting
company
x
|
Title of Each Class of Securities to be Registered
|
|
Amount to be
Registered
|
|
|
Proposed
Maximum
Offering Price
per unit(1)
|
|
|
Proposed
Maximum
Aggregate
Offering Price
|
|
|
Amount of
Registration Fee
|
|
||||
Common
Stock, par value $0.001 per share
|
11,784,177
|
$
|
$0.375
|
$
|
4,419,066
|
$
|
246.58
|
(1)
|
Estimated for the purpose of
determining the registration fee pursuant to Rule 457(c), based on the
average of the high and low price as of May 11,
2009.
|
% of Revenue
|
||||
Howitzer
Programs
|
11.0
|
%
|
||
Periscope
Programs
|
50.0
|
%
|
||
Sighting
Systems
|
20.0
|
%
|
||
All
Other
|
19.0
|
%
|
||
Total
|
100.0
|
%
|
Common
stock offered by the selling stockholders:
|
11,784,177
shares of common
stock, par value $0.001 per share.
|
|
Offering
prices:
|
The
shares offered by this prospectus may be offered and sold at prevailing
market prices or such other prices as the selling stockholders may
determine.
|
|
Common
stock outstanding:
|
139,444,940
shares as of May 12, 2010.
|
|
Dividend
policy:
|
Dividends
on our common stock may be declared and paid when and as determined by our
board of directors. We have not paid and do not expect to pay dividends on
our common stock.
|
|
OTCBB
symbol:
|
OPXS.OB
|
Use
of proceeds:
|
We
are not selling any of the shares of common stock being offered by this
prospectus and will receive no proceeds from the sale of the shares by the
selling stockholders. All of the proceeds from the sale of common stock
offered by this prospectus will go to the selling stockholders at the time
they sell their shares.
|
|
·
|
our ability to fulfill
backlog;
|
|
·
|
our ability to procure additional
production contracts;
|
|
·
|
our ability to control
costs;
|
|
·
|
the timing of payments and
reimbursements from government and other contracts, including but not
limited to changes in federal government military spending and the federal
government procurement
process;
|
|
·
|
increased sales and marketing
expenses;
|
|
·
|
technological advancements and
competitors’ response to our
products;
|
|
·
|
capital improvements to new and
existing facilities;
|
|
·
|
our relationships with customers
and suppliers; and
|
|
·
|
general economic conditions
including the effects of future economic slowdowns, acts of war or
terrorism and the current international
conflicts.
|
Product Line
|
Supplier
|
Supply Item
|
Risk
|
Purchase Orders
|
||||
Periscopes
|
TSP,
Inc.
|
Window
used on all glass & plastic periscopes
|
Proprietary
coatings would take in excess of 6 months to identify and qualify an
alternative source
|
Current
firm fixed price & quantity purchase orders are in place with the
supplier to meet all contractual requirements. Supplier is on
schedule.
|
||||
Periscopes
|
Spartec
Polycast
|
Acrylic
raw material used on plastic periscope assemblies
|
This
material has quality characteristics which would take in excess of 6
months to identify and qualify an alternative source.
|
Current
firm fixed price & quantity purchase orders are in place with the
supplier to meet all contractual requirements. Supplier is on
schedule.
|
||||
Howitzers
|
Danaher
Controls
|
Counter
Assembly for M137 & M187 Howitzer programs
|
Critical
assembly would take in excess of 6 months to identify and qualify an
alternative source. Currently, the only U.S. government approved
supplier.
|
Current
firm fixed price & quantity purchase orders are in place with the
supplier to meet all contractual requirements. Supplier is on
schedule.
|
||||
Other
|
SWS
Trimac
|
Subcontracted
Electron Beam Welding
|
Subcontracted
welder that is the only qualified supplier for General Dynamics Land
Systems muzzle reference system collimator assemblies. This
operation would take in excess of 6 months to identify and qualify an
alternative supplier.
|
Current
firm fixed price & quantity purchase orders are in place with the
supplier to meet all contractual requirements. Supplier is on
schedule.
|
|
·
|
confirming or defeating the
election of directors;
|
|
·
|
amending or preventing amendment
of Optex Systems Holdings’ certificate of incorporation or
bylaws;
|
|
·
|
effecting or preventing a
reorganization, sale of assets or other corporate transaction;
and
|
|
·
|
controlling
the outcome of any other matter submitted to the stockholders for
vote.
|
|
·
|
additions or departures of key
personnel;
|
|
·
|
limited “public float” following
the reorganization, in the hands of a small number of persons whose sales
or lack of sales could result in positive or negative pricing pressure on
the market price for the common
stock;
|
|
·
|
operating results that fall below
expectations;
|
|
·
|
economic and other external
factors, including but not limited to changes in federal government
military spending and the federal government procurement process;
and
|
|
·
|
period-to-period fluctuations in
Optex Systems Holdings’ financial
results.
|
Prospectus
|
11,784,177 | |||
Shares
from warrants issued in the reorganization
|
8,131,677 | |||
Shares
issued since the reorganization, all with restrictive
legends
|
1,780,000 |
Period
|
High
|
Low
|
||||||
Commencement
of Trading through Fourth Quarter 2007
|
$
|
0.50
|
$
|
0.50
|
||||
First
Quarter 2008
|
$
|
0.50
|
$
|
0.50
|
||||
Second
Quarter 2008
|
$
|
0.50
|
$
|
0.50
|
||||
Third
Quarter 2008
|
$
|
0.50
|
$
|
0.50
|
||||
Fourth
Quarter 2008
|
$
|
0.50
|
$
|
0.50
|
||||
First
Quarter 2009
|
$
|
0.50
|
$
|
0.50
|
||||
Second
Quarter 2009
|
$
|
0.50
|
$
|
0.14
|
||||
Third
Quarter 2009
|
$
|
0.45
|
$
|
0.08
|
||||
Fourth
Quarter 2009
|
$
|
0.50
|
$
|
0.17
|
||||
First
Quarter 2010
|
$
|
0.50
|
$
|
0.09
|
||||
Second
Quarter 2010
|
$
|
0.15
|
$
|
0.08
|
Accounting
and Auditing Fees
|
$
|
250,000
|
||
Legal
Fees
|
60,000
|
|||
Consulting
Fees
|
60,000
|
|||
Workers
Comp and General Insurance
|
70,000
|
|||
Total
|
$
|
440,000
|
Description
|
Offering
|
|||
Additional
Personnel
|
$
|
150,000
|
||
Legal
and Accounting Fees
|
$
|
100,000
|
||
Investor
Relations Fees
|
96,000
|
|||
Working
Capital
|
$
|
528,529
|
||
Totals:
|
$
|
874,529
|
Optex
Systems, Inc. (Texas)
(Predecessor)
|
||||
Revenue
|
$
|
0.9
|
||
Cost
of Sales
|
0.7
|
|||
Gross
Margin
|
0.2
|
|||
General
& Administrative
|
0.1
|
|||
Operating
Income
|
$
|
0.1
|
||
Net
Income
|
$
|
0.1
|
|
Successor
Qtr 1, 2010
|
Successor
Qtr 2, 2010
|
Successor - Six
months ended March
28, 2010
|
Predecessor
Qtr1, 2009
(September 29, 2008
through October 14, 2008)
|
Successor
Qtr1, 2009
(October 15, 2008 through
December 27, 2008)
|
Successor
Qtr2, 2009
|
Combined - Six months
ended March 29, 2009
|
|||||||||||||||||||||
Net
Loss Applicable to Common Shareholders - GAAP
|
$
|
-
|
$
|
(0.1
|
)
|
$
|
(0.1
|
)
|
$
|
(0.1
|
)
|
$
|
0.1
|
$
|
(0.3
|
)
|
$
|
(0.3
|
)
|
|||||||||
Add:
|
||||||||||||||||||||||||||||
Interest
Expense
|
-
|
-
|
-
|
-
|
0.1
|
0.1
|
0.2
|
|||||||||||||||||||||
Preferred
Stock Dividend
|
0.1
|
0.1
|
0.2
|
-
|
-
|
-
|
-
|
|||||||||||||||||||||
Federal
Income Taxes (Benefit)
|
-
|
(0.1
|
)
|
(0.1
|
)
|
-
|
0.2
|
0.1
|
0.3
|
|||||||||||||||||||
Depreciation
& Amortization
|
0.3
|
0.3
|
0.6
|
-
|
0.6
|
0.5
|
1.1
|
|||||||||||||||||||||
EBITDA
- Non GAAP
|
$
|
0.4
|
$
|
0.2
|
$
|
0.6
|
$
|
(0.1
|
)
|
$
|
1.0
|
$
|
0.4
|
$
|
1.3
|
|
FY2010
|
FY2011
|
FY2012
|
FY2013
|
||||||||||||||||||||||||||||||||||||||||||||
Program Backlog (millions)
|
Qtr 3
|
Qtr 4
|
Qtr 1
|
Qtr 2
|
Qtr 3
|
Qtr 4
|
Qtr 1
|
Qtr 2
|
Qtr 3
|
Qtr 4
|
Qtr 1
|
Qtr 2
|
||||||||||||||||||||||||||||||||||||
Howitzer
Programs
|
$
|
1.3
|
$
|
2.2
|
$
|
1.4
|
$
|
0.5
|
$
|
0.4
|
$
|
0.1
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
||||||||||||||||||||||||
Periscope
Programs
|
$
|
2.6
|
$
|
2.2
|
1.7
|
1.9
|
0.9
|
0.8
|
0.7
|
1.2
|
0.9
|
0.6
|
0.3
|
0.2
|
||||||||||||||||||||||||||||||||||
Sighting
Systems
|
$
|
0.1
|
$
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
||||||||||||||||||||||||||||||||||
All
Other
|
1.1
|
0.5
|
0.3
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
-
|
0.1
|
-
|
-
|
||||||||||||||||||||||||||||||||||||
Total
|
$
|
5.1
|
$
|
4.9
|
$
|
3.4
|
$
|
2.5
|
$
|
1.4
|
$
|
1.0
|
$
|
0.8
|
$
|
1.3
|
$
|
0.9
|
$
|
0.7
|
$
|
0.3
|
$
|
0.2
|
Product Line
|
Three months ended
03/28/2010
|
Three months ended
03/29/2009
|
Change
|
|||||||||
|
(Successor)
|
(Combined)
|
||||||||||
Howitzer
Programs
|
$
|
1.6
|
$
|
0.2
|
$
|
1.4
|
||||||
Periscope
Programs
|
3.2
|
4.3
|
(1.1
|
)
|
||||||||
Sighting
Systems
|
0.3
|
1.2
|
(0.9
|
)
|
||||||||
All
Other
|
1.2
|
1.0
|
0.2
|
|||||||||
Total
|
$
|
6.3
|
$
|
6.7
|
$
|
(0.4
|
)
|
|||||
Percent
increase (decrease)
|
-6.0
|
%
|
Product Line
|
Six months ended
03/28/2010
|
Six months ended
03/29/2009
|
Change
|
|||||||||
|
(Successor)
|
(Combined)
|
||||||||||
Howitzer
Programs
|
$
|
2.6
|
$
|
0.7
|
$
|
1.9
|
||||||
Periscope
Programs
|
6.4
|
9.1
|
(2.7
|
)
|
||||||||
Sighting
Systems
|
0.7
|
2.2
|
(1.5
|
)
|
||||||||
All
Other
|
2.5
|
2.0
|
0.5
|
|||||||||
Total
|
$
|
12.2
|
$
|
14.0
|
$
|
(1.8
|
)
|
|||||
Percent
increase (decrease)
|
-12.9
|
%
|
Optex Systems – Texas
(Predecessor)
|
|
|
||
Revenue
|
$
|
0.9
|
||
Cost
of Sales
|
0.7
|
|||
Gross
Margin
|
0.2
|
|||
General
& Administrative
|
0.1
|
|||
Operating
Income
|
$
|
0.1
|
||
Net
Income
|
$
|
0.1
|
|
September 29, 2008 through September 27, 2009
|
Predecessor - Fiscal Year 2008
|
||||||||||||||||||||||||||||||||||||||||||
|
Predecessor - Qtr 1
(Sept 29, 2008
through Oct 14,
2008)
|
Successor - Qtr 1
(Oct 15, 2008
through Dec 27,
2008)
|
Qtr 2
|
Qtr 3
|
Qtr 4
|
12 months ended
September 27, 2009
|
Qtr 1
|
Qtr 2
|
Qtr 3
|
Qtr 4
|
12 months ended
September 28, 2008
|
|||||||||||||||||||||||||||||||||
Net
Loss Applicable to Common Shareholders
|
$
|
(0.1
|
)
|
$
|
0.1
|
$
|
(0.3
|
)
|
$
|
(0.3
|
)
|
$
|
0.4
|
$
|
(0.2
|
)
|
$
|
(0.7
|
)
|
$
|
(0.7
|
)
|
$
|
(0.2
|
)
|
$
|
(3.2
|
)
|
$
|
(4.8
|
)
|
|||||||||||||
Add:
|
||||||||||||||||||||||||||||||||||||||||||||
Interest
Expense
|
-
|
0.1
|
0.1
|
-
|
-
|
0.2
|
0.1
|
0.1
|
-
|
-
|
0.2
|
|||||||||||||||||||||||||||||||||
Preferred
Stock Dividend
|
-
|
-
|
-
|
-
|
0.2
|
0.2
|
-
|
-
|
-
|
-
|
||||||||||||||||||||||||||||||||||
Federal
Income Taxes (Benefit)
|
-
|
0.2
|
0.1
|
0.1
|
(0.7
|
)
|
(0.3
|
)
|
-
|
-
|
-
|
-
|
-
|
|||||||||||||||||||||||||||||||
Goodwill
Impairment
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
1.6
|
1.6
|
|||||||||||||||||||||||||||||||||
Depreciation
& Amortization
|
-
|
0.6
|
0.5
|
0.5
|
0.6
|
2.2
|
0.3
|
0.2
|
0.1
|
0.2
|
0.8
|
|||||||||||||||||||||||||||||||||
EBITDA
- Non GAAP
|
$
|
(0.1
|
)
|
$
|
1.0
|
$
|
0.4
|
$
|
0.3
|
$
|
0.5
|
$
|
2.1
|
$
|
(0.3
|
)
|
$
|
(0.4
|
)
|
$
|
(0.1
|
)
|
$
|
(1.4
|
)
|
$
|
(2.2
|
)
|
2010
|
2011
|
2012
|
2013
|
|||||||||||||||||||||||||||||||||||||||||||||||||
Program
Backlog
(millions)
|
Qtr
1
|
Qtr
2
|
Qtr
3
|
Qtr
4
|
Qtr
1
|
Qtr
2
|
Qtr
3
|
Qtr
4
|
Qtr
1
|
Qtr
2
|
Qtr
3
|
Qtr
4
|
Qtr
1
|
|||||||||||||||||||||||||||||||||||||||
Howitzer
Programs
|
$
|
0.6
|
$
|
1.7
|
$
|
1.9
|
$
|
2.6
|
$
|
1.7
|
$
|
0.1
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
$
|
-
|
||||||||||||||||||||||||||
Periscope
Programs
|
2.1
|
2.1
|
2.0
|
1.3
|
1.3
|
0.6
|
0.7
|
0.5
|
0.5
|
0.9
|
0.8
|
-
|
-
|
|||||||||||||||||||||||||||||||||||||||
Sighting
Systems
|
0.4
|
0.2
|
0.1
|
0.1
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
-
|
|||||||||||||||||||||||||||||||||||||||
All
Other
|
1.7
|
1.1
|
0.4
|
0.2
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
0.1
|
|||||||||||||||||||||||||||||||||||||||
Total
|
$
|
4.8
|
$
|
5.1
|
$
|
4.4
|
$
|
4.2
|
$
|
3.1
|
$
|
0.8
|
$
|
0.8
|
$
|
0.6
|
$
|
0.6
|
$
|
1.0
|
$
|
0.9
|
$
|
0.1
|
$
|
0.1
|
|
Predecessor
|
Successor
|
Combined
|
Predecessor
|
||||||||||||||||
|
September 29,
2008 through
October 14,
2008
|
October 15,
2008
through
September 27,
2009
|
12 mos.
ended
September 27,
2009
|
12 mos. ended
September 28, 2008
|
Change
|
|||||||||||||||
Revenue
|
$
|
0.9
|
$
|
26.7
|
$
|
27.6
|
$
|
20.0
|
$
|
7.6
|
||||||||||
Percent
increase
|
37.8
|
%
|
Product Line
|
|
Year ended
9/27/2009
(Combined)
|
|
|
Year ended
9/28/2008
(Predecessor)
|
|
|
Change
|
|
|||
Howitzer
Programs
|
$
|
2.6
|
$
|
2.4
|
0.2
|
|||||||
Periscope
Programs
|
$
|
14.9
|
$
|
9.6
|
5.3
|
|||||||
Sighting
Systems
|
$
|
4.7
|
$
|
4.0
|
0.7
|
|||||||
All
Other
|
$
|
5.4
|
$
|
4.0
|
1.4
|
|||||||
Total
|
$
|
27.6
|
$
|
20.0
|
7.6
|
|||||||
Percent
increase
|
37.8
|
%
|
·
|
Elimination of corporate cost
allocations from Irvine Sensors Corporation of ($2.1) million and the
Irvine Sensors employee stock bonus plan of ($0.4) million as a result of
the ownership change.
|
·
|
Increased costs of $0.5 million
in legal, accounting fees, board of director fees, and investor
relations.
|
·
|
Lower salaries, wages and
employee related costs due to the reclassification of 10 purchasing and
planning employees from general and administrative to manufacturing
overhead included in cost of sales of ($0.3) million. This
decrease was partially offset by the expense associated with the
implementation of a management incentive bonus plan in 2009 of $0.1
million for a net change of ($0.2) million to general and administrative
salaries, wages and related employee
expenses.
|
·
|
Increased amortization of
intangible assets of $0.2 million as a result of the ownership change as
of October 14, 2008.
|
·
|
2008 goodwill impairment of
($1.6) million incurred in 2008 versus no impairment in
2009.
|
·
|
Reductions of $(0.1) million in
other general & administrative
spending.
|
·
|
The units-of-delivery method
recognizes as revenue the contract price of units of a basic production
product delivered during a period and as the cost of earned revenue the
costs allocable to the delivered units; costs allocable to undelivered
units are reported in the balance sheet as inventory or work in progress.
The method is used in circumstances in which an entity produces units of a
basic product under production-type contracts in a continuous or
sequential production process to buyers'
specifications.
|
Regulation
|
|
Summary
|
Federal
Acquisition Regulation
|
The
principal set of rules in the Federal Acquisition Regulation System. This
system consists of sets of regulations issued by agencies of the federal
government of the United States to govern what is called the "acquisition
process," which is the process through which the government purchases
("acquires") goods and services. That process consists of three phases:
(1) need recognition and acquisition planning, (2) contract formation, and
(3) contract administration. The FAR System regulates the activities of
government personnel in carrying out that process. It does not regulate
the purchasing activities of private sector firms, except to the extent
that parts of it are incorporated into government solicitations and
contracts by reference.
|
|
International
Traffic in Arms Regulations
|
United
States government regulations that control the export and import of
defense-related articles and services on the United States Munitions
List. These regulations implement the provisions of the Arms
Export Control Act.
|
|
Truth
in Negotiations Act
|
A
public law enacted for the purpose of providing for full and fair
disclosure by contractors in the conduct of negotiations with the
government. The most significant provision included is the requirement
that contractors submit certified cost and pricing data for negotiated
procurements above a defined threshold, currently $650,000. It
requires contractors to provide the government with an extremely broad
range of cost or pricing information relevant to the expected costs of
contract performance, and it requires contractors and subcontractors to
submit cost or pricing data to government and to certify that,
to the best of their knowledge and belief, the data are current, accurate,
and complete.
|
DSP-5 Licenses
|
Issue Date
|
Expiration Date
(48 months from date of issue)
|
||
050137740
|
01/05/2009
|
01/04/2013
|
||
050146207
|
03/13/2009
|
03/12/2013
|
||
050137823
|
01/05/2009
|
01/04/2013
|
||
050128943
|
11/24/2008
|
11/23/2012
|
||
050169739
|
06/04/2009
|
06/03/2013
|
||
050185923
|
08/28/2009
|
08/27/2013
|
||
050187735
|
03/19/2010
|
03/18/2014
|
||
050220671
|
|
10/01/2009
|
|
09/30/2013
|
DSP-73 Licenses
|
Issue Date
|
Expiration Date
(48 months from date of issue)
|
||
730024737
|
02/16/2010
|
02/15/2014
|
||
730007737
|
08/13/2008
|
08/12/2012
|
||
730008340
|
09/26/2008
|
09/25/2012
|
||
730008736
|
11/18/2008
|
11/17/2012
|
||
730010051
|
|
02/27/2009
|
|
02/26/2013
|
|
|
|
Contract Quantities
|
|
|
|
||||||||||||||
Customer
|
Customer
PO/Contract
|
Contract Type
|
Min Qty
|
Max Qty
|
Total Award
Value (4)
|
Progress
Billable
(1)
|
Order Period
Expiration
|
Delivery Period
|
||||||||||||
General
Dynamics
Land
Systems
|
PCL860000 thru
PCL860005 (Multiple
Prime Contracts)
|
1
year blanket order with Fixed Qty Contract release which includes ability
to in crease or decrease quantity on each release up to 20% from PO
release quantity.
|
N/A | N/A | $14,813,100 |
Yes
|
Expired
|
Dec 2007 -
Jan 2011
|
||||||||||||
|
|
|||||||||||||||||||
Tank-automotive
and Armaments Command - Rock Island
|
W52H09-05-D-0260
|
5
Year Firm Fixed Price (3)
|
138 | 2,100 | $7,261,716 |
Yes
|
30-Jun-2010
|
Oct
2007-
Jan
2011
|
||||||||||||
Tank-automotive
and Armaments Command - Rock Island
|
W52H09-05-D-0248
|
5
Year Firm Fixed Price (3)
|
138 | 1,250 | $5,006,119 |
Yes
|
30-Jun-2010
|
Apr
2007-
Jul
2010
|
||||||||||||
Tank-automotive
and Armaments Command - Rock Island
|
W52H09-09-D-0128
|
3 Yr
– Evaluated Pricing (3). Restricted Procurement between Optex Systems
& Miller Holzwarth
|
250
each supplier
|
250
each supplier
|
$118,250 | (2) |
Yes
|
31-Dec-2011
|
Initial
award deliverable Aug - Sept 2009. Additional awards not to exceed
aggregate 2000 units per month total units.
|
|||||||||||
General
Dynamics Land Systems
|
40050551
(Multiple Prime Contracts)
|
Firm
Fixed Price and Fixed Quantity Purchase Order
|
N/A | N/A | $5,380,137 |
Yes
|
N/A
|
Jan
2011 -
Feb
2013
|
(1)
|
Payment terms on shipments are
net 30 days.
|
(2)
|
Only first delivery order
awarded. Maximum order value potential of up to $22 million
with expected award value of $7.5 million. We estimate the
maximum order potential at $22 million based on the government’s estimated
maximum order quantity for each periscope type times the Optex not to
exceed price per unit for each of the solicited periscope
assemblies. The $7.5 million expected value is derived based on
the governments estimated quantity requirement for each periscope type
across the contract period times Optex proposed not to exceed price per
unit, assuming that the award is split equally between Optex and the other
supplier.
|
(3)
|
Indefinite Delivery/Indefinite
Quantity type contract.
|
(4)
|
Total
Award Value” as included in the table represents the total value of all
delivery orders against the prime contract that have already been awarded
to Optex. As the total award value represents already awarded
delivery order contracts, there are no material reasons why that amount
would not be received, and historically, the amount awarded has directly
correlated to the amount received.
|
·
|
Electronic sighting
systems
|
·
|
Mechanical sighting
systems
|
·
|
Laser protected glass
periscopes
|
·
|
Laser protected plastic
periscopes
|
·
|
Non-laser protected plastic
periscopes
|
·
|
Howitzer sighting
systems
|
·
|
Ship
binoculars
|
·
|
Replacement optics (e.g. filters,
mirrors)
|
·
|
The lease term is extended until
July 31, 2015.
|
·
|
The base rent is as follows:
until 7/31/2010, $0.00 per square foot, from 8/1/2010 – 7/31/2013, $4.70
per square foot and from 8/1/2013 – 7/31/2015, $4.95 per square
foot.
|
·
|
A $195,352.00 improvement
allowance is included.
|
·
|
For the first two years of the
extended term, the landlord has granted the option to take over additional
space at similar terms as in the
amendment.
|
|
Year- Ended
|
|||
|
September 28,
2008
|
|||
Accounting
& Auditing Fees
|
$
|
250,000
|
||
Legal
Fees
|
60,000
|
|||
Consulting
Fees
|
60,000
|
|||
Workers
Comp & General Insurance
|
70,000
|
|||
Total
|
$
|
440,000
|
|
·
|
Reliability – failure can cost
lives
|
|
·
|
Time delivery to
schedule
|
|
·
|
Cost
effectiveness
|
|
·
|
Armed forces need to be able to
see to perform
|
|
·
|
Mission critical
products.
|
·
|
Big
Eye Binoculars – While the military application we produce is based on
mature military designs, Optex Systems Holdings owns all castings, tooling
and glass technology. These large fixed mount binoculars could be sold to
cruise ships, personal yachts and
cities/municipalities.
|
·
|
Night Vision Sight – Optex
Systems Holdings has
manufactured the optical system
for the NL-61 Night Vision Sight for the Ministry of Defense of Israel.
This technology
could be implemented for
commercial applications.
|
·
|
Infrared Imaging Equipment –
Optex Systems Holdings manufactures and assembles infrared imaging
equipment and components for Raytheon’s Thermal Imaging M36 Mount product.
This equipment and technology has potential to be assembled for border
patrol, police and governmental security
agencies.
|
Name
|
Product Line
|
|
M137,
M187, M119 Aiming Device
|
Howitzer
Sighting Systems
|
|
Aiming
Circle
|
Howitzer
Sighting Systems
|
|
Periscopes
|
Laser
Protected Plastic Periscopes
|
|
Collimators
|
Electronic
Sighting Systems
|
|
Back
Up Sights
|
Mechanical
Sighting Systems
|
|
ICWS
|
Laser
Protected Glass Periscopes
|
Name
|
Age
|
Position
|
||
Stanley
A. Hirschman
|
63
|
President,
Secretary, Treasurer & Director
|
||
Merrick
D. Okamoto
|
49
|
Director
|
||
Ronald
F. Richards
|
44
|
Chairman
of the Board
|
||
Danny
Schoening
|
45
|
Chief
Operating Officer
|
||
Karen
L. Hawkins
|
44
|
Vice
President of Finance and
Controller
|
|
|
|
Option
|
All
Other
|
|
||||||||||||||||||||||
Salary
|
Bonus
|
Stock
|
Awards
|
Compensation
|
Total
|
||||||||||||||||||||||
Name
and Principal Position
|
Year
|
($)
|
($)
|
Awards
($)
|
($
)(
6)
|
($)
|
($)
|
||||||||||||||||||||
Stan
Hirschman, President (7)
|
2009
|
(5) | - | - | - | - | 25,000 | 25,000 | |||||||||||||||||||
2008
|
(5) | - | - | - | - | - | - | ||||||||||||||||||||
Danny
Schoening, Chief Operating Officer (7)
|
2009
|
$ | 182,932 | $ | 11,000 | $ | - | $ | 10,588 | $ | $ | 204,520 | |||||||||||||||
2008 | (1,2) | 122,646 | 10,300 | 7,500 | - | - | 140,446 | ||||||||||||||||||||
Karen
Hawkins, VP Finance / Controller (7)
|
2009
|
133,647 | 7,271 | - | 5,516 | - | 146,434 | ||||||||||||||||||||
2008
|
132,473 | 300 | - | - | - | 132,773 | |||||||||||||||||||||
2007
|
(1) | 56,900 | 300 | - | - | - | 57,200 | ||||||||||||||||||||
Andrey
Oks, CEO, CFO, Secretary, Treasurer and Director
|
2008
|
(3) | - | - | 10,000 | - | - | 10,000 | |||||||||||||||||||
Terry
Hughes, CEO
|
2007
|
(4) | - | - | - | - | 42,000 | 42,000 |
1
|
The compensation depicted is not
reflective of a full year’s compensation as Danny Schoening did not begin
employment until the second quarter of fiscal year 2008 and Karen Hawkins
did not begin employment until the third quarter of fiscal year 2007. For
Mr. Schoening and Ms. Hawkins, information is for service as an officer of
Optex Texas and Optex Delaware. Given the fact that there has not been a
change in fiscal year but rather adoption of the fiscal year of the
accounting acquirer, there has been no adjustment made to treat the period
since the change in fiscal year as a stub period, and all numbers
presented are for complete fiscal
years.
|
2
|
Stock awards include issues of
10,000 common shares of Irvine Sensors Common Stock on January 16,
2008 at the then current market share price of $0.75 per
share.
|
3
|
Mr. Oks was appointed as an
officer of Sustut as of September 15, 2008 and resigned as of March 29,
2009. Mr. Oks was given 10,000,000 shares of restricted stock as
compensation for services which was forfeited to Sustut on the date of his
resignation.
|
4
|
Mr. Hughes served as an officer
of Sustut and resigned on September 12, 2008 and forfeited the 9,902,624
shares of Common Stock in Optex Systems Holdings he owned at
that time. He received no other compensation during 2008. In 2007 Mr
Hughes received $42,500 in compensation, the nature of which is
unspecified.
|
5
|
Stanley Hirschman’s compensation
in 2009 consisted solely of $25,000 cash paid for Director’s Fees. He
received no other compensation Mr. Hirschman was not compensated for his
service in 2008, so this table does not include compensation amounts for
him for 2008.
|
6
|
The amounts in the “Option
awards” column reflect the dollar amounts recognized as the executive
portion of compensation expense for financial statement reporting purposes
for each named executive officer during fiscal 2009, as required by FASB
ASC 718 (prior authoritative literature SFAS 123(R)), disregarding any
estimates for forfeitures relating to service-based vesting conditions.
For the assumptions relating to these valuations, see note 12 to our
fiscal 2009 audited financial statements. Andrey Oks & Terry Hughes
were executives of Sustut Exploration, Inc. during the years 2007 and
2008, prior to the reverse merger on March 30, 2009. Concurrent with the
reverser merger and name change to Optex Systems Holdings, Inc on March
30, 2009 Optex Systems Holdings adopted the fiscal year end of the
accounting acquirer and changed the period end from December 31 to a
fiscal year end of September. There were no earnings of either of these
individuals subsequent to the reverse merger and adoption of the
accounting acquirers’ fiscal period. All compensation expense shown for
these individuals prior to the March 30, 2009 reorganization are depicted
in calendar years ending December 31, 2008 and December 31,
2007.
|
7
|
Danny Schoening, Karen Hawkins
and Stanley Hirschman were all executives of Optex Systems Holdings
subsequent to the March 30, reorganization. Prior to the reorganization
Danny Schoening and Karen Hawkins were executives of Optex Systems, Inc.
(Texas) and Optex Systems, Inc. (Delaware) and Stanley Hirschman became an
executive of Optex Systems, Inc. (Delaware) in September 2008. Both Optex
Systems, Inc. (Texas) and Optex Systems, Inc. (Delaware) had previously
been operating under an October through September fiscal year end and as
such, compensation for these individuals is depicted in fiscal years
beginning in October and ending in September for each of the years 2007
through 2009.
|
Name
|
Grant
Date
|
All Other
Option
Awards: No
of Securities
Underlying
Options
|
Equity Exercise
or Base Price of
Option Awards
($/Sh)
|
Grant Date
Fair Value of
Stock and
Option Awards
($)(3)
|
||||||||||
Danny
Schoening (1)
|
3/30/2009
|
1,414,649
|
$
|
0.15
|
$
|
63,705
|
||||||||
Karen
Hawkins (2)
|
5/14/2009
|
250,000
|
$
|
0.15
|
$
|
63,910
|
(1)
|
On March 29, 2009 Danny Schoening
was awarded 1,414,649 options pursuant to his employment agreement with
vesting rights over three years on the anniversary date of the grant at
34%, 33% and 33% for each respective year. The options expire on March 28,
2016
|
(2)
|
On May 14, 2009 Karen Hawkins was
awarded 250,000 options pursuant to the equity compensation plan detailed
below. The options vest over four years on the anniversary date at 25% per
year respectively and expire on May 13,
2016.
|
(3)
|
Amounts represent the total grand
date fair value of stock options granted in fiscal year 2009 under FASB
ASC 718 (Prior authoritative literature: SFAS No. 123R). The assumptions
used by us with respect to the valuation of options are set forth in Note
12 to our fiscal 2009 audited financial
statements.
|
Option Awards
|
||||||||||||||||||
|
Equity Incentive Plan Awards
|
|||||||||||||||||
Number of shares underlying unexercised options
|
||||||||||||||||||
#
|
#
|
Exercise
|
Expiration
|
|||||||||||||||
Name
|
Exercisable
|
Unexercisable
|
Unearned
|
Price
|
Date
|
Footnotes
|
||||||||||||
Danny
Schoening
|
-
|
1,414,649
|
1,414,649
|
$ |
0.15
|
3/29/2016
|
(1
|
)
|
||||||||||
Karen
Hawkins
|
-
|
250,000
|
250,000
|
$ |
0.15
|
5/13/2016
|
(2
|
)
|
|
(1)
|
Options
granted on March 30, 2009 pursuant to employment agreement and reverse
Merger. Shares vest over 3 years at a rate of 34%, 33% and 33% for each
respective anniversary date subsequent to 2009 and expire after seven
years. As of September 27, 2009 non of the options had
vested.
|
|
(2)
|
Options
granted on May 14, 2009 pursuant to employee stock option compensation
plan. Shares vest over 4 years at a rate of 25% per year each respective
anniversary date subsequent to 2009 and expire after seven years. As of
September 27, 2009 non of the options had
vested.
|
Fees
|
Non-Equity
|
Nonqualified
|
|||||||||||||||||||||||||||
Earned or
|
Stock
|
Option
|
Incentive Plan
|
Deferred
|
All Other
|
||||||||||||||||||||||||
Paid in Cash
|
Awards
|
Awards
|
Compensation
|
Compensation
|
Compensation
|
||||||||||||||||||||||||
Name
|
($)
|
($)
|
($)
|
($)
|
Earnings ($)
|
($)
|
Total ($)
|
||||||||||||||||||||||
Ronald Richards
|
(1)
|
$ | 100,000 | - | - | - | - | - | $ | 100,000 | |||||||||||||||||||
Stanley Hirschman
|
(2)
|
25,000 | - | - | - | - | - | 25,000 | |||||||||||||||||||||
Merrick Okamoto
|
(3)
|
- | - | - | - | - | - | - |
|
(1)
|
Director Fees paid monthly from
December 2008 through September 2009. Ronald Richards is paid $2,500
monthly as an Independent Director, $2,500 monthly for serving as Chairman
of the Audit Committee, and $5,000 monthly for serving as Chairman of the
Board of Directors. Note that fees paid through March 29, 2009 were for
service as a director of Optex Systems, Inc. (Delaware) and that the
Director become a Director of Optex Systems Holdings on March 30,
2009.
|
|
(2)
|
Director Fees paid monthly from
December 2008 through September 2009. Stanley Hirschman is paid $2,500
monthly as a Director. Note that fees paid through March 29, 2009 were for
service as a director of Optex Systems, Inc. (Delaware) and that the
Director become a Director of Optex Systems Holdings on March 30,
2009.
|
|
(3)
|
Merrick Okamoto serves as a
non-independent director and does not earn directors
fees.
|
Title of Class
Common
Stock
|
Name of Beneficial
Owner
|
Number of
Shares
|
Preferred
Conversion
(4)
|
Combined
Ownership
|
Percentage
of
Outstanding
Shares
|
|||||||||||||
5%
Holders
|
Arland
Holdings, Ltd. (1)
|
11,148,935
|
11,148,935
|
5.89
|
%
|
|||||||||||||
Sileas
Corporation (2,3)
|
102,184,347
|
37,040,000
|
139,224,347
|
73.52
|
%
|
|||||||||||||
2.13 | % | |||||||||||||||||
|
||||||||||||||||||
Directors
and
|
||||||||||||||||||
Officers:
|
Stanley
Hirschman (2)
|
102,184,347
|
37,040,000
|
139,224,347
|
73.52
|
%
|
||||||||||||
Danny
Schoening (5)
|
102,184,347
|
37,040,000
|
139,224,347
|
73.52
|
%
|
|||||||||||||
Karen
Hawkins
|
-
|
-
|
-
|
-
|
%
|
|||||||||||||
Ronald
Richards
|
-
|
-
|
-
|
-
|
||||||||||||||
Merrick Okamoto(9) | 1,950,000 | - | 1,950,000 | 1.40 |
%
|
|||||||||||||
Andrey
Oks (6)
|
-
|
-
|
-
|
-
|
||||||||||||||
Terry
Hughes (7)
|
-
|
-
|
-
|
-
|
||||||||||||||
Directors
and officers as a group (7 Individuals)
|
104,134,347
|
37,040,000
|
141,174,347
|
74.92
|
%
|
Title of Class
|
Name of Beneficial
Owner
|
Number of
Shares
|
Percentage
of
Outstanding
Shares
|
|||||
Preferred
Stock
|
||||||||
5%
Holders
|
Alpha
Capital Anstalt (8)
|
926
|
90.0%
|
|||||
Sileas
Corporation (2,3)
|
101
|
10.0%
|
1
|
Represents shares held by Arland
Holdings, Ltd., which is located at 551 5th Avenue, Suite 1601, New York,
NY 10176. Arie Rabinowitz has voting control over the shares held by
Arland Holdings, Ltd.
|
2
|
Represents shares held by Sileas
of which Stanley Hirschman, a Director/Officer Optex Systems Holdings, has
a controlling interest (80%); therefore, under Rule 13d-3 of the Exchange
Act, Mr. Hirschman is deemed to be the beneficial owner, along with Mr.
Schoening.
|
3
|
Sileas’ ownership interest in
Optex Systems Holdings has been pledged to Longview as security for a loan
in connection with the acquisition of Longview’s interests in Optex
Delaware by Sileas. Investment decisions for Longview are made by its
investment advisor, Viking Asset Management, LLC. Mr. Peter Benz is the
Chairman, Chief Executive Officer and a Managing Member of Viking Asset
Management and may be deemed to control its business activities, including
the investment activities of Longview. Mr. Merrick Okamoto who is a
director of Optex Systems Holdings is the President and a Managing Member
of Viking Asset Management and may be deemed to control its business
activities, including the investment activities of Longview. In the event
of a default by Sileas on its debt obligation to Longview, the shares held
by Sileas may be returned to Longview. Viking and Longview each may be
deemed to have shared voting and dispositive authority over the shares of
Optex Systems Holdings’ common stock if they are returned to Longview. In
such an event, Mr. Benz and Mr. Okamoto, as control persons of Viking
and/or Longview, may be deemed to beneficially own all such shares;
however, they have stated that they disclaim such beneficial ownership
were this to occur.
|
4
|
Represents shares of common stock
issuable upon conversion of preferred stock held by the stockholder.
Sileas Corporation holds 90% or 926 of the preferred shares which are
convertible into 37,040,000 common shares. Alpha Capital owns the
remaining 10% or 101 preferred shares convertible into 4,040,000 common
shares, representing less than 2.13% total beneficially
ownership.
|
5
|
Represents shares held by Sileas
of which Mr. Schoening, an Officer of Optex Systems Holdings, has a
controlling interest (15%); therefore, under Rule 13d-3 of the Exchange
Act, Mr. Schoening is deemed to be the beneficial owner, along with Mr.
Hirschman, of those shares.
|
6
|
Andrey Oks did not own any shares
subsequent to the reverse merger. Andrey Oks was given 10,000,000 shares
of restricted stock as compensation for services in 2008 as an executive
officer , which he forfeited on the date of his resignation on March 29,
2009.
|
7
|
Terry Hughes served as an officer
of Sustut and resigned on September 12, 2008 at which time he forfeited
9,902,624 shares of common shares he owned at the
time.
|
8
|
Represents
shares held by Alpha Capital Anstalt, which is located at Pradfant 7, 9490
Furstentums, Vaduz, Lichtenstein. Konrad Ackerman has voting control over
the shares held by Alpha Capital
Anstalt.
|
9
|
Represents
975,000 shares of Common Stock and 975,000 warrants held by Longview Fund,
LP. Investment decisions for Longview are made by its investment advisor,
Viking Asset Management, LLC. Mr. Merrick Okamoto who is a
director of Optex Systems Holdings is the President and a Managing Member
of Viking Asset Management and may be deemed to control its business
activities, including the investment activities of Longview. Mr. Okamoto,
as a control person of Viking and/or Longview, may be deemed to
beneficially own all such shares; however, he disclaims such beneficial
ownership.
|
Existing
Sustut Shareholders
|
17,449,991
|
|||
Optex
Systems, Inc. (Delaware) shares exchanged
|
113,333,282
|
|||
Optex
Systems, Inc. (Delaware) Private Placement shares
exchanged
|
8,131,667
|
|||
Total
Shares after reorganization
|
138,914,940
|
|||
Cancellation
of shares - American Capital Ventures
|
(700,000
|
)
|
||
Private
placement - June 29, 2009
|
750,000
|
|||
Issuance
of shares as consideration - ZA Consulting
|
480,000
|
|||
Shares
Outstanding on September 27, 2009
|
139,444,940
|
(1)
|
Consists of 600,000 common shares
outstanding and 600,000 warrants exercisable within 60 days of May 12,
2009. The address for Albert & Diane Gragnani is 478 Country Club Dr.
San Francisco, CA 94132.
|
(2)
|
300,000 common shares outstanding
and 300,000 warrants exercisable within 60 days of May 12, 2009 The
address for Curio Holding, Inc. is 1630 York Avenue, New York, NY 10028,
of which the sole stockholder is Inge L. Kerster, with the same address,
who exercises voting and investment control with respect to shares of
common stock held by that selling
stockholder.
|
(3)
|
Consists of 150,000 common shares
outstanding and 150,000 warrants exercisable within 60 days of May 12,
2009. The address for Daniel McDonald is 2615 Silverton Rd. Salem, OR
97303.
|
(4)
|
Consists of 750,000 common shares
outstanding and 750,000 warrants exercisable within 60 days of May 12,
2009. The address for Eric Samuelson is Rear 320 South Clairmont
Springfield, OH 45505.
|
(5)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for George Gummow is 14821 Bartlett Ct. San Martin, CA
95046.
|
(6)
|
Consists of 226,667 common shares
outstanding and 226,667 warrants exercisable within 60 days of May 12,
2009. The address for Gerald Berkson is 2222 Springfield Way San Mateo, CA
94403.
|
(7)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Gerald Holland is 3231 NE 59th St. Fort Lauderdale,
FL 33308,
|
(8)
|
Consists of 150,000 common shares
outstanding and 150,000 warrants exercisable within 60 days of May 12,
2009. The address for Kenneth and Irene Chaffin is 915 N. Road I West
Chino Valley, AZ 86323.
|
(9)
|
Consists of 180,000 common shares
outstanding and 180,000 warrants exercisable within 60 days of May 12,
2009. The address for Lee Stambollis is 300 26th Ave. San Mateo, CA
94403.
|
(10)
|
Consists of 975,000 common shares
outstanding and 975,000 warrants exercisable within 60 days of May 12,
2009. The address of Longview Fund, L.P. is c/o Viking Asset Management,
505 Sansome Street, Suite 1275, San Francisco, CA 94111. Investment
decisions for Longview are made by its investment advisor, Viking Asset
Management, LLC. Mr. Peter Benz is the Chairman, Chief Executive Officer
and a Managing Member of Viking Asset Management and may be deemed to
control its business activities, including the investment activities of
Longview. Mr. Merrick Okamoto who is a director of Optex Systems Holdings
is the President and a Managing Member of Viking Asset Management and may
be deemed to control its business activities, including the investment
activities of Longview. Mr. Benz and Mr. Okamoto, as control persons
of Viking and/or Longview, may be deemed to beneficially own all such
shares; however, they disclaim such beneficial
ownership.
|
(11)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Michael Peter Lee is Redwood House, Lodge Gardens,
Great Carlton, Louth Lincolnshire LN11.8JY U.
K.
|
(12)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Robert E. Kraemer is N6816 St RD 79 Menomonie, WI
54751.
|
(13)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Somasundaram Ilangovan is 229 Sydney Road Holland,
PA 18966.
|
(14)
|
Consists of 900,000 common shares
outstanding and 900,000 warrants exercisable within 60 days of May 12,
2009. The address for Victor M. Dandridge III is 695 Berkmar Court
Charlottesville, VA
22901.
|
(15)
|
Consists of 1,800,000 common
shares outstanding and 1,800,000 warrants exercisable within 60 days of
May 12, 2009. The address for George Warburton is 19 The Citadel Fort
George St. Peter Port Guernsey
GY125X.
|
(16)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Dr. Marc Medway is 506 Hobby Horse Hills Ambler, PA
19002.
|
(17)
|
Consists of 300,000 common shares
outstanding and 300,000 warrants exercisable within 60 days of May 12,
2009. The address for Michael R. Ruffer is 11809 Lyrac Ct Oakton, VA
22124.
|
(18)
|
All of the securities listed in
this table were purchased as of March 30, 2009 when Optex Systems Holdings
accepted subscriptions from accredited investors for a total 27.1 units
for $45,000.00 per unit, with each unit consisting of Three Hundred
Thousand (300,000) shares of common stock, no par value of Optex Systems
Holdings and warrants to purchase Three Hundred Thousand (300,000) shares
of common stock at an exercise price of $0.45 per share for a period of
five (5) years from the date of
closing.
|
(19)
|
Sileas Corporation currently owns
102,184,347 shares of common stock and 926 shares of preferred stock
convertible into 37,040,000 shares of common stock. This ownership
interest in the Company held by Sileas has been pledged to Longview as
security for a loan in connection with the acquisition of Longview’s
interests in Optex Systems, Inc. (Delaware) by Sileas. Investment
decisions for Longview are made by its investment advisor, Viking Asset
Management, LLC. Mr. Peter Benz is the Chairman, Chief Executive Officer
and a Managing Member of Viking Asset Management and may be deemed to
control its business activities, including the investment activities of
Longview. Mr. Merrick Okamoto who is a director of Optex Systems Holdings
is the President and a Managing Member of Viking Asset Management and may
be deemed to control its business activities, including the investment
activities of Longview. In the event of a default by Sileas on its debt
obligation to Longview, the shares held by Sileas may be returned to
Longview. Viking and Longview each may be deemed to have shared voting and
dispositive authority over the shares of Optex Systems Holdings’ common
stock if they are returned to Longview. Mr. Benz and Mr. Okamoto, as
control persons of Viking and/or Longview, may be deemed to beneficially
own all such shares; however, they disclaim such beneficial
ownership.
|
|
·
|
to purchasers
directly;
|
|
·
|
in ordinary brokerage
transactions and transactions in which the broker solicits
purchasers;
|
|
·
|
through underwriters or dealers
who may receive compensation in the form of underwriting discounts,
concessions or commissions from such stockholders or from the purchasers
of the securities for whom they may act as
agent;
|
|
·
|
by the pledge of the shares as
security for any loan or obligation, including pledges to brokers or
dealers who may effect distribution of the shares or interests in such
securities;
|
|
·
|
to purchasers by a broker or
dealer as principal and resale by such broker or dealer for its own
account pursuant to this
prospectus;
|
|
·
|
in a block trade in which the
broker or dealer so engaged will attempt to sell the securities as agent
but may position and resell a portion of the block as principal to
facilitate a
transaction;
|
|
·
|
through an exchange distribution
in accordance with the rules of the exchange or in transactions in the
over-the-counter market;
|
|
·
|
pursuant to Rule 144;
or
|
|
·
|
in any other manner not
proscribed by law.
|
Authorized
Shares:
|
1,027
|
|
Per
Share Stated Value:
|
$6,000
|
|
Liquidation
Preference:
|
Per
share stated value
|
|
Conversion
Price into common stock:
|
$0.15
per share, as adjusted on a pro rata basis for stock splits, dividends,
combinations or reclassifications and on a full ratchet basis for equity
issuances at a price less than the then in effect exercise
price.
|
|
Voting
Rights:
|
The
Series A preferred shares shall vote along with the common stock on an as
converted basis and shall have one vote per share.
|
|
Dividends:
|
6%
per annum payable quarterly payable quarterly in
arrears.
|
|
·
|
the transaction is approved by
the board of directors before the date the interested stockholder attained
that status;
|
|
·
|
upon consummation of the
transaction that resulted in the stockholder becoming an interested
stockholder, the interested stockholder owned at least 85% of the voting
stock of the corporation outstanding at the time the transaction
commenced; or
|
|
·
|
on or after the date the business
combination is approved by the board of directors and authorized at a
meeting of stockholders by at least two-thirds of the outstanding voting
stock that is not owned by the interested
stockholder.
|
|
·
|
any merger or consolidation
involving the corporation and the interested
stockholder;
|
|
·
|
any sale, transfer, pledge or
other disposition of 10% or more of the assets of the corporation
involving the interested
stockholder;
|
|
·
|
subject to certain exceptions,
any transaction that results in the issuance or transfer by the
corporation of any stock of the corporation to the interested
stockholder;
|
|
·
|
any transaction involving the
corporation that has the effect of increasing the proportionate share of
the stock of any class or series of the corporation beneficially owned by
the interested stockholder;
or
|
|
·
|
the receipt by the interested
stockholder of the benefit of any loans, advances, guarantees, pledges or
other financial benefits provided by or through the
corporation.
|
|
·
|
the right of the board of
directors to elect a director to fill a vacancy created by the resignation
of a director or the expansion of the board of
directors;
|
|
·
|
the requirement for advance
notice for nominations of candidates for election to the board of
directors or for proposing matters that can be acted upon at a
stockholders’ meeting (as set forth in Article II Section IV of the Bylaws
which require notice to be given least ten (10) and not more than sixty
(60) days prior to each meeting, and notice of each special meeting shall
also state the purpose or purposes for which it has been called);
and
|
|
·
|
the right of our board of
directors to alter our bylaws without stockholder
approval.
|
BALANCE
SHEETS AS OF MARCH 28, 2010 (SUCCESSOR) (UNAUDITED) AND SEPTEMBER 27,
2009 (SUCCESSOR)
|
F-2
|
||
STATEMENTS
OF OPERATIONS FOR THE THREE AND SIX MONTHS ENDED MARCH 28, 2010
(SUCCESSOR) AND THE THREE MONTHS ENDED MARCH 29, 2009 (SUCCESSOR) AND FOR
THE PERIOD OCTOBER 15, 2008 THROUGH MARCH 29, 2009 (SUCCESSOR) AND FOR THE
PERIOD SEPTEMBER 29, 2008 THROUGH OCTOBER 14, 2008 (PREDECESSOR)
(UNAUDITED)
|
F-4
|
||
STATEMENTS
OF CASH FLOWS FOR THE SIX MONTHS ENDED MARCH 28, 2010
(SUCCESSOR) AND FOR THE PERIOD OCTOBER 15, 2008 THROUGH MARCH 29, 2009
(SUCCESSOR) AND FOR THE PERIOD SEPTEMBER 29, 2008 THROUGH OCTOBER 14, 2008
(PREDECESSOR) (UNAUDITED)
|
F-5
|
||
FINANCIAL
STATEMENT FOOTNOTES (UNAUDITED)
|
F-7
|
Successor
|
Successor
|
|||||||
March
28,
2010
(Unaudited)
|
September
27,
2009
|
|||||||
ASSETS
|
||||||||
Current
Assets
|
||||||||
Cash
|
$ | 897,110 | $ | 915,298 | ||||
Accounts
Receivable
|
2,454,725 | 1,802,429 | ||||||
Net
Inventory
|
7,713,021 | 8,013,881 | ||||||
Deferred
Tax Asset
|
785,034 | 711,177 | ||||||
Prepaid
Expenses
|
340,726 | 318,833 | ||||||
Total
Current Assets
|
$ | 12,190,616 | $ | 11,761,618 | ||||
Property
and Equipment
|
||||||||
Property
Plant and Equipment
|
$ | 1,347,537 | $ | 1,341,271 | ||||
Accumulated
Depreciation
|
(1,129,119 | ) | (1,094,526 | ) | ||||
Total
Property and Equipment
|
$ | 218,418 | $ | 246,745 | ||||
Other
Assets
|
||||||||
Security
Deposits
|
$ | 20,684 | $ | 20,684 | ||||
Intangibles
|
1,446,806 | 1,965,596 | ||||||
Goodwill
|
7,110,415 | 7,110,415 | ||||||
Total
Other Assets
|
$ | 8,577,905 | $ | 9,096,695 | ||||
Total
Assets
|
$ | 20,986,939 | $ | 21,105,058 |
Successor
|
Successor
|
|||||||
March
28,
2010
(Unaudited)
|
September
27,
2009
|
|||||||
LIABILITIES
AND STOCKHOLDERS' EQUITY
|
||||||||
Current
Liabilities
|
||||||||
Accounts
Payable
|
$ | 1,777,177 | $ | 2,497,322 | ||||
Accrued
Expenses
|
455,636 | 671,045 | ||||||
Accrued
Warranties
|
25,000 | 81,530 | ||||||
Accrued
Contract Losses
|
1,080,301 | 1,348,060 | ||||||
Credit
Facility
|
848,771 | - | ||||||
Loans
Payable
|
$ | 125,000 | $ | - | ||||
Total
Current Liabilities
|
$ | 4,311,885 | $ | 4,597,957 | ||||
Stockholders'
Equity
|
||||||||
Optex
Systems Holdings, Inc. – (par $0.001, 200,000,000 authorized, 139,444,940
shares issued and outstanding as of September 27, 2009)
|
$ | 139,445 | $ | 139,445 | ||||
Optex
Systems Holdings, Inc. Preferred Stock ($0.001 par 5,000
authorized, 1027 series A preferred issued issed and
outstanding)
|
1 | 1 | ||||||
Additional
Paid-in-capital
|
16,914,701 | 16,643,388 | ||||||
Retained
Earnings (Deficit)
|
(379,093 | ) | (275,733 | ) | ||||
Total
Stockholders' Equity
|
$ | 16,675,054 | $ | 16,507,101 | ||||
Total
Liabilities and Stockholders' Equity
|
$ | 20,986,939 | $ | 21,105,058 |
Successor
|
Successor
|
Successor
|
Successor
|
Predecessor
|
||||||||||||||||
Three months
ended March 28, 2010 |
Three months
ended March 29, 2009 |
Six months ended
March 28, 2010 |
For the period October
15, 2008 through March 29, 2009 |
For the period
September 29, 2008 through October 14, 2008 |
||||||||||||||||
Revenues
|
$ | 6,318,123 | $ | 6,708,286 | $ | 12,233,427 | $ | 13,100,430 | $ | 871,938 | ||||||||||
Total
Cost of Sales
|
5,587,479 | 6,151,915 | 10,747,884 | 11,717,097 | 739,868 | |||||||||||||||
Gross
Margin
|
$ | 730,644 | $ | 556,371 | $ | 1,485,543 | $ | 1,383,333 | $ | 132,070 | ||||||||||
General
and Administrative
|
||||||||||||||||||||
Salaries
and Wages
|
$ | 180,708 | $ | 189,167 | $ | 345,859 | $ | 326,014 | $ | 22,028 | ||||||||||
Employee
Benefits & Taxes
|
60,712 | 73,505 | 109,238 | 154,735 | 495 | |||||||||||||||
Employee
Stock/Option Bonus Plan
|
24,937 | - | 47,437 | 4,812 | (4,812 | ) | ||||||||||||||
Amortization
of Intangible
|
79,823 | 101,158 | 159,645 | 202,317 | - | |||||||||||||||
Rent,
Utilities and Building Maintenance
|
51,077 | 57,102 | 104,552 | 99,942 | 12,493 | |||||||||||||||
Investor
Relations
|
114,665 | - | 202,070 | - | - | |||||||||||||||
Legal
and Accounting Fees
|
57,166 | 92,493 | 107,906 | 168,353 | 360 | |||||||||||||||
Consulting
and Contract Service Fees
|
30,615 | 55,255 | 86,031 | 124,050 | 10,527 | |||||||||||||||
Travel
Expenses
|
6,203 | 11,704 | 16,669 | 25,023 | - | |||||||||||||||
Board
of Director Fees
|
32,500 | 37,500 | 70,000 | 50,000 | - | |||||||||||||||
Other
Expenses
|
105,014 | 87,111 | 182,578 | 124,174 | 16,155 | |||||||||||||||
Total
General and Administrative
|
$ | 743,420 | $ | 704,995 | $ | 1,431,985 | $ | 1,279,420 | $ | 57,246 | ||||||||||
Operating
Income (Loss)
|
$ | (12,776 | ) | $ | (148,624 | ) | $ | 53,558 | $ | 103,913 | $ | 74,824 | ||||||||
Other
Expenses
|
||||||||||||||||||||
Other
Income and Expense
|
$ | - | $ | (647 | ) | $ | - | $ | (1,083 | ) | $ | - | ||||||||
Interest
(Income) Expense - Net
|
35,444 | 91,904 | 38,899 | 174,710 | 9,492 | |||||||||||||||
Total
Other
|
$ | 35,444 | $ | 91,257 | $ | 38,899 | $ | 173,627 | $ | 9,492 | ||||||||||
Income
(Loss) Before Taxes
|
$ | (48,220 | ) | $ | (239,881 | ) | $ | 14,659 | $ | (69,714 | ) | $ | 65,332 | |||||||
Income
Taxes (Benefit)
|
(56,154 | ) | 86,664 | (73,857 | ) | 350,318 | - | |||||||||||||
Net
Income (Loss) After Taxes
|
$ | 7,934 | $ | (326,545 | ) | $ | 88,516 | $ | (420,032 | ) | $ | 65,332 | ||||||||
Less
Preferred Stock Dividend
|
$ | (96,652 | ) | $ | - | $ | (191,876 | ) | $ | - | $ | - | ||||||||
Net
Loss Applicable to Common Shareholders
|
$ | (88,718 | ) | $ | (326,545 | ) | $ | (103,360 | ) | $ | (420,032 | ) | $ | 65,332 | ||||||
Basic
and Diluted Loss per Share
|
$ | (0.00 | ) | $ | (0.00 | ) | $ | (0.00 | ) | $ | (0.00 | ) | $ | 6.53 | ||||||
Weighted
Average Common Shares Outstanding
|
139,444,940 | 113,614,399 | 139,444,940 | 113,473,841 | 10,000 |
Successor
|
Successor
|
Predecessor
|
||||||||||
Six
months
ended
March
28,
2010
|
For the period
October 15,
2008 through March 29, 2009
|
For
the
period
September
29,
2008
through
October
14,
2008
|
||||||||||
Cash
Flows from Operating Activities:
|
||||||||||||
Net
Income (Loss)
|
$ | 88,516 | $ | (420,032 | ) | $ | 65,332 | |||||
Adjustments
to Reconcile Net Loss to Net Cash Used in Operating
Activities:
|
||||||||||||
Depreciation
and Amortization
|
553,385 | 1,086,403 | 9,691 | |||||||||
Provision
for Allowance for Inventory Valuation
|
18,067 | 95,773 | 27,363 | |||||||||
Noncash
Interest Expense
|
3,921 | 159,780 | 9,500 | |||||||||
Stock
Option Compensation Expense
|
47,437 | - | - | |||||||||
(Increase)
Decrease in Accounts Receivable
|
(652,296 | ) | (657,266 | ) | 1,049,802 | |||||||
(Increase)
Decrease in Inventory (Net of Progress Billed)
|
282,793 | (1,177,967 | ) | (863,566 | ) | |||||||
(Increase)
Decrease in Other Current Assets
|
6,712 | 240,570 | 18,541 | |||||||||
(Increase)
Decrease in Deferred Tax Asset
|
(73,857 | ) | - | - | ||||||||
Increase
(Decrease) in Accounts Payable and Accrued Expenses
|
(936,082 | ) | 595,890 | (186,051 | ) | |||||||
Increase
(Decrease) in Accrued Warranty Costs
|
(56,530 | ) | 57,305 | - | ||||||||
Increase
(Decrease) in Due to Parent
|
- | - | 1,428 | |||||||||
Increase
(Decrease) in Accrued Estimated Loss on Contracts
|
(267,759 | ) | 62 | (15,304 | ) | |||||||
Increase
(Decrease) in Income Taxes Payable
|
- | 350,318 | - | |||||||||
Total
Adjustments
|
$ | (1,074,209 | ) | $ | 750,868 | $ | 51,404 | |||||
Net
Cash (Used)/Provided by Operating Activities
|
$ | (985,693 | ) | $ | 330,836 | $ | 116,736 | |||||
Cash
Flows from Investing Activities:
|
||||||||||||
Cash
Received through Optex Texas acquisition
|
$ | - | $ | 253,581 | $ | - | ||||||
Purchased
of Property and Equipment
|
(6,266 | ) | (17,725 | ) | (13,338 | ) | ||||||
Net
Cash Used in Investing Activities
|
$ | (6,266 | ) | $ | 235,856 | $ | (13,338 | ) | ||||
Cash
Flows from Financing Activities:
|
||||||||||||
Private
Placement Net of Stock Issuance Cost
|
874,529 | |||||||||||
Proceeds
(to) from Credit Facility (net)
|
848,771 | |||||||||||
Proceeds
from Loans Payable
|
250,000 | (207,265 | ) | (20,000 | ) | |||||||
Repayments
on Loans Payable
|
(125,000 | ) | ||||||||||
Net
Cash (Used in) Provided by Financing Activities
|
$ | 973,771 | $ | 667,264 | $ | (20,000 | ) | |||||
Net
Increase (Decrease) in Cash and Cash Equivalents
|
$ | (18,188 | ) | $ | 1,233,956 | $ | 83,398 | |||||
Cash
and Cash Equivalents at Beginning of Period
|
915,298 | - | 170,183 | |||||||||
Cash
and Cash Equivalents at End of Period
|
$ | 897,110 | $ | 1,233,956 | $ | 253,581 |
Successor
|
Successor
|
Predecessor
|
||||||||||
Six
months
ended
March 28, 2010 |
For
the
period
October 15, 2008 through
March
29,
2009
|
For
the
period
September
29,
2008
through
October
14,
2008
|
||||||||||
Noncash
Investing and Financing Activities:
|
||||||||||||
Optex
Delaware (Successor) Purchase of Optex Texas (Predecessor)
|
||||||||||||
Cash
Received
|
- | 253,581 | - | |||||||||
Accounts
Receivable
|
- | 1,404,434 | - | |||||||||
Inventory
|
- | 5,383,929 | - | |||||||||
Intangibles
|
- | 4,036,790 | - | |||||||||
Other
Assets
|
- | 632,864 | - | |||||||||
Accounts
Payable
|
- | (1,953,833 | ) | - | ||||||||
Other
Liabilities
|
- | (1,868,180 | ) | - | ||||||||
Debt
|
- | (6,000,000 | ) | - | ||||||||
Goodwill
|
- | 7,110,415 | - | |||||||||
Issuance
of Stock
|
$ | - | $ | 9,000,000 | $ | - | ||||||
Conversion
of Debt to Series A Preferred Stock
|
||||||||||||
Additonal
Paid in Capital (6,000,000 Debt Retirement plus Accrued Interest of
$159,780)
|
$ | - | $ | 6,159,780 | $ | - | ||||||
Issuance
of Common Shares in Exchange for Investor Relations
Services
|
||||||||||||
Additonal
Paid in Capital (1,250,000 shares issued at $0.0001 par)
|
$ | - | $ | 187,500 | $ | - | ||||||
Issuance
of Warrants as Debt Issuance Cost
|
||||||||||||
Additonal
Paid in Capital (1,100,000 warrants)
|
$ | 32,000 | $ | - | $ | - | ||||||
Supplemental
Cash Flow Information:
|
||||||||||||
Cash
Paid for Interest
|
$ | 34,978 | 3,817 | $ | - | |||||||
Cash
Paid for Taxes
|
$ | 119,847 | $ | - | $ | - |
|
As of
March 28, 2010
(unaudited)
|
As of
September 27, 2009
|
||||||
Raw
Materials
|
$ | 5,992,250 | $ | 7,161,241 | ||||
Work
in Process
|
4,929,339 | 4,043,308 | ||||||
Finished
Goods
|
277,342 | 245,056 | ||||||
Gross
Inventory
|
$ | 11,198,931 | $ | 11,449,605 | ||||
Less:
|
||||||||
Unliquidated
Progress Payments
|
(2,913,017 | ) | (2,880,898 | ) | ||||
Inventory
Reserves
|
(572,893 | ) | (554,826 | ) | ||||
Net
Inventory
|
$ | 7,713,021 | $ | 8,013,881 |
|
Unaudited
Quarter
Ended March 29,
2009
|
Reorganization
Adjustments
(1)
|
Private
Placement
Adjustments
|
Unaudited Quarter
Ended March 29,
2009
|
||||||||||||
Assets
|
||||||||||||||||
Current
Assets
|
$ | 8,880,436 | $ | 187,500 | $ | 929,738 | $ | 9,997,674 | ||||||||
Non
current Assets
|
10,422,425 | - | - | 10,422,425 | ||||||||||||
Total
Assets
|
$ | 19,302,861 | $ | 187,500 | $ | 929,738 | $ | 20,420,099 | ||||||||
Liabilities
|
||||||||||||||||
Loans
Payable
|
146,709 | (146,250 | ) | 459 | ||||||||||||
Other
Current Liabilities
|
4,416,403 | - | 55,209 | 4,471,612 | ||||||||||||
Total
Liabilities
|
$ | 4,563,112 | $ | - | $ | (91,041 | ) | $ | 4,472,071 | |||||||
Equity
|
||||||||||||||||
Optex
Systems Holdings, Inc. – (par $0.001per share, 200,000,000 shares
authorized, 138,914,940 shares issued and outstanding as of March 29,
2009)
|
113,333 | 17,450 | 8,132 | 138,915 | ||||||||||||
Optex
Systems Holdings, Inc. preferred stock (par value $0.001 per
share, 5,000 shares authorized, 1027 shares of Series A
Preferred issued and outstanding)
|
1 | 1 | ||||||||||||||
Additional
Paid in Capital
|
15,046,446 | 170,050 | 1,012,647 | 16,229,143 | ||||||||||||
Retained
Earnings
|
(420,031 | ) | (420,031 | ) | ||||||||||||
Total
Stockholders Equity
|
$ | 14,739,749 | $ | 187,500 | $ | 1,020,779 | $ | 15,948,028 | ||||||||
Total
Liabilities and Stockholders Equity
|
$ | 19,302,861 | $ | 187,500 | $ | 929,738 | $ | 20,420,099 |
Unaudited
|
||||
Six Months Ended
|
||||
March
29,
2009
|
||||
Revenues
|
13,972,368 | |||
Net
Income (Loss) attributable to common shareholders
|
(345,200 | ) | ||
Diluted
earnings per share
|
$ | (0.00 | ) | |
Weighted
Average Shares Outstanding
|
138,914,940 |
Operating
|
||||
Leases
|
||||
Fiscal
Year
|
||||
2010
|
$ | 49,127 | ||
2011
|
251,152 | |||
2012
|
236,112 | |||
2013
|
231,574 | |||
2014
|
241,748 | |||
2015
|
201,457 | |||
Total
minimum lease payments
|
$ | 1,211,170 |
|
·
|
The interest rate for all
advances shall be the greater of 8.5% and the then in effect prime rate
plus 3.5% and subject to a minimum quarterly interest payment of
$16,000.
|
|
·
|
Interest shall be paid monthly in
arrears.
|
|
·
|
The expiration date of the
Agreement is March 4, 2011, at which time any outstanding advances, and
accrued and unpaid interest thereon, will be due and
payable.
|
|
·
|
In connection with the entry into
the Agreement by the Lender, Optex Systems, Inc.(Delaware) paid the Lender
a facility fee of $20,000 and issued a warrant to Lender to purchase
1,000,000 shares of its common stock. The warrant bears an exercise price
of $0.10 per share and expires on March 3,
2016.
|
|
·
|
The obligations of Optex Systems,
Inc. (Delaware) to the Lender are secured by a first lien on all of its
assets (including intellectual property assets should it have any in the
future) in favor of the
Lender.
|
|
·
|
The Agreement contains
affirmative and negative covenants that require Optex Systems, Inc.
(Delaware) to maintain certain minimum cash and EBITDA levels on a
quarterly basis and contains other customary covenants. The
Agreement also contains customary events of default. Upon the
occurrence of an event of default that remains uncured after any
applicable cure period, the Lender’s commitment to make further advances
may terminate, and the Lender would also be entitled to pursue other
remedies against Optex Systems, Inc. (Delaware) and the pledged
collateral.
|
|
·
|
Pursuant
to a guaranty executed by Optex Systems Holdings in favor of Lender, Optex
Systems Holdings has guaranteed all obligations of Optex Systems, Inc.
(Delaware) to Lender.
|
Assets:
|
||||
Current
assets, consisting primarily of inventory of $5,383,929 and accounts
receivable of $1,404,434
|
$ | 7,330,910 | ||
Identifiable
intangible assets
|
4,036,789 | |||
Purchased
goodwill
|
7,110,416 | |||
Other
non-current assets, principally property and equipment
|
343,898 | |||
Total
assets
|
$ | 18,822,013 | ||
Liabilities:
|
||||
Current
liabilities, consisting of accounts payable of $1,953,833 and accrued
liabilities of $1,868,180
|
3,822,013 | |||
Acquired
net assets
|
$ | 15,000,000 |
Total
|
||||
Contracted
Backlog - Existing Orders
|
$ | 2,763,567 | ||
Program
Backlog - Forecasted Indefinite Delivery/Indefinite Quantity
awards
|
1,273,222 | |||
Total
Intangible Asset to be amortized
|
$ | 4,036,789 |
2010
|
2011
|
2012
|
2013
|
|||||||||||||||
Customer
backlog amortized by delivery schedule
|
COS
|
$ | 359,145 | $ | 126,158 | $ | 19,614 | $ | 4,762 | |||||||||
Customer
backlog amortized by delivery schedule
|
G&A
|
32,323 | 11,354 | 1,765 | 427 | |||||||||||||
Program
backlog amortized straight line across 5 years
|
G&A
|
127,323 | 254,645 | 254,645 | 254,645 | |||||||||||||
Total
Amortization by Year
|
$ | 518,791 | $ | 392,157 | $ | 276,024 | $ | 259,834 |
|
|
Year ended
|
|
|
September
27, 2009
|
Expected
dividend yield
|
0
%
|
|
Expected
stock price volatility
|
23.6
%
|
|
Risk-free
interest rate (1)
|
2.8%-4.07
%
|
|
Expected
life of options
|
4.5
to 7 Years
|
Date of
|
Shares
|
Exercise
|
Shares Outstanding
|
Expiration
|
Vesting
|
||||||||||
Grant
|
Granted
|
Price
|
As of 03/28/10
|
Date
|
Date
|
||||||||||
03/30/09
|
480,981 | $ | 0.15 | 480,981 |
03/29/2016
|
03/30/2010
|
|||||||||
03/30/09
|
466,834 | 0.15 | 466,834 |
03/29/2016
|
03/30/2011
|
||||||||||
03/30/09
|
466,834 | 0.15 | 466,834 |
03/29/2016
|
03/30/2012
|
||||||||||
05/14/09
|
316,750 | 0.15 | 310,250 |
05/13/2016
|
05/14/2010
|
||||||||||
05/14/09
|
316,750 | 0.15 | 310,250 |
05/13/2016
|
05/14/2011
|
||||||||||
05/14/09
|
316,750 | 0.15 | 310,250 |
05/13/2016
|
05/14/2012
|
||||||||||
05/14/09
|
316,750 | 0.15 | 310,250 |
05/13/2016
|
05/14/2013
|
||||||||||
Total
|
2,681,649 | 2,655,649 |
|
Number
|
Weighted
|
||||||||||||||
|
of Shares
|
Average
|
Weighted
|
|||||||||||||
|
Remaining
|
Intrinsic
|
Average
|
Aggregate
|
||||||||||||
Subject to Exercise
|
Options
|
Price
|
Life (Years)
|
Value
|
||||||||||||
Outstanding
as of September 27, 2009
|
2,667,649 | $ | 0.21 | 5.14 | $ | 560,206 | ||||||||||
Granted
– 2010
|
- | $ | - | - | - | |||||||||||
Forfeited
– 2010
|
(12,000 | ) | $ | - | - | - | ||||||||||
Exercised
– 2010
|
- | $ | - | - | - | |||||||||||
Outstanding
as of March 28, 2010
|
2,655,649 | $ | - | 4.64 | $ | - | ||||||||||
Exercisable
as of March 28, 2010
|
0 | $ | - | - | $ | - |
|
Number of
Non-
vested
Shares
Subject to
Options
|
Weighted-
Average
Grant-
Date
Fair Value
|
||||||
Non-vested
as of September 27, 2009
|
2,667,649 | $ | 0.14 | |||||
Non-vested
granted — six months ended March 28, 2010
|
- | $ | 0.00 | |||||
Vested — six
months ended March 28, 2010
|
- | $ | 0.00 | |||||
Forfeited — six
months ended March 28, 2010
|
(12,000 | ) | $ | 0.14 | ||||
Non-vested
as of March 28, 2010
|
2,655,649 | $ | 0.14 |
Grant Date
|
Warrants
Granted
|
Exercise
Price
|
Outstanding as
of
03/28/10 |
Expiration
Date
|
Term
|
|||||||||||
Private
Placement Stock Holders
|
3/30/2009
|
8,131,667 | $ | 0.450 | 8,131,667 |
3/29/2014
|
5 years
|
|||||||||
Finder
Fee on Private Placement
|
3/30/2009
|
717,000 | $ | 0.165 | 717,000 |
3/29/2014
|
5
years
|
|||||||||
Longview
Fund Allonge Agreement
|
1/5/2010
|
100,000 | $ | 0.150 | 100,000 |
1/4/2013
|
3
years
|
|||||||||
Peninsula
Bank Holding Co - Line of Credit
|
3/4/2010
|
1,000,000 | $ | 0.100 | 1,000,000 |
3/3/2016
|
6
years
|
|||||||||
Total
Warrants
|
9,948,667 | 9,948,667 |
Sileas
Corp.
|
76,638,295 | |||
Arland
Holdings, Ltd.
|
8,361,705 | |||
Total
Outstanding
|
85,000,000 |
Reports
of Independent Registered Public Accounting Firm
|
F-20
|
Balance
Sheets as of September 27, 2009 (Successor) and September 28, 2008
(Predecessor)
|
F-23
|
Statements
of Operations for years ended September 27, 2009 (Successor and
Predecessor) and September 28, 2008 (Predecessor)
|
F-25
|
Statements
of Cash Flows for the years ended September 27, 2009 (Successor) and
September 28, 2008 (Predecessor)
|
F-26
|
Statements
of Stockholders’ Equity (Deficit) for the years ended September 29, 2009
(Sucessor and Predecessor) and September 28, 2008
(Predecessor)
|
F-28
|
Successor
|
Predecessor
|
|||||||
September 27, 2009
|
September 28, 2008
|
|||||||
ASSETS
|
||||||||
Current
Assets
|
||||||||
Cash
|
$ | 915,298 | $ | 170,183 | ||||
Accounts
Receivable
|
1,802,429 | 2,454,235 | ||||||
Net
Inventory
|
8,013,881 | 4,547,726 | ||||||
Deferred
Tax Asset
|
711,177 | - | ||||||
Prepaid
Expenses
|
318,833 | 307,507 | ||||||
Total
Current Assets
|
$ | 11,761,618 | $ | 7,479,651 | ||||
Property
and Equipment
|
||||||||
Property
Plant and Equipment
|
$ | 1,341,271 | $ | 1,314,109 | ||||
Accumulated
Depreciation
|
(1,094,526 | ) | (994,542 | ) | ||||
Total
Property and Equipment
|
$ | 246,745 | $ | 319,567 | ||||
Other
Assets
|
||||||||
Security
Deposits
|
$ | 20,684 | $ | 20,684 | ||||
Intangibles
|
1,965,596 | 1,100,140 | ||||||
Goodwill
|
7,110,415 | 10,047,065 | ||||||
Total
Other Assets
|
$ | 9,096,695 | $ | 11,167,889 | ||||
Total
Assets
|
$ | 21,105,058 | $ | 18,967,107 |
Successor
|
Predecessor
|
|||||||
September 27, 2009
|
September 28, 2008
|
|||||||
LIABILITIES
AND STOCKHOLDERS’ EQUITY
|
||||||||
Current
Liabilities
|
||||||||
Accounts
Payable
|
$ | 2,497,322 | $ | 1,821,534 | ||||
Accrued
Expenses
|
671,045 | 798,974 | ||||||
Accrued
Warranties
|
81,530 | 227,000 | ||||||
Accrued
Contract Losses
|
1,348,060 | 821,885 | ||||||
Loans
Payable
|
- | 373,974 | ||||||
Income
Tax Payable
|
- | 4,425 | ||||||
Total
Current Liabilities
|
$ | 4,597,957 | $ | 4,047,792 | ||||
Other
Liabilities
|
||||||||
Note
Payable
|
- | $ | 2,000,000 | |||||
Accrued
Interest on Note
|
- | 336,148 | ||||||
Due
to Parent
|
- | 4,300,151 | ||||||
Total
Other Liabilities
|
$ | - | $ | 6,636,299 | ||||
Total
Liabilities
|
$ | 4,597,957 | $ | 10,684,091 | ||||
Stockholders'
Equity
|
||||||||
Optex
Systems Holdings, Inc. – (par $0.001, 200,000,000 authorized, 139,444,940
shares issued and outstanding as of September 27,
2009)
|
$ | 139,445 | ||||||
Optex
Systems Holdings, Inc. Preferred Stock ($0.001 par 5,000
authorized, 1027 Series A preferred issued and
outstanding)
|
1 | |||||||
Optex
Systems, Inc. – Texas Common Stock (no par 100,000 authorized, 18,870
shares issued and 10,000 shares outstanding)
|
164,834 | |||||||
Optex
Systems, Inc. – Texas Treasury Stock (8,870 shares at
cost)
|
- | (1,217,400 | ) | |||||
Additional
Paid-in-capital
|
16,643,388 | 15,246,282 | ||||||
Retained
Earnings (Deficit)
|
(275,733 | ) | (5,910,700 | ) | ||||
Total
Stockholders' Equity
|
$ | 16,507,101 | $ | 8,283,016 | ||||
Total
Liabilities and Stockholders' Equity
|
$ | 21,105,058 | $ | 18,967,107 |
Successor
|
Predecessor
|
Predecessor
|
||||||||||
For the period October
15, 2008 through
September 27, 2009
|
For the period
September 29, 2008
through October 14,
2008
|
Twelve Months
ended September
28, 2008
|
||||||||||
Revenues
|
$ | 26,708,799 | $ | 871,938 | $ | 20,017,209 | ||||||
Total
Cost of Sales
|
24,073,449 | 739,868 | 18,164,019 | |||||||||
Gross
Margin
|
$ | 2,635,350 | $ | 132,070 | $ | 1,853,190 | ||||||
General
and Administrative
|
||||||||||||
Salaries
and Wages
|
$ | 644,861 | $ | 22,028 | $ | 910,854 | ||||||
Employee
Benefits & Taxes
|
227,315 | 495 | 190,489 | |||||||||
Employee
Stock/Option Bonus Plan
|
39,528 | (4,812 | ) | 378,716 | ||||||||
Amortization
of Intangible
|
404,634 | - | 223,491 | |||||||||
Rent,
Utilities and Building Maintenance
|
210,258 | 12,493 | 228,694 | |||||||||
Investor
Relations
|
203,696 | - | - | |||||||||
Legal
and Accounting Fees
|
434,309 | 360 | 223,715 | |||||||||
Consulting
and Contract Service Fees
|
220,090 | 10,527 | 325,723 | |||||||||
Travel
Expenses
|
47,595 | - | 135,821 | |||||||||
Corporate
Allocations
|
- | - | 2,076,184 | |||||||||
Board
of Director Fees
|
125,000 | - | - | |||||||||
Asset
Impairment of Goodwill
|
- | - | 1,586,416 | |||||||||
Other
Expenses
|
282,136 | 16,155 | 227,336 | |||||||||
Total
General and Administrative
|
$ | 2,839,422 | $ | 57,246 | $ | 6,507,440 | ||||||
Operating
Income (Loss)
|
$ | (204,072 | ) | $ | 74,824 | $ | (4,654,251 | ) | ||||
Other
Expenses
|
||||||||||||
Other
Income and Expense
|
$ | - | $ | - | $ | (507 | ) | |||||
Interest
(Income) Expense – Net
|
170,078 | 9,492 | 199,753 | |||||||||
Total
Other
|
$ | 170,078 | $ | 9,492 | $ | 199,246 | ||||||
Income
(Loss) Before Taxes
|
$ | (374,150 | ) | $ | 65,332 | $ | (4,853,496 | ) | ||||
Income
Taxes (Benefit)
|
(284,663 | ) | - | (21,544 | ) | |||||||
Net
Income (Loss) After Taxes
|
$ | (89,487 | ) | $ | 65,332 | $ | (4,831,952 | ) | ||||
Less
preferred stock dividend
|
$ | (186,246 | ) | $ | - | $ | - | |||||
Net
income (loss) applicable to common shareholders
|
$ | (275,733 | ) | $ | 65,332 | $ | (4,831,952 | ) | ||||
Basic
and diluted earnings (loss) per share
|
$ | (0.00 | ) | $ | 6.53 | $ | (483.20 | ) | ||||
Weighted
Average Common Shares Outstanding
|
126,290,753 | 10,000 | 10,000 |
Successor
|
Predecessor
|
Predecessor
|
||||||||||
For the period
October 15, 2008
through September
27, 2009
|
For the period
September 29,
2008 through
October 14, 2008
|
Year ended
September 28, 2008
|
||||||||||
Cash
flows from operating activities:
|
||||||||||||
Net
Income (Loss)
|
$ | (89,487 | ) | $ | 65,332 | $ | (4,831,952 | ) | ||||
Adjustments
to reconcile net income (loss) to net cash (used in) provided by operating
activities:
|
||||||||||||
Depreciation
and amortization
|
2,161,486 | 9,691 | 760,801 | |||||||||
Provision
for (use of) allowance for inventory valuation
|
(146,266 | ) | 27,363 | (102,579 | ) | |||||||
Noncash
interest expense
|
159,780 | 9,500 | 200,000 | |||||||||
(Gain)
loss on disposal and impairment of assets
|
- | - | 1,586,416 | |||||||||
Stock
Option Compensation Expense
|
39,528 | - | - | |||||||||
(Increase)
decrease in accounts receivable
|
(397,996 | ) | 1,049,802 | (410,602 | ) | |||||||
(Increase)
decrease in inventory (net of progress billed)
|
(2,483,686 | ) | (863,566 | ) | 1,667,418 | |||||||
(Increase)
decrease in other current assets
|
196,633 | 18,541 | (290,435 | ) | ||||||||
(Increase)
decrease in deferred tax asset
|
(711,177 | ) | - | - | ||||||||
Increase
(decrease) in accounts payable and accrued expenses
|
733,453 | (186,051 | ) | (1,132,319 | ) | |||||||
Increase
(decrease) in accrued warranty costs
|
(145,470 | ) | - | 227,000 | ||||||||
Increase
(decrease) in due to parent
|
- | 1,428 | 2,312,280 | |||||||||
Increase
(decrease) in accrued estimated loss on contracts
|
541,479 | (15,304 | ) | (555,462 | ) | |||||||
Increase
(decrease) in income taxes payable
|
- | - | (21,544 | ) | ||||||||
Total
adjustments
|
$ | (52,236 | ) | $ | 51,404 | $ | 4,240,974 | |||||
Net
cash (used in)provided by operating activities
|
$ | (141,723 | ) | $ | 116,736 | $ | (590,978 | ) | ||||
Cash
flows from investing activities:
|
||||||||||||
Cash
Received through Optex Systems, Inc. (Texas) acquisition
|
$ | 253,581 | $ | - | $ | - | ||||||
Purchased
of property and equipment
|
(13,824 | ) | (13,338 | ) | (117,566 | ) | ||||||
Net
cash (used in) provided by investing activities
|
$ | 239,757 | $ | (13,338 | ) | $ | (117,566 | ) | ||||
Cash
flows from financing activities:
|
||||||||||||
Issuance
of common stock for cash
|
$ | 1,024,529 | $ | - | $ | - | ||||||
Proceeds
(to) from loans payable
|
(207,265 | ) | (20,000 | ) | 373,974 | |||||||
Net
cash (used in) provided by financing activities
|
$ | 817,264 | $ | (20,000 | ) | $ | 373,974 | |||||
Net
increase (decrease) in cash and cash equivalents
|
$ | 915,298 | $ | 83,398 | $ | (334,570 | ) | |||||
Cash
and cash equivalents at beginning of period
|
- | 170,183 | 504,753 | |||||||||
Cash
and cash equivalents at end of period
|
$ | 915,298 | $ | 253,581 | $ | 170,183 |
Successor
|
Predecessor
|
Predecessor
|
||||||||||
For the period October
15, 2008 through
September 27, 2009
|
For the period
September 29,
2008 through
October 14,
2008
|
Year ended
September 28,
2008
|
||||||||||
Noncash
investing and financing activities:
|
||||||||||||
Optex
Systems, Inc. (Delaware) (Successor) purchase of Optex Systems, Inc.
(Texas) (Predecessor)
|
||||||||||||
Cash
received
|
$ | 253,581 | - | - | ||||||||
Accounts
Receivable
|
1,404,434 | - | - | |||||||||
Inventory
|
5,383,929 | - | - | |||||||||
Intangibles
|
4,036,790 | - | - | |||||||||
Other
Assets
|
632,864 | - | - | |||||||||
Accounts
Payable
|
(1,953,833 | ) | - | - | ||||||||
Other
Liabilities
|
(1,868,180 | ) | - | - | ||||||||
Debt
|
(6,000,000 | ) | - | - | ||||||||
Goodwill
|
7,110,415 | - | - | |||||||||
Issuance
of Stock
|
$ | 9,000,000 | - | - | ||||||||
Conversion
of Debt to Series A Preferred Stock
|
||||||||||||
Additonal
Paid in Capital (6,000,000 Debt Retirement plus accrued interest of
$159,780)
|
$ | 6,159,780 | - | - | ||||||||
Issuance
of Common shares in exchange for Investor Relations
Services
|
||||||||||||
Prepaid
Expenses (1,030,000 shares issued at $0.001 par)
|
$ | 226,500 | - | - | ||||||||
Supplemental
cash flow information:
|
||||||||||||
Cash
paid for interest
|
$ | 10,290 | - | - | ||||||||
Cash
paid for taxes
|
$ | 488,799 | - | - |
Common
|
Series A
|
Additional
|
Total
|
|||||||||||||||||||||||||||||
Shares
|
Preferred
|
Common
|
Preferred
|
Treasury Stock
|
Paid in
|
Retained
|
Stockholders
|
|||||||||||||||||||||||||
Outstanding
|
Shares
|
Stock
|
Series A Stock
|
Optex Texas
|
Capital
|
Earnings
|
Equity
|
|||||||||||||||||||||||||
Predecessor
Entity
|
||||||||||||||||||||||||||||||||
Balance
at September 28, 2008
|
10,000 | $ | 164,834 | $ | (1,217,400 | ) | $ | 15,246,282 | $ | (5,910,700 | ) | $ | 8,283,016 | |||||||||||||||||||
Net
Income
|
65,332 | 65,332 | ||||||||||||||||||||||||||||||
Balance
at October 14, 2008
|
10,000 | - | $ | 164,834 | $ | - | $ | (1,217,400 | ) | $ | 15,246,282 | $ | (5,845,368 | ) | $ | 8,348,348 | ||||||||||||||||
Successor
Entity
|
||||||||||||||||||||||||||||||||
Balance
at October 15, 2008
|
- | - | - | - | - | - | - | - | ||||||||||||||||||||||||
Issuance
of Common Stock (1)
|
113,333,282 | - | $ | 113,333 | $ | - | $ | - | $ | 8,886,667 | $ | - | $ | 9,000,000 | ||||||||||||||||||
Cancellation
of Investor Relations Stock
|
(700,000 | ) | (700 | ) | (104,300 | ) | (105,000 | ) | ||||||||||||||||||||||||
Investor
Relations Common Stock Issued
|
480,000 | 480 | 143,520 | 144,000 | ||||||||||||||||||||||||||||
Issuance
of Common Stock
|
750,000 | 750 | 149,250 | 150,000 | ||||||||||||||||||||||||||||
Conversion
of 6,000,000 Debt and Interest to Series A preferred
shares
|
1,027 | 1 | 6,159,780 | 6,159,781 | ||||||||||||||||||||||||||||
Sustut
Exploration Reorganization
|
17,449,991 | 17,450 | 170,050 | 187,500 | ||||||||||||||||||||||||||||
Stock
Option Compensation Expense
|
- | - | - | - | 39,528 | - | 39,528 | |||||||||||||||||||||||||
Private
Placement Sale of Stock
|
8,131,667 | - | 8,132 | - | - | 1,012,647 | - | 1,020,779 | ||||||||||||||||||||||||
Accumulated
Dividends on Preferred Stock
|
186,246 | (186,246 | ) | - | ||||||||||||||||||||||||||||
Net
Earnings (Loss) from continuing operations
|
- | - | - | - | - | - | (89,487 | ) | (89,487 | ) | ||||||||||||||||||||||
Balance
at September 27, 2009
|
139,444,940 | 1,027 | $ | 139,445 | $ | 1 | $ | - | $ | 16,643,388 | $ | (275,733 | ) | $ | 16,507,101 |
Successor
|
Predecessor
|
|||||||
As of
September 27, 2009
|
As of
September 28, 2008
|
|||||||
Raw
Materials
|
$ | 7,161,241 | $ | 5,575,520 | ||||
Work
in Process
|
4,043,308 | 4,199,657 | ||||||
Finished
Goods
|
245,056 | 28,014 | ||||||
Gross
Inventory
|
$ | 11,449,605 | $ | 9,803,191 | ||||
Less:
|
||||||||
Unliquidated
Progress Payments
|
(2,880,898 | ) | (4,581,736 | ) | ||||
Inventory
Reserves
|
(554,826 | ) | (673,729 | ) | ||||
Net
Inventory
|
$ | 8,013,881 | $ | 4,547,726 |
|
|
Unaudited
Quarter
Ended March 29,
2009
|
|
|
Reorganization
Adjustments
(1)
|
|
|
Private
Placement
Adjustments
|
|
|
Unaudited Quarter
Ended March 29,
2009
|
|
||||
Assets
|
||||||||||||||||
Current
Assets
|
$
|
8,880,436
|
$
|
187,500
|
$
|
929,738
|
$
|
9,997,674
|
||||||||
Non
current Assets
|
10,422,425
|
-
|
-
|
10,422,425
|
||||||||||||
Total
Assets
|
$
|
19,302,861
|
$
|
187,500
|
$
|
929,738
|
$
|
20,420,099
|
||||||||
Liabilities
|
||||||||||||||||
Loans
Payable
|
146,709
|
(146,250
|
)
|
459
|
||||||||||||
Other
Current Liabilities
|
4,416,403
|
-
|
55,209
|
4,471,612
|
||||||||||||
Total
Liabilities
|
$
|
4,563,112
|
$
|
-
|
$
|
(91,041
|
)
|
$
|
4,472,071
|
|||||||
Equity
|
||||||||||||||||
Optex
Systems Holdings, Inc. – (par $0.001per share, 200,000,000 shares
authorized, 138,914,940 shares issued and outstanding as of March 29,
2009)
|
113,333
|
17,450
|
8,132
|
138,915
|
||||||||||||
Optex
Systems Holdings, Inc. preferred stock (par value $0.001per
share, 5,000 shares authorized, 1027 shares of Series A
Preferred issued and outstanding)
|
1
|
1
|
||||||||||||||
Additional
Paid in Capital
|
15,046,446
|
170,050
|
1,012,647
|
16,229,143
|
||||||||||||
Retained
Earnings
|
(420,031
|
)
|
(420,031
|
)
|
||||||||||||
Total
Stockholders Equity
|
$
|
14,739,749
|
$
|
187,500
|
$
|
1,020,779
|
$
|
15,948,028
|
||||||||
Total
Liabilities and Stockholders Equity
|
$
|
19,302,861
|
$
|
187,500
|
$
|
929,738
|
$
|
20,420,099
|
|
Unaudited, Pro forma
|
|||||
|
Years Ended
|
|||||
|
September 27,
2009
|
September 28,
2008
|
||||
Revenues
|
$ | 27,580,737 | $ | 20,017,209 | ||
Net
Income (Loss) applicable to common shareholders
|
$ | (362,149 | ) | $ | (4,461,601 | ) |
Diluted
earnings per share
|
$ | (0.00 | ) | $ | (0.03 | ) |
Weighted
Average Shares Outstanding
|
139,045,625 | 138,914,940 |
|
Estimated Useful Life
|
|
Successor
Year Ended
September 27, 2009
|
|
|
Predecessor
Year Ended
September 28, 2008
|
|
|||
Property
and Equipment
|
||||||||||
Furniture
and Equipment
|
3-5yrs
|
$
|
159,724
|
$
|
145,071
|
|||||
Machinery
and Equipment
|
5
yrs
|
1,034,440
|
1,026,250
|
|||||||
Leasehold
Improvements
|
7
yrs
|
147,107
|
142,788
|
|||||||
Less:
Accumulated Depreciation
|
(1,094,526
|
)
|
(994,542
|
)
|
||||||
Net
Property & Equipment
|
$
|
246,745
|
$
|
319,567
|
||||||
Depreciation
Expense
|
$
|
99,984
|
$
|
164,434
|
|
Successor
|
Predecessor
|
||||||
Year Ended
|
Year Ended
|
|||||||
|
September 27, 2009
|
September 28, 2008
|
||||||
Customer
Advance Payments
|
$ | 80,753 | $ | - | ||||
Deferred
Rent Expense
|
27,860 | 84,435 | ||||||
Accrued
Vacation
|
153,291 | 94,311 | ||||||
Property
Taxes
|
17,532 | 17,557 | ||||||
Contract
Settlement
|
- | 351,217 | ||||||
Franchise
Taxes
|
5,100 | - | ||||||
Operating
Expenses
|
244,884 | 128,717 | ||||||
Payroll
& Payroll Related
|
141,625 | 122,737 | ||||||
Total
Accrued Expenses
|
$ | 671,045 | $ | 798,974 |
Operating
|
||||
Leases
|
||||
Fiscal
year
|
||||
2010
|
$ | 79,867 | ||
2011
|
16,753 | |||
2012
|
- | |||
2013
|
- | |||
Thereafter
|
- | |||
Total
minimum lease payments
|
$ | 96,620 |
Year- Ended
|
||||
September 28,
2008
|
||||
Accounting
& Auditing Fees
|
$
|
250,000
|
||
Legal
Fees
|
60,000
|
|||
Consulting
Fees
|
60,000
|
|||
Workers
Comp & General Insurance
|
70,000
|
|||
Total
|
$
|
440,000
|
Assets:
|
||||
Current
assets, consisting primarily of inventory of $5,383,929 and accounts
receivable of $1,404,434
|
$
|
7,330,910
|
||
Identifiable
intangible assets
|
4,036,789
|
|||
Purchased
Goodwill
|
7,110,416
|
|||
Other
non-current assets, principally property and equipment
|
343,898
|
|||
Total
assets
|
$
|
18,822,013
|
||
Liabilities:
|
||||
Current
liabilities, consisting of accounts payable of $1,953,833 and accrued
liabilities of $1,868,180
|
3,822,013
|
|||
Acquired
net assets
|
$
|
15,000,000
|
Total
|
||||
Contracted
Backlog - Existing Orders
|
$
|
2,763,567
|
||
Program
Backlog - Forecasted Indefinite Delivery/Indefinite Quantity
awards
|
1,273,222
|
|||
Total
Intangible Asset to be amortized
|
$
|
4,036,789
|
2010
|
2011
|
2012
|
2013
|
|||||||||||||||
Contracted
backlog amortized by delivery schedule
|
COS
|
$
|
718,290
|
$
|
126,158
|
$
|
19,614
|
$
|
4,762
|
|||||||||
Contracted
backlog amortized by delivery schedule
|
G&A
|
64,646
|
11,354
|
1,765
|
427
|
|||||||||||||
Program
backlog amortized straight line across 5 years
|
G&A
|
254,645
|
254,645
|
254,645
|
254,645
|
|||||||||||||
Total
Amortization by Year
|
$
|
1,037,581
|
$
|
392,157
|
$
|
276,024
|
$
|
259,834
|
Assets:
|
||||||||
Current
assets, consisting primarily of inventory of $5,734,500 and accounts
receivable of $2,191,800
|
$ | 8,070,300 | ||||||
Identifiable
intangible assets
|
3,180,000 | |||||||
Other
non-current assets, principally property and equipment
|
455,100 | |||||||
Total
assets
|
11,705,400 | |||||||
Liabilities:
|
||||||||
Current
liabilities, consisting of accounts payable of $1,638,600, tax liabilities
of $112,800 and accrued liabilities of $682,100
|
2,433,481 | |||||||
Acquired
net assets
|
9,271,919 | |||||||
Purchase
price
|
||||||||
Total
consideration to seller
|
$ | 19,865,400 | ||||||
Direct
acquisition costs
|
1,040,000 | |||||||
20,905,400 | ||||||||
Excess
purchase price reported as goodwill
|
$ | 11,633,481 |
|
|
Useful Life in
Years
|
|
|
Acquired
Fair Value
|
|
||
Non-competition
agreement
|
2
|
$
|
80,000
|
|||||
Contractual
backlog
|
2
|
$
|
1,570,000
|
|||||
Program
backlog
|
8
|
$
|
1,530,000
|
Year
|
|
Annual
Amortization
|
|
|
2009
|
|
266,365
|
||
2010
|
204,490
|
|||
2011
|
204,490
|
|||
2012
|
204,490
|
|||
2013
|
186,837
|
|||
2014
|
33,468
|
|||
Total
|
$
|
1,100,140
|
|
Year ended
|
|||
|
September 27, 2009
|
|||
Expected
dividend yield
|
0%
|
|||
Expected
stock price volatility
|
23.6%
|
|||
Risk-free
interest rate (1)
|
2.8%-4.07%
|
|||
Expected
life of options
|
4.5
to 7 Years
|
(1)
|
2.8%
for grant expected life less than 7
years
|
(2)
|
4.07%
for grant expected life of 7
years.
|
Date of
|
|
Shares
|
|
|
Exercise
|
|
|
Shares Outstanding
|
|
Expiration
|
Vesting
|
||||
Grant
|
|
Granted
|
|
|
Price
|
|
|
As of 09/27/09
|
|
Date
|
Date
|
||||
|
|||||||||||||||
03/30/09
|
480,981
|
$
|
0.15
|
480,981
|
03/29/2016
|
03/30/2010
|
|||||||||
03/30/09
|
466,834
|
0.15
|
466,834
|
03/29/2016
|
03/30/2011
|
||||||||||
03/30/09
|
466,834
|
0.15
|
466,834
|
03/29/2016
|
03/30/2012
|
||||||||||
05/14/09
|
316,750
|
0.15
|
313,250
|
05/13/2016
|
05/14/2010
|
||||||||||
05/14/09
|
316,750
|
0.15
|
313,250
|
05/13/2016
|
05/14/2011
|
||||||||||
05/14/09
|
316,750
|
0.15
|
313,250
|
05/13/2016
|
05/14/2012
|
||||||||||
05/14/09
|
316,750
|
0.15
|
313,250
|
05/13/2016
|
05/14/2013
|
||||||||||
Total
|
2,681,649
|
2,667,649
|
|
|
|
Number
|
|
|
Weighted
|
|
|
|
|
|
||||||
|
|
of Shares
|
|
|
Average
|
|
|
Weighted
|
|
|
|
|||||
|
|
Remaining
|
|
|
Intrinsic
|
|
|
Average
|
|
|
Aggregate
|
|
||||
Subject to Exercise
|
|
Options
|
|
|
Price
|
|
|
Life (Years)
|
|
|
Value
|
|
||||
Outstanding
as of September 28, 2008
|
-
|
$
|
-
|
-
|
-
|
|||||||||||
Granted
– 2009
|
2,681,649
|
$
|
0.21
|
5.14
|
.
|
$
|
563,146
|
|||||||||
Forfeited
– 2009
|
(14,000
|
)
|
$
|
0.21
|
5.14
|
(2,940
|
)
|
|||||||||
Exercised
– 2009
|
-
|
$
|
-
|
-
|
-
|
|||||||||||
Outstanding
as of September 27, 2009
|
2,667,649
|
$
|
0.21
|
5.14
|
$
|
560,206
|
||||||||||
Exercisable
as of September 27, 2009
|
0
|
$
|
-
|
-
|
$
|
-
|
|
|
Number of
Non-
vested
Shares
Subject to
Options
|
|
|
Weighted-
Average
Grant-
Date
Fair Value
|
|
||
Non-vested
as of September 27, 2009
|
-
|
$
|
||||||
Non-vested
granted — year ended September 27, 2009
|
2,681,649
|
$
|
0.14
|
|||||
Vested —
year ended September 27, 2009
|
-
|
$
|
0.00
|
|||||
Forfeited — year
ended September 27, 2009
|
(14,000
|
)
|
$
|
|||||
Non-vested
as of September 29, 2009
|
2,667,649
|
$
|
0.14
|
Sileas
Corporation
|
76,638,295
|
|||
Arland
Holdings, Ltd.
|
8,361,705
|
|||
Total
Outstanding
|
85,000,000
|
2009
|
||||
Current
income tax expense:
|
||||
Federal
|
$
|
426,514
|
||
State
|
-
|
|||
426,514
|
||||
Deferred
income tax provision (benefit):
|
||||
Federal
|
(711,177
|
)
|
||
State
|
-
|
|||
Change
in valuation allowance
|
-
|
|||
(711,177
|
)
|
|||
Provision
for (Benefit from) income taxes, net
|
$
|
(284,663
|
)
|
2009
|
%
|
|||||||
Tax
benefit at statutory federal rate
|
$
|
(127,211
|
)
|
34
|
%
|
|||
Nondeductible
expenses
|
(157,452
|
)
|
42
|
%
|
||||
$
|
(284,663
|
)
|
76
|
%
|
2009
|
||||
Stock
Options
|
$
|
13,440
|
||
Inventory
Reserve
|
(40,427
|
)
|
||
Unicap
|
54,494
|
|||
Contract
Loss Reserve
|
178,900
|
|||
Fixed
assets
|
(58,476
|
)
|
||
Intangible
Asset Amortization
|
612,707
|
|||
Other
|
(49,461
|
)
|
||
Subtotal
|
$
|
711,177
|
||
Valuation
allowance
|
-
|
|||
Net
deferred asset (liability)
|
$
|
711,177
|
|
·
|
The lease term is extended until
July 31, 2015.
|
|
·
|
The
base rent is as follows: until 7/31/2010, $0.00 per square foot, from
8/1/2010 – 7/31/2013, $4.70 per square foot and from 8/1/2013 – 7/31/2015,
$4.95 per square foot.
|
|
·
|
A $195,352.00 improvement
allowance is included.
|
|
·
|
For the first two years of the
extended term, the landlord has granted the option to take over additional
space at similar terms as in the
amendment.
|
Securities
and Exchange Commission registration fee
|
$
|
1,447
|
||
Printing
and engraving expenses
|
1,000
|
|||
Legal
fees and expenses
|
-
|
|
||
Accountant
fees and expenses
|
2,500
|
|||
Total
|
$
|
4,947
|
3/27/09
|
1,000,000
shares issued to American Venture Capital
|
(prior
to reverse merger)
|
3/27/09
|
250,000
shares issued to Dawn Van Zandt
|
(prior
to reverse merger)
|
7/20/09
|
(700,000)
shares cancelled from American Capital Ventures
|
(contract
cancelled on 6/29/09)
|
9/2/09
|
480,000
shares issued to ZA Consulting
|
(contract
signed on 6/30/09)
|
Exhibit
No.
|
|
Description
|
2.1
|
Agreement
and Plan of Reorganization, dated as of the March 30, 2009, by and between
registrant, a Delaware corporation and Optex Systems, Inc., a Delaware
corporation (1).
|
|
3.1
|
Certificate
of Incorporation, as amended, of Optex Systems Holdings,
Inc (2).
|
|
3.2
|
Bylaws
of Optex Systems Holdings (1).
|
|
5.1
|
Opinion
as to Legality of the Shares (3)
|
|
10.1
|
2009
Stock Option Plan (1).
|
|
10.2
|
Employment
Agreement with Danny Schoening (1).
|
|
10.3
|
Lease
for 1420 Presidential Blvd., Richardson, TX (1).
|
|
10.4
|
Form
of Warrant (3)
|
|
10.5
|
Specimen
Stock Certificate (3)
|
|
10.6
|
Contract
W52H0905D0248 with Tank-automotive and Armaments Command, dated July 27,
2005
|
|
10.7
|
Contract
W52H0909D0128 with Tank-automotive and Armaments Command, dated March 24,
2009
|
|
10.8
|
Contract
W52H0905D0260 with Tank-automotive and Armaments Command, dated August 3,
2005
|
|
10.9
|
PO#
40050551 with General Dynamics, dated June 8, 2009
|
|
10.10
|
Contract
9726800650 with General Dynamics, dated April 9,
2007
|
10.11
|
Form
of Subscription Agreement (4)
|
|
10.12
|
Single
Source Supplier Purchase Orders with TSP Inc.
|
|
10.13
|
Single
Source Supplier Purchase Orders with SWS Trimac
|
|
10.14
|
Since
Source Supplier Purchase Orders with Danaher Controls
|
|
10.15
|
Single
Source Supplier Purchase Orders with Spartech Polycast
|
|
10.16
|
Third
Amendment to Lease, between Aquiport DFWIP and Optex Systems, Inc., dated
January 7, 2010
|
|
10.17
|
$250,000
principal amount Note in favor of the Longview Fund, L.P., dated October
27, 2009 and allonge
|
|
10.18
|
Various
Investor Relations Contracts
|
|
10.19
|
Form
of Loan and Security Agreement between Optex Systems, Inc. and Peninsula
Bank Business Funding, dated March 4, 2010
|
|
10.20
|
Form
of Unconditional Guaranty executed by Optex Systems Holdings, Inc. in
favor of Peninsula Bank Business Funding, dated March 4,
2010
|
|
10.21
|
Form
of Warrant issued by Optex Systems Holdings, Inc. to Peninsula Bank
Business Funding, dated March 4, 2010
|
|
14.1
|
Code
of Ethics (3)
|
|
16
|
Letter
re: Change in Certifying Accountant
|
|
21.1
|
List
of Subsidiaries – Optex Systems, Inc. (1)
|
|
23.1
|
Consent
of EFP Rotenberg, LLP
|
(1)
|
Incorporated by reference from
our Current Report on Form 8-K dated April 3,
2009.
|
(2)
|
Incorporated by reference from
our Amendment No. 1 to Registration Statement on Form S-1 filed on
September 28, 2009
|
(3)
|
Incorporated by reference from
our Registration Statement on Form S-1 filed on May 19,
2009
|
(4)
|
Incorporated
by reference from our Form 10-K for the fiscal year ended September 27,
2009, filed on January 11, 2010
|
1.
|
To file, during any period in
which offers or sales are being made, a post-effective amendment to this
registration statement:
|
|
i.
|
To include any prospectus
required by section 10(a)(3) of the Securities
Act;
|
|
ii.
|
To reflect in the prospectus any
facts or events arising after the effective date of the registration
statement (or the most recent post-effective amendment thereof) which,
individually or in the aggregate, represent a fundamental change in the
information set forth in the registration statement. Notwithstanding the
foregoing, any increase or decrease in volume of securities offered (if
the total dollar value of securities offered would not exceed that which
was registered) and any deviation from the low or high end of the
estimated maximum offering range may be reflected in the form of
prospectus filed with the Commission pursuant to Rule 424(b) if, in the
aggregate, the changes in volume and price represent no more than 20%
change in the maximum aggregate offering price set forth in the
"Calculation of Registration Fee" table in the effective registration
statement.
|
iii.
|
To
include any material information with respect to the plan of distribution
not previously disclosed in the registration statement or any material
change to such information in the registration
statement.
|
2.
|
That, for the purpose of
determining any liability under the Securities Act, each such
post-effective amendment shall be deemed to be a new registration
statement relating to the securities offered therein, and the offering of
such securities at that time shall be deemed to be the initial bona fide
offering thereof.
|
3.
|
To remove from registration by
means of a post-effective amendment any of the securities being registered
which remain unsold at the termination of the
offering.
|
4.
|
That, for the purpose of
determining liability under the Securities Act to any
purchaser:
|
|
i.
|
If the registrant is relying on
Rule 430B (Section 430B of this
chapter):
|
|
A.
|
Each prospectus filed by the
registrant pursuant to Rule 424(b)(3)shall be deemed to be part of the
registration statement as of the date the filed prospectus was deemed part
of and included in the registration statement;
and
|
|
B.
|
Each prospectus required to be
filed pursuant to Rule 424(b)(2), (b)(5), or (b)(7) as part of a
registration statement in reliance on Rule 430B relating to an offering
made pursuant to Rule 415(a)(1)(i), (vii), or (x) for the purpose of
providing the information required by section 10(a) of the Securities Act
shall be deemed to be part of and included in the registration statement
as of the earlier of the date such form of prospectus is first used after
effectiveness or the date of the first contract of sale of securities in
the offering described in the prospectus. As provided in Rule 430B, for
liability purposes of the issuer and any person that is at that date an
underwriter, such date shall be deemed to be a new effective date of the
registration statement relating to the securities in the registration
statement to which that prospectus relates, and the offering of such
securities at that time shall be deemed to be the initial bona fide
offering thereof. Provided, however, that no statement made in a
registration statement or prospectus that is part of the registration
statement or made in a document incorporated or deemed incorporated by
reference into the registration statement or prospectus that is part of
the registration statement will, as to a purchaser with a time of contract
of sale prior to such effective date, supersede or modify any statement
that was made in the registration statement or prospectus that was part of
the registration statement or made in any such document immediately prior
to such effective date; or
|
|
ii.
|
If the registrant is subject to
Rule 430C, each prospectus filed pursuant to Rule 424(b) as part of a
registration statement relating to an offering, other than registration
statements relying on Rule 430B or other than prospectuses filed in
reliance on Rule 430A, shall be deemed to be part of and included in the
registration statement as of the date it is first used after
effectiveness. Provided, however, that no statement made in a registration
statement or prospectus that is part of the registration statement or made
in a document incorporated or deemed incorporated by reference into the
registration statement or prospectus that is part of the registration
statement will, as to a purchaser with a time of contract of sale prior to
such first use, supersede or modify any statement that was made in the
registration statement or prospectus that was part of the registration
statement or made in any such document immediately prior to such date of
first use.
|
5.
|
That, for the purpose of
determining liability of the registrant under the Securities Act to any
purchaser in the initial distribution of the securities: The undersigned
registrant undertakes that in a primary offering of securities of the
undersigned registrant pursuant to this registration statement, regardless
of the underwriting method used to sell the securities to the purchaser,
if the securities are offered or sold to such purchaser by means of any of
the following communications, the undersigned registrant will be a seller
to the purchaser and will be considered to offer or sell such securities
to such purchaser:
|
|
i.
|
Any preliminary prospectus or
prospectus of the undersigned registrant relating to the offering required
to be filed pursuant to Rule
424;
|
|
ii.
|
Any free writing prospectus
relating to the offering prepared by or on behalf of the undersigned
registrant or used or referred to by the undersigned
registrant;
|
iii.
|
The portion of any other free
writing prospectus relating to the offering containing material
information about the undersigned registrant or its securities provided by
or on behalf of the undersigned registrant;
and
|
iv.
|
Any other communication that is
an offer in the offering made by the undersigned registrant to the
purchaser.
|
OPTEX
SYSTEMS HOLDINGS, INC.
|
|
By:
|
/s/ Stanley A. Hirschman
|
Stanley
A. Hirschman, Principal Executive Officer and Director
|
|
Date:
June 14, 2010
|
|
By:
|
/s/ Karen Hawkins
|
Karen
Hawkins, Principal Financial Officer and Principal Accounting
Officer
|
|
Date:
June 14,
2010
|
Signature
|
Title
|
Date
|
|||
/s/
Stanley A. Hirschman
|
|
||||
Stanley
A. Hirschman
|
Principal
Executive Officer and Director
|
June
14, 2010
|
|||
/s/
Karen Hawkins
|
|
||||
Karen
Hawkins
|
Principal
Financial Officer and Principal Accounting Officer
|
June
14, 2010
|
|||
/s/ Ronald F. Richards
|
|
||||
Ronald
F. Richards
|
Director
|
June
14, 2010
|
|||
/s/ Merrick Okamoto
|
|
||||
Merrick
Okamoto
|
Director
|
June
14,
2010
|
APPENDIX A
|
SOLICITATION
|
RESPONSE
|
The response to this bid proposal is not available to Optex Systems, Inc. It was prepared by the original owners of Optex (two companies ago) and was not filed with the other contract information. It is assumed that since the critical information of the response was captured in the contract, that the previous owners discarded these documents.
CONTRACT ATTACHED
|
Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214 -7 or 52.215 -1. All offers are subject to all terms and conditions contained in this solicitation.
10. For Information | Name LINDA M MAES | Telephone No. (Include Area Code) (NO Collect Calls) | ||||||||||||
Call: | E-mail address: MAESL@RIA.ARMY.MIL | (309)782-3657 | ||||||||||||
|
|
|
|
|
|
|
||||||||
11. Table Of Contents | ||||||||||||||
|
||||||||||||||
(X) | Section | Description | Page(s) | (X) | Section | Description | Page(s) | |||||||
|
|
|
|
|
|
|
|
|||||||
Part I - The Schedule | Part II - Contract Clauses | |||||||||||||
|
|
|
|
|
|
|
|
|||||||
X | A | Solicitation/Contract Form | 1 | X | I | Contract Clauses | 24 | |||||||
|
|
|
|
|
|
|
|
|||||||
X | B | Supplies or Services and Prices/Costs | 9 | Part III - List Of Documents, Exhibits, And Other Attachments | ||||||||||
|
|
|
|
|
|
|||||||||
X | C | Description/Specs./Work Statement | 11 | X | J | List of Attachments | 36 | |||||||
|
|
|
|
|
|
|
|
|||||||
X | D | Packaging and Marking | 14 | Part IV - Representations And Instructions | ||||||||||
|
|
|
|
|
|
|
|
|||||||
X | E | Inspection and Acceptance | 16 | K | Representations, Certifications, and | |||||||||
|
|
|
|
|||||||||||
X | 37 | |||||||||||||
X | F | Deliveries or Performance | 19 | Other Statements of Offerors | ||||||||||
|
|
|
|
|
|
|
|
|||||||
G | Contract Administration Data | X | L | Instrs., Conds., and Notices to Offerors | 42 | |||||||||
|
|
|
|
|
|
|
|
|||||||
X | H | Special Contract Requirements | 22 | X | M | Evaluation Factors for Award | 46 | |||||||
|
|
|
|
|
|
|
|
OFFER (Must be fully completed by offeror) | ||
|
||
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. | ||
|
||
12. In compliance with the above, the undersigned agrees, if this offer is accepted within | calendar days (60 calendar day s unless a different period is |
inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
SCD | PAS | ADP PT | ||||||
|
|
|
|
|
||||
26. Name of Contracting Officer (Type or Print) | 27. United States Of America | 28. Award Date |
/SIGNED/
(Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
NSN 7540-01-152-8064 | 33-132 | Standard Form 33 (Rev. 4-85) | ||
PREVIOUS EDITIONS NOT USABLE | Prescribed By GSA-FAR (48 CFR) 53.214(c) |
Reference No. of Document Being Continued Page 2 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION A - SUPPLEMENTAL INFORMATION EXECUTIVE SUMMARY:
1. THIS SOLICITATION W52H09-05-R-0050, ISSUED ON A FULL AND OPEN COMPETITIVE BASIS, FOR THE M187A1 MOUNT TELESCOPE, WILL RESULT IN THE
AWARD OF A 5-YEAR FIRM-FIXED PRICE, INDEFINITE QUANTITY (IDIQ) CONTRACT. THIS CONTRACT INCLUDES FIVE ORDERING PERIODS AS SET FORTH IN THE PARAGRAPH BELOW.
2. EVALUATION OF OFFERS WILL BE IN ACCORDANCE WITH SECTION M OF THIS SOLICITATION. ONE AWARD WILL BE MADE FOR THIS ITEM. THE
GOVERNMENT STRONGLY ADVISES REVIEWING SECTIONS L & M PRIOR TO SUBMITTING A PROPOSAL.
IT SHOULD BE NOTED THAT A SUBCONTRACTING PLAN IS REQUIRED AT TIME OF PROPOSAL SUBMISSION FROM ALL OFFERORS OTHER THAN SMALL BUSINESS CONCERNS. SEE FAR PART 19.704 FOR SUBCONTRACTING PLAN CONTENT REQUIRMENTS.
3. PLEASE NOTE THAT THIS SOLICITATION CONTAINS A SECTION B, "SUPPLIES OR SERVICES AND PRICES/COSTS" SECTION, WHICH IS FOR ITEM
IDENTIFICATION ONLY. THE CONTRACTOR SHALL PROVIDE PRICES ON THE PRICING EVALUATION SHEET IDENTIFIED AS ATTACHMENT 001. AFTER CONTRACT AWARD DELIVERY ORDERS WILL BE ISSUED CONTAINING QUANTITIES AND PRICES IN SECTION B PULLED FROM INFORMATION PROVIDED ON THE PRICE EVALUATION SHEET IN ATTACHMENT 001.
4. FIRST ARTICLE TESTING (FAT) IS REQUIRED FOR THESE ITEMS. SEE CLAUSES ES6016 & IF7116. ALL COSTS FOR THSE TESTS ARE TO BE BORNE BY
THE CONTRACTOR. INSPECTION /ACCEPTANCE FOR THE FIRST ARTICLE TEST REPORT WILL BE ORIGIN/DESTINATION; FOB IS DESTINATION.
5. PRIOR TO FIRST ARTICLE APPROVAL, THE ACQUISITION OF MATERIAL OR COMPONENTS FOR, OR THE COMMENCEMENT OF PRODUCTION OF, THE BALANCE OF
THE CONTRACT QUANTITY IS AT THE SOLE RISK OF THE CONTRACTOR. ONLY THE CONTRACTING OFFICER, BY WRITTEN AUTHORIZATION, MAY ALLOW THE CONTRACTOR TO ACQUIRE SPECIFIC MATERIAL OR COMPONENTS BEYOND THOSE REQUIRED FOR FIRST ARTICLE TEST. PLEASE SEE CLAUSE AT ES6016.
AS CALLED OUT IN CLAUSE ES6030, CONFIRMATORY TESTING WILL BE REQUIRED. SHIPMENT OF THE CONFIRMATORY TEST SAMPLES SHALL BE IMMEDIATELY AFTER COMPLETION OF THE FIRST ARTICLE TEST AND UPON AUTHORIZATION FROM THE CONTRACTING OFFICER. DISPOSITION OF THE FIRST ARTICLE TEST REPORT WILL BE IN ACCORDANCE WITH ES6016 REGARDLESS OF COMPLETION STATUS OF CONFIRMATORY TEST.
6. AT THE GOVERNMENT'S DISCRETION, PHYSICAL CONFIGURATION AUDIT OF ALL ITEMS DEEMED APPROPRIATE, WILL BE CONDUCTED AT THE CONTRACTOR'S
FACILITY.
7. THE FOLLOWING ITEM IS BEING SOLICITED:
CLIN 0001: M187A1 MOUNT TELESCOPE - GUARANTEED MIMIMUM QUANTITY IS 138 EACH NSN: 1240-01-483-5324 P/N: 12984689
8. DURING THE LIFE OF THIS CONTRACT (FROM AWARD DATE UNTIL 30 JUNE 2010), THE GOVERNMENT IS ENTITLED TO ORDER A MAXIMUM TOTAL QUANTITY
OF 1250 EACH.
9. AN AWARD UNDER THIS SOLICITATION IN NO WAY OBLIGATES THE GOVERNMENT TO PURCHASE ANY QUANTITY UNDER THE RESULTANT CONTRACT, EXCEPT
FOR THE GUARANTEED MINIMUM QUANTITY LISTED IN PARAGRAPH 7. EACH DELIVERY ORDER STANDS ON ITS OWN ISOFAR AS IT OBLIGATES THE GOVERNMENT.
10. THE PRICING RANGES SHOWN ON ATTACHMENT 001 ARE PROVIDED FOR THE PURPOSE OF ESTABLISHING REASONABLE QUANTITIES AGAINST WHICH TO PROVIDE PRICES. OFFERORS ARE REQUIRED TO COMPLETE AND SUBMIT THE "PRICING EVALUATION SHEET" AT ATTACHMENT 001. PLEASE PROVIDE PRICES FOR ALL YEARS, AND ALL RANGES, INCLUDING THE BREAKOUT OF FIRST ARTICLE TEST. PROPOSALS OFFERING PRICES FOR QUANTITIES OR RANGES OTHER THAN THOSE SOLICITED WILL NOT BE CONSIDERED.
CLIN 0001, NSN: | 1240-01-483-5324, P/N: | 12984689, M187A1 MOUNT TELESCOPE | ||
OP | ESTIMATED BUY | |||
01 | 201 | |||
02 | 130 | |||
03 | 97 | |||
04 | 50 |
14. DELIVERIES TO DDSP NEW CUMBERLAND FACILITY MUST BE SCHEDULED IN ADVANCE; APPOINTMENTS MAY BE SCHEDULED AS EARLY AS TEN DAYS IN ADVANCE OF THE ANTICIPATED DELIVERY DATE AND MAY BE MADE BY CALLING (800) 307-8496. THE FOLLOWING ADDITIONAL INFORMATION WILL BE REQUIRED AT TIME OF APPOINTMENT SCHEDULING:
A. | CONTRACT NUMBER |
B. | COMMODITY/NOUN NAME |
C. | NSN, IF SOLID LOAD |
D. | TOTAL WEIGHT AND CUBE |
E. | VENDOR |
15. | ALL DELIVERY ORDERS WILL BE ISSUED UNILATERALLY BY TACOM-RI, AMSTA-LC-CFA, WITH FIRM DELIVERY DATES. |
16. | DELIVERY PRODUCTION RATES SHALL BE AS FOLLOWS: (ADA = AFTER DATE OF AWARD) |
CLIN 0001AA - FIRST ARTICLE TEST REPORT/ 300 ADA
CLIN 0001AB - PRODUCTION QUANT WITH FAT/ 450 ADA THEREAFTER. |
5 EACH
QUANTITIES WILL BE INITIAL PRODUCTION OF 10, WITH 10 PER MONTH |
17. | EARLIER DELIVERY IS ACCEPTABLE IF ACCOMPLISHED AT NO ADDITIONAL COST TO THE GOVERNMENT. |
18. | THE TECHNICAL DATA PACKAGE CONTAINS SOURCE CONTROLLED DRAWINGS: 12961446, 12984810, 12984836, 8215831, AND 8261839. |
19. | IN ORDER TO ACCOMPLISH COORDINATION BETWEEN THE CONTRACTOR AND THE GOVERNMENT IN PERFORMANCE OF THIS EFFORT, THE STATEMENT OF WORK |
AT ATTACHMENT 003 IS A REQUIREMENT OF ANY CONTRACT RESULTING FROM THIS SOLICITATION.
20. | A POST-AWARD CONFERENCE WILL BE CONDUCTED AT THE CONTRACTOR'S FACILITY 30 DAYS AFTER AWARD OF CONTRACT. |
21. | POINT OF CONTACT FOR THIS SOLICITATION IS LINDA MAES, PHONE 309-782-3657, FAX 309-782-1616, EMAIL MAESL@RIA.ARMY.MIL. |
Effective 1 Jan 2005, contractors are required to use the On-line Representations and Certifications Application (ORCA). Contractors will complete and update the on-line provisions in ORCA (_h_t_t_p_:_/_/_w_w_w_._b_p_n_._g_o_v_/_o_r_c_a) on at least a yearly basis. When submitting a quote/offer/bid in response to this solicitation, contractors will attest that, at the time of their submission, their ORCA records are current, accurate, and complete, and applicable to the solicitation (including the business size standard applicable to the NAICS code for this solicitation). This is accomplished by completing the provision at FAR 52.204 -8, Annual Representations and Certifications, or FAR 52.212 -3, Offeror Representations and Certifications -- Commercial Items (& Alternates I & II), whichever is included in this solicitation. If this solicitation also includes the provision at FAR 52.204 -7, Central Contractor Registration, paragraph (b) of clause 52.204 -8 applies. Representations and certifications that are to be completed through ORCA are not repeated in this solicitation. However, this solicitation may include other representation and certification requirements not covered by ORCA, which must be completed and returned with your quote/offer/bid.
The NAICS code for this solicitation is 333314 and the small business size standard is 500 employees.
(End of Provision) (AS6100)
A-2 | 52.246-4311 | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT | JUL/2004 | |||
TACOM-RI |
This contract requires the offeror to be in compliance with the higher level quality requirement listed in Section E on date of award. Compliance is defined as meeting the intent of the higher level quality requirement. The contractor shall have documentation attesting to the compliance available to the Government upon request.
Note: It is not mandatory that a contractor be registered by the Registration Accreditation Board.
(End of Clause) (AS6002)
A-3 HQ, DA NOTICE TO OFFERORS - USE OF CLASS I OZONE-DEPLETING SUBSTANCES JUL/1993
(a) In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act, 42 U.S.C. 7671a(a), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available.
(b) To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C with the disposition determined in each case.
(c) If offerors possess any special knowledge about any other ODSs required directly or indirectly at any level of contract performance, the U.S. Army would appreciate if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information in accordance with FAR 52.214 -6 or 52.215 -14 as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so.
(End of Clause)
|
(AA7020)
|
A-4 | 52.201-4501 | NOTICE ABOUT TACOM-RI OMBUDSMAN | AUG/2004 | |||
TACOM-RI |
Reference No. of Document Being Continued Page 5 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
a. We have an Ombudsman Office here at TACOM-RI. Its purpose is to open another channel of communication with TACOM-RI contractors.
b. | If you think that this solicitation: | |
1. | has inappropriate requirements; or | |
2. | needs streamlining; or | |
3. | should be changed | |
you should first contact the buyer or the Procurement Contracting Officer (PCO).
c. | The buyer's name, phone number and address are on the cover page of this solicitation. |
d. | If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can |
contact the Ombudsman Office. The address and phone number are:
U.S. Army, TACOM-Rock Island 1 Rock Island Arsenal ATTN: AMSTA-AQ-AR (OMBUDSMAN) Rock Island IL 61299-7630 Phone: (309) 782-3223/3224 Electronic Mail Address: ombudsman@ria.army.mil |
(End of clause)
|
(AS7006)
|
A-5 | 52.204-4505 | DISCLOSURE OF UNIT PRICE INFORMATION | FEB/2003 | |||
TACOM-RI |
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such release prior to submission of initial proposals.
(End of clause)
|
AS7909
|
A-6 | 52.204-4506 | PUBLIC ACTIVITY INVOLVEMENT | FEB/2003 | |||
TACOM-RI |
Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red river Army Depot have expressed interest in securing subcontracting opportunities under this RFP. For information related to the capabilities of these facilities, and Points of Contact, see _w_w_w_._g_s_i_e_._a_r_m_y_._m_i_l
(End of Clause)
AS7005
Reference No. of Document Being Continued | Page 6 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
A-7 | 52.210-4516 | COMMERCIAL EQUIVALENT ITEM(S) | JUN/1998 | |||||
TACOM-RI |
THE GOVERNMENT HAS A PREFERENCE TO SATISFY ITS NEEDS THROUGH THE ACQUISITION OF COMMERCIAL ITEMS. IF YOU KNOW OF ANY COMMERCIAL EQUIVALENT ITEM(S) FOR THOSE LISTED IN THIS SOLICITATION, PLEASE CONTACT THE CONTRACTING OFFICE. INFORMATION PROVIDED WILL BE CONSIDERED FOR FUTURE PROCUREMENTS.
(End of Clause)
|
(AS7003)
|
A-8 | 52.211-4506 | INSTRUCTIONS REGARDING SUBSTITUTIONS FOR MILITARY AND FEDERAL | DEC/1997 | |||
TACOM-RI | SPECIFICATIONS AND STANDARDS |
(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.
(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:
SPI MILITARY/FEDERAL LOCATION OF FACILITY ACO SPEC/STANDARD REQUIREMENT
(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.
(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.
(e) | The price that is provided by the offeror in the Schedule in Section B will be considered as follows: |
(1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the | |
proposed SPI.
|
(2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.
(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:
CLIN | PRICE | $ | ||
CLIN | PRICE | $ | ||
CLIN | PRICE | $ | ||
CLIN | PRICE | $ |
(End of clause)
|
(AS7008)
|
A-9 | 52.215-4503 | NOTICE TO OFFERORS - ELECTRONIC | BID/OFFER | RESPONSE REQUIRED | FEB/2002 | |||||
TACOM-RI | ||||||||||
1. | In accordance with Management Reform Memorandum (MRM) #2 | from the Department of Defense (DoD), all Services are required to |
eliminate paper from their acquisition process by January 1, 2000 (see information at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_i_d_e_/_d_o_c_u_m_e_n_t_s_/_m_r_m_2_._p_d_f_)_.
Reference No. of Document Being Continued Page 7 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
2. In response to this mandate, TACOM-RI has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activated to fully automate the response process (see h _t_t_p_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x_._h_t_m_)_
3. I_M_P_O_R_T_A_N_T_: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format. Hard copy bids/proposals/quotes WILL NOT BE ACCEPTED. Bids/proposals/quotes submitted by electronic fax to 309-782-2047 will be accepted as these bids/proposals/quotes are considered to be electronic commmunication.
4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:
LS7011, Electronic Bids/Offers - TACOM-RI (TACOM-RI 52.215 -4510)
LS7013, Electronic Award Notice - TACOM-RI (TACOM-RI 52.215 -4511)
(End of clause)
|
(AS7004)
|
A-10 | 52.233-4503 | AMC-LEVEL PROTEST PROGRAM | JUN/1998 | |||
TACOM-RI |
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:
HQ Army Materiel Command
Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 The AMC-level protest procedures are found at: |
http://www.amc.army.mil/amc/command_counsel/protest/bidprotest.html
|
If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
(End of Clause)
|
(AS7010)
|
A-11 | 52.243-4510 | DIRECT VENDOR DELIVERY | JAN/1999 | |||
TACOM-RI |
In accordance with the Changes clause of this contract, the contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the contractor may be directed to use best commercial packaging. The contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:
(End of clause)
|
(AS7012)
Reference No. of Document Being Continued Page 8 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
P _a_c_k_a_g_i_n__
a_n_d
M_a_r_k_i_n_g
|
_n_s_p_e_c_t_i_o__ I
a_n_d
A_c_c_e_p_t_a_n_c_e
INSPECTION: Origin ACCEPTANCE: Destination Government Approval/Disapproval Days: 30 |
P _R_O_D_U_C_T_I_O__
Q_U_A_N_T
W_/
F_A_T
|
0001AB
|
EA $
|
$
|
NOUN: M187A1 TELESCOPE MOUNT
|
D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_
r
S_t_a_t_e_m_e_n_t
TOP DRAWING NR: 12984689 |
P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g | ||||
FOB POINT: | ||||
SHIP TO: F_R_E_I_G_H__ A_D_D_R_E_S_S | ||||
(W52H1C) | SR W0K8 USA MAC ROCK ISL ARSENAL | |||
BLDG 299 GILLESPIE AV AND BECK LANE | ||||
ROCK ISLAND | IL 61299-5000 | |||
MARK FOR: | ATTN: DAVE HERRERA |
Reference No. of Document Being Continued | Page | 10 of 46 | ||||||||
CONTINUATION SHEET | ||||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||||
|
|
|
|
|
||||||
Name of Offeror or Contractor: | ||||||||||
|
|
|
|
|
||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||
|
|
|
|
|
||||||
0002 | D_A_T_ A I_T_E_M_ | $ | *_*__N_S_P_ *_* $ | *_*__N_S_P__*_*_ | ||||||
|
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.
The following drawing(s) and specifications are applicable to this procurement.
Drawings and Specifications in accordance with enclosed Technical Data Package Listing - TDPL 12984689: 19200 with revisions in effect as of 02/03/2005 (except as follows):
NSN: 1240014835324
ENGINEERING EXCEPTIONS: The following Engineering Exceptions apply to this procurement action(s):
The following NEW drawings are to be added to this TDP:
Drawing 12984706 SPACER, FIBER OPTIC depicted on pages 89-90 of ECP H04A2085 Drawing 12984707 CLAMP, FIBER OPTIC depicted on pages 91-92 of ECP H04A2085 Drawing 12984708 CLAMP, FIBER OPTIC depicted on pages 93-94 of ECP H04A2085 Drawing 12984709 FIBER OPTIC CABLE ASSEMBLY depicted on pages 95-96 of ECP H04A2085 Drawing 12984710 CLIP depicted on pages 97-98 of ECP H04A2085 Drawing 12984737 SPACER, FIBER OPTIC depicted on pages 99-100 of ECP H04A2085 Drawing 13010962 PLATE, ADAPTER depicted on pages 101-104 of ECP H04A2085
The following drawing is part of this TDP: 8261835
The following drawings are NOT part of this TDP: Drawing 12599211 BRACKET depicted on pages 8-9 of ECP H04A2032 Drawing 13010373 SPACER depicted on pages 10-11 of ECP H04A2032 |
Dwg's 8587542, 10516567 Change from Distribution "C" To: Distribution "A" Dwg 12591426 Change from Distribution "B" To: Distribution Statement "A". All remanining Product drawings and Associated document without Distribution Add Distribution Statement "A".
Wear used spec MIL-HDBK-132 is for reference only.
Dwg 12961446 Vendor Adress change to: 170 E Kirkham Avenue Webster Grove, MO 6199 Prat No. Good Dwg 8215831 Vendor address change to: 15260 Hallmack Drive Macomb, MI 48042 Dwg 8261839 1st Vendor Name & Address change to: VEEDER ROOT 2100 W BROAD ST. ELIZABETHTOWN, NC 28337 |
Delete 2nd Vendor
Delete PL 12961176, 12961178 |
Dwg 12961162
In Vendor Blk Change from "Suggested" To "Approved Source of Supply".
Drawings 12961176, 12961178, 11727818:
Delete above title block "SEE SEPARATE PARTS LIST" |
Drawing 12984661
Reference No. of Document Being Continued Page 13 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(End of Clause) (CS6100)
C-2 52.211 -4505 AVAILABLE TECHNICAL DATA PACKAGE (TDP) APR/2000 TACOM RI
The Technical Data Package(s) (TDP) for this solicitation is currently accessible on the Internet in the National Stock Number/TDP column of the Open Solicitations Web Page listing associated with this solicitation (address: _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s_ h _b_/_i_n_d_e_x_._h_t_m_l_).e Contractors who are interested in bidding, offering, or quoting on the item(s) being solicited must download a copy of the TDP so that they will have access to the TDP in accordance with the solicitation. Hard
copies of the TDP will NOT be provided during the solicitation process. | At time of award, the TDP will continue to be accessible on the | |||||
Internet on the Award Web Page for an additional 30 days. | ||||||
(End of Clause) | ||||||
(CS7102) | ||||||
C-3 | 52.248-4502 | CONFIGURATION MANAGEMENT DOCUMENTATION | JUL/2001 | |||
TACOM RI |
The contractor may submit Engineering Change Proposals (ECPs), Value Engineering change Proposals (VECPs), (Code V shall be assigned to an engineering change that will effect a net life cycle cost), including Notice of Revisions (NORs), and Request for Deviations (RFDs), for the documents in the Technical Data Package (TDP). The contractor shall prepare these documents in accordance with the Data Item Descriptions cited in block 04 on the enclosed DD Form 1423, Contract Data Requirements List.
Contractor ECPs/VECPs shall describe and justify all proposed changes and shall included NORs completely defining the change to be made. Contractors may also submit RFD, which define a temporary departure from the Technical Data package or other baseline documentation under Government control. The contractor shall not deliver any units incorporating any change/deviation to Government documentation until notified by the Government that the change/deviation has been approved and the change/deviation has been incorporated in the contract.
If the Government receives the same or substantially the same VECPs from two or more contractors, the contracts whose VECP is received first will be entitled to share with the Government in all instant, concurrent, future, and collateral savings under the terms of the VE clause in the contract.
Duplicate VECPs, which are received subsequently, will be returned to the contractor(s) without formal evaluation, regardless of whether or not the first VECP has been approved and accepted by the Government.
(End of Clause)
|
(CS7110)
|
C-4 THE M187A1 MOUNT TELESCOPE SHALL BE MANUFACTURED IN ACCORDANCE WITH THE REQUIREMENTS OF CLAUSE C-1, DRAWINGS/SPECIFICATIONS AND THE STATEMENT OF WORK, ATTACHMENT 003.
*** END OF NARRATIVE C 001 ***
Reference No. of Document Being Continued | Page 14 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
SECTION D - PACKAGING AND MARKING | ||||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
D-1 | 52.211-4501 | PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS) | FEB/2004 |
A. Military preservation, packing, and marking shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction contained in the TDP.
Preservation: MILITARY
Level of Packing: A Quantity Per Unit Package: 001 SPI Number: P12984689 DATED 21 MAR 01 |
B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
C. | Marking: In addition to any special markings called out on the SPI; |
C.1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in | |
accordance with MIL-STD-129, Revision P, Change Notice 2, Date 10 Feb 04, including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel.
C.2. Contractors and vendors shall apply identification and address markings with bar codes in accordance with this standard. For shipments moving to overseas locations and for mobile deployable units, the in-the-clear address must also include the host country geographic address and the APO/FPO address. The MSL will include both linear and 2D bar codes per the standard. The DD Form 250 or the commercial packing list shall have bar coding applied as per Direct Vendor Delivery Shipments in the standard (except for deliveries to DLA Distribution Depots; e.g. New Cumberland, San Joaquin, Red River, Anniston). Packing lists are required in accordance with the standard, see paragraph 5.3.
C.3. Contractor to contractor shipments shall have the address markings applied to the identification marked side of the exterior shipping container or to the unitized load markings. The following shall be marked "FROM: name and address of consignor and TO: name and address of consignee".
C.4. Military Shipping Label. The following website (Computer Automated Transportation Tool, CAAT) provides detailed instructions for downloading and installing the Military Shipment Label/Issue Receipt Document (CATT MSL/IRRD) software that will generate a Military Shipping Label to include the required Code 39 and 2D(PDF417) bar codes on the label: http://www.asset- trak.com/catt/msl_irrd/mslirrdmain.htm. This program was developed by the Army and is free to those with government contracts. Two contractors have introduced a version of the MSL software that can be purchased by contractors. Both programs produce labels that appear to be in compliance with the requirements of MIL-STD-129P. Contractors are MILPAC (_h_t_t_p_:_/_/_m_i_l_p_a_c_._c_o_m) and Easysoft Corporation (h_t_t_p_:_/_/_e_a_s_y_s_o_f_t_c_o_r_p_._c_o_m_). Insure that the "ship to" and "mark for" in-the-clear delivery address is complete including: consignee's name, organization, department name, office, building, room, street address, city, state, country code, & DODAAC.
D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard. Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program.
E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided the contractor provides the PCO and ACO with notification 60 days
Reference No. of Document Being Continued Page 15 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to the PCO and ACO. The Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.
F. | Hazardous Materials: |
F.1. Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to | |
be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)
F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents:
International Air Transport Association (IATA) Dangerous Goods Regulations International Maritime Dangerous Goods Code (IMDG) Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49
Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO P4030.19/DLAM 4145.3 (for military air shipments)
F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations. Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
F.4. A Product Material Safety Data Sheet (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.
G. SUPPLEMENTAL INSTRUCTIONS: THE UNIT PACKAGE WILL SERVE AS THE SHIPPING CONTAINER. (End of clause) (DS6419)
Reference No. of Document Being Continued Page 16 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION E - INSPECTION AND ACCEPTANCE
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at
these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(EA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
E-1 | 52.246-2 | INSPECTION OF SUPPLIES - FIXED-PRICE | AUG/1996 | |||
E-2 | 52.246-16 | RESPONSIBILITY FOR SUPPLIES | APR/1984 | |||
E-3 | 52.246-11 | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT | FEB/1999 |
The Contractor shall comply with the higher-level quality standard below. The Contractor shall be fully compliant prior to award of this contract.
a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package. The first article shall consist of: 5 EACH MOUNT TELESCOPE, PN 12984689, SUBASSEMBLIES & COMPONENTS. VISUAL & DIMENSIONAL MEASUREMENTS REQUIRED. THE FIRST ARTICLE TEST REPORT SHALL BE BASED ON 3 EACH MOUNT TELESCOPE, AND THE REMAINING TWO SHALL BE SENT OUT FOR CONFIRMATORY TESTING. PLEASE SEE CLAUSE ES6030 BELOW.
b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.
c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:
(1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.
(2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.
(3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.
(4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.
(5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.
d. The Contractor shall provide to the Contracting Officer at least 20 calendar days advance notice of the scheduled date for final
Reference No. of Document Being Continued Page 17 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
inspection and test of the first article. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.
e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be submitted through the Administrative Contracting Officer to the Contracting Officer with a copy furnished to AMSRD-AAR-QEP-A.
f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.
(End of Clause)
|
(ES6016)
|
E-5 | 52.209-4513 | FIRST ARTICLE CONFIRMATORY TEST | MAY/1994 | |||
TACOM-RI |
a. When notified by the Contracting Officer that First Article Confirmatory Testing will be imposed, the contractor shall submit upon completion of First Article contractor testing, the following items identified below for confirmatory testing:
QUANTITY | ITEM NOMENCLATURE | DRAWING | ||
2 EACH | M187A1 MOUNT TELESCOPE | 12984689 |
b. Shipment of the confirmatory test sample shall be accomplished on or before the submission date of the contractor's First Article Test Report.
c. The confirmatory test sample shall be packaged and packed by the contractor in accordance with contractual requirements and marked "For Confirmatory Test". The sample shall be shipped to the location identified below at Contractor's expense:
XR W0K8 USA MAC
ROCK ISLAND ARSENAL, BLDG 299 GILLESPIE AVE AND BECK LANE ROCK ISLAND, IL 61299-5000 ATTN: DAVE HERRERA POC: ROD KEENEY AMSTA-LC-CFTL / (309) 782-6649 |
The accompanying Material Inspection and Receiving Report (DD Form 250) shall be marked "For Confirmatory Test, No Charge". Two copies of the DD Form 250 shall be forwarded to: THE CONTRACTING OFFICE BY ELECTRONIC MAIL: MAESL@RIA.ARMY.MIL OR CARSONC@RIA.ARMY.MIL, OR FAX: 309-782-1616, ATTN: LINDA MAES OR CHRIS CARSON.
d. Failure of the confirmatory test sample shall NOT be cause for disapproval of the first article. Notification of approval, conditional approval, or disapproval of the first article shall be in accordance with the First Article Approval - Contractor Testing Clause.
e. At the Contracting Officer's discretion, the confirmatory test units with unused repair parts may be returned to contractor for refurbishing and may subsequently be shipped as deliverable contract items. Inspection and acceptance of the refurbished test units shall be in accordance with contractual requirements. The costs of refurbishing will be negotiated between the parties.
(End of Clause)
|
(ES6030)
Reference No. of Document Being Continued | Page 18 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
E-6 | 52.246-4528 | REWORK AND REPAIR OF NONCONFORMING MATERIAL | MAY/1994 | |||||
TACOM-RI |
a. | Rework and Repair are defined as follows: |
(1) Rework - The reprocessing of nonconforming material to make it conform completely to the drawings, specifications or | |
contract requirements.
|
(2) Repair - The reprocessing of nonconforming material in accordance with approved written procedures and operations to reduce, but not completely eliminate, the nonconformance. The purpose of repair is to bring nonconforming material into a usable condition. Repair is distinguished from rework in that the item after repair still does not completely conform to all of the applicable drawings, specifications or contract requirements.
b. Rework procedures along with the associated inspection procedures shall be documented by the Contractor and submitted to the Government Quality Assurance Representative (QAR) for review prior to implementation. Rework procedures are subject to the QAR's disapproval.
c. Repair procedures shall be documented by the Contractor and submitted on a Request for Deviation/Waiver, to the Contracting Officer for review and written approval prior to implementation.
d. Whenever the Contractor submits a repair or rework procedure for Government review, the submission shall also include a description of the cause for the nonconformances and a description of the action taken or to be taken to prevent recurrence.
e. The rework or repair procedure shall also contain a provision for reinspection which will take precedence over the Technical Data Package requirements and shall, in addition, provide the Government assurance that the reworked or repaired items have met reprocessing requirements.
(End of Clause)
|
(ES7012)
|
Reference No. of Document Being Continued Page 19 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION F - DELIVERIES OR PERFORMANCE
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(FA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
F-1 | 52.242-17 | GOVERNMENT DELAY OF WORK | APR/1984 | |||
F-2 | 52.247-34 | F.O.B. DESTINATION | NOV/1991 | |||
F-3 | 52.247-35 | F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES | APR/1984 | |||
F-4 | 52.247-48 | F.O.B. DESTINATION - EVIDENCE OF SHIPMENT | FEB/1999 | |||
F-5 | 252.211-7003 | ITEM IDENTIFICATION AND VALUATION | JAN/2004 |
[NOTE: The following clause requires unique item identification marking, or a DoD recognized unique identification equivalent, for all items delivered under the contract for wihch the Government's acquisition cost (as defined under 'Definitions' below) is $5,000 or more. Unique item identification marking is also required for items listed in paragraphs (c)(1)(ii) of the clause. Unique item identification marking is required for embedded subassemblies, components, and parts if listed in paragraph (c)(1(ii), or if listed elsewhere in the solicitation or resulting contract. In the event that the Government has not yet identified these items or embedded parts, paragraph (c)(1)(ii) will read "TBD" for "to be determined". If these items are identified by the Government before the time proposals are due, an amendment to the solicitation will be issued which identifies them. If not, award will be made on the basis of them not being identified; however, the contract may be later modified to include such identification marking. This clause also requires the contractor to report the Government's acquisition cost for each item delivered under the contract. Information concerning these requirements is available at http://www.acq.osd.mil/uid.]
(a) Definitions. As used in this clause--Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.
Commonly accepted commercial marks means any system of marking products for identification that is in use generally throughout commercial industry or within commercial industry sectors. Some examples of commonly accepted commercial marks are: EAN.UCC Global Trade Item Number; Automotive Industry Action Group B-4 Parts Identification and Tracking Application Standard, and B-2 Vehicle Identification Number Bar Code Label Standard; American Trucking Association Vehicle Maintenance Reporting Standards; Electronic Industries Alliance EIA 802 Product Marking Standard; and Telecommunications Manufacturers Common Language Equipment Identification Code.
Concatenated unique item identifier means--
(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part number, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, original part number, and serial number within the part number.
Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.
DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_._
DoD unique item identification means marking an item with a unique item identifier that has machine-readable data elements to distinguish it from all other like and unlike items. In addition-- (1) For items that are serialized within the enterprise identifier, the unique identifier shall include the data elements of issuing agency code, enterprise identifier, and a unique serial number.
(2) For items that are serialized within the part number within the enterprise identifier, the unique identifier shall include the data elements of issuing agency code, enterprise identifier, the original part number, and the serial number.
Enterprise means the entity (i.e., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by a registration (or controlling) authority. Government's unit acquisition cost means--
(1) | For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; | |||
and | (2) For cost-type line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government |
for each item at the time of delivery.
Issuing agency code means a code that designates the registration (or controlling) authority.
Item means a single hardware article or unit formed by a grouping of subassemblies, components, or constituent parts required to be
Reference No. of Document Being Continued Page 20 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
delivered in accordance with the terms and conditions of this contract.
Machine-readable means an automatic information technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.
Original part number means a combination of numbers or letters assigned by the enterprise at asset creation to a class of items with the same form, fit, function, and interface.
Registration (or controlling) authority means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, Uniform Code Council (UCC)/EAN International (EAN) Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code).
Serial number within the enterprise identifier or unique serial number means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.
Serial number within the part number or serial number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part number assignment.
Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again.
The enterprise is responsible for ensuring unique serialization within the enterprise identifier.
Serialization within the part number means each item of a particular part number is assigned a unique serial number within that part number assignment. The enterprise is responsible for ensuring unique serialization within the part number within the enterprise identifier.
Unique item identification means marking an item with machine-readable data elements to distinguish it from all other like and unlike items.
Unique item identifier means a set of data marked on items that is globally unique, unambiguous, and robust enough to ensure data information quality throughout life and to support multi-faceted business applications and users.
Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_.
(b) | The Contractor shall deliver all items under a contract line, subline, or exhibit line item. |
(c) | Unique item identification. |
(1) The Contractor shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for-- | ||||||
(i) All items for which the Government's unit acquisition cost is | $5,000 | or more; and | ||||
(ii) The following items for which the Government's unit acquisition cost is less than $5,000: | ||||||
T_B_ | ||||||
(iii) Subassemblies, components, and parts embedded within items as specified in Exhibit Number _T_B_D or Contract Data Requirements |
List Item Number T_B_D_.
(2) The unique item identifier and the component data elements of the unique item identifier shall not change over the life of the item.
(3) Data syntax and semantics. The Contractor shall--
(i) Mark the encoded data elements (except issuing agency code) on the item using any of the following three types of data qualifiers, as specified elsewhere in the contract:
(A) | Data Identifiers (DIs) (Format 06). |
(B) | Application Identifiers (AIs) (Format 05), in accordance with ISO/IEC International Standard 15418, Information Technology-- |
EAN/UCC Application Identifiers and ASC MH 10 Data Identifiers and ASC MH 10 Data Identifiers and Maintenance.
(C) Text Element Identifiers (TEIs), in accordance with the DoD collaborative solution ``DD'' format for use until the final solution is approved by ISO JTC1/SC 31. The DoD collaborative solution is described in Appendix D of the DoD Guide to Uniquely Identifying Items, available at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_.
(ii) Use high capacity automatic identification devices in unique identification that conform to ISO/IEC International Standard 15434, Information Technology--Syntax for High Capacity Automatic Data Capture Media.
(4) Marking items.
(i) Unless otherwise specified in the contract, data elements for unique identification (enterprise identifier, serial number, and, for serialization within the part number only, original part number) shall be placed on items requiring marking by paragraph (c)(1) of this clause in accordance with the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule.
(ii) The issuing agency code--
(A) | Shall not be placed on the item; and |
(B) | Shall be derived from the data qualifier for the enterprise identifier. |
(d) Commonly accepted commercial marks. The Contractor shall provide commonly accepted commercial marks for items that are not required to have unique identification under paragraph (c) of this clause.
(e) Material Inspection and Receiving Report. The Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:
(1) | Description.* |
(2) | Unique identifier**, consisting of-- |
(i) | Concatenated DoD unique item identifier; or |
(ii) | DoD recognized unique identification equivalent. |
Reference No. of Document Being Continued Page 21 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(3) | Unique item identifier type.** |
(4) | Issuing agency code (if DoD unique item identifier is used).** |
(5) | Enterprise identifier (if DoD unique item identifier is used).** |
(6) | Original part number.** |
(7) | Serial number.** |
(8) | Quantity shipped.* |
(9) | Unit of measure.* |
(10) | Government's unit acquisition cost.* |
(11) | Ship-to code. |
(12) | Shipment date. |
(13) | Contractor's CAGE code or DUNS number. |
(14) | Contract number. |
(15) | Contract line, subline, or exhibit line item number.* |
(16) | Acceptance code. |
* | Once per contract line, subline, or exhibit line item. |
** | Once per item. |
(f) Material Inspection and Receiving Report for embedded subassemblies, components, and parts requiring unique item identification. The Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the item delivered under a contract line, subline, or exhibit line item that contains the embedded subassembly, component, or part.
(2) Unique item identifier of the embedded subassembly, component, or part, consisting of--
(i) | Concatenated DoD unique item identifier; or |
(ii) | DoD recognized unique identification equivalent. |
(3) | Unique item identifier type.** |
(4) | Issuing agency code (if DoD unique item identifier is used).** |
(5) | Enterprise identifier (if DoD unique item identifier is used).** |
(6) | Original part number.** |
(7) | Serial number.** |
(8) | Unit of measure. |
(9) | Description. |
** Once per item.
|
(g) The Contractor shall submit the information required by paragraphs (e) and (f) of this clause in accordance with the procedures at h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_._ (h) Subcontracts. If paragraph (c)(1)(iii) of this clause applies, the Contractor shall include this clause, including this paragraph (h), in all subcontracts issued under this contract.
(End of clause)
|
(FA6002)
|
Reference No. of Document Being Continued Page 22 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION H - SPECIAL CONTRACT REQUIREMENTS
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(HA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
H-1 | 252.247-7023 | TRANSPORTATION OF SUPPLIES BY SEA | MAY/2002 | |||
DFARS | ||||||
H-2 | 252.247-7024 | NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA | MAR/2000 | |||
DFARS | ||||||
H-3 | 52.232-4506 | PROGRESS PAYMENT LIMITATION | MAR/1988 | |||
TACOM-RI |
Prior to first article approval, only costs incurred for the first article are allowable for progress payments; however, such payments shall not exceed ten percent 10% of the initial award value of the contract.
(End of Clause)
|
(HS6002)
|
H-4 | 52.246-4500 | MATERIAL INSPECTION & RECEIVING REPORTS (DD FORM 250) | NOV/2001 | |||
TACOM-RI |
(a) Material Inspection and Receiving Report(s) (DD Form 250), are required to be prepared and furnished to the Government under the clause of this contract entitled 'Material Inspection and Receiving Report'. Distribution of reports to the Purchasing Office (in accordance with DoD FAR Supplement Appendix F) shall be accomplished electronically.
(b) Two copies of the DD Form 250 are required to be submitted to the Purchasing Office. To satisfy this submission requirement electronically, the completed documents may be transmitted via electronic mail, or data fax. The electronic mail address for submission is CARSONC@RIA.ARMY.MIL or MAESL@RIA.ARMY.MIL. The data fax number for submission is 309-782-1616, ATTN: CHRIS CARSON or LINDA MAES.
(c) Any additional copies required in accordance with Appendix F may be submitted to the addresses identified below via the U. S. Postal Service:
(1) | The FMS/MAP copies may be submitted to: N/A |
(End of Clause)
|
(HS6510)
|
H-5 | 52.247-4545 | PLACE OF CONTRACT SHIPPING POINT, RAIL INFORMATION | MAY/1993 | |||
TACOM-RI |
The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.
Shipped From:
|
Reference No. of Document Being Continued Page 23 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
For contracts involving F.O.B. Origin shipments furnish the following rail information:
Does Shipping Point have a private railroad siding? YES NO
If YES, give name of rail carrier serving it:
If NO, give name and address of nearest rail freight station and carrier serving it:
Rail Freight Station Name and Address: Serving Carrier:
(End of Clause) (HS7600)
Reference No. of Document Being Continued Page 24 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION I - CONTRACT CLAUSES
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(IA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
I-1 | 52.202-1 | DEFINITIONS | JUL/2004 | |||
I-2 | 52.203-3 | GRATUITIES | APR/1984 | |||
I-3 | 52.203-5 | COVENANT AGAINST CONTINGENT FEES | APR/1984 | |||
I-4 | 52.203-8 | CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR | JAN/1997 | |||
IMPROPER ACTIVITY | ||||||
I-5 | 52.203-10 | PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY | JAN/1997 | |||
I-6 | 52.203-12 | LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS | JUN/2003 | |||
I-7 | 52.204-4 | PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER | AUG/2000 | |||
I-8 | 52.204-7 | CENTRAL CONTRACTOR REGISTRATION | OCT/2003 | |||
I-9 | 52.209-6 | PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH | JAN/2005 | |||
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT | ||||||
I-10 | 52.211-5 | MATERIAL REQUIREMENTS | AUG/2000 | |||
I-11 | 52.211-15 | DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS | SEP/1990 | |||
I-12 | 52.215-2 | AUDIT AND RECORDS - NEGOTIATION | JUN/1999 | |||
I-13 | 52.215-14 | INTEGRITY OF UNIT PRICES | OCT/1997 | |||
I-14 | 52.219-8 | UTILIZATION OF SMALL BUSINESS CONCERNS | OCT/2000 | |||
I-15 | 52.219-9 | SMALL BUSINESS SUBCONTRACTING PLAN | JAN/2002 | |||
I-16 | 52.219-9 | SMALL BUSINESS SUBCONTRACTING PLAN - ALTERNATE I | OCT/2001 | |||
I-17 | 52.219-16 | LIQUIDATED DAMAGES - SUBCONTRACTING PLAN | JAN/1999 | |||
I-18 | 52.222-19 | CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES | JUN/2004 | |||
I-19 | 52.222-21 | PROHIBITION OF SEGREGATED FACILITIES | FEB/1999 | |||
I-20 | 52.222-26 | EQUAL OPPORTUNITY | APR/2002 | |||
I-21 | 52.222-35 | EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE | DEC/2001 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-22 | 52.222-36 | AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES | JUN/1998 | |||
I-23 | 52.222-37 | EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE | DEC/2001 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-24 | 52.223-6 | DRUG-FREE WORKPLACE | MAY/2001 | |||
I-25 | 52.223-14 | TOXIC CHEMICAL RELEASE REPORTING | AUG/2003 | |||
I-26 | 52.225-13 | RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (DEVIATION) | JAN/2004 | |||
I-27 | 52.227-2 | NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT | AUG/1996 | |||
I-28 | 52.229-3 | FEDERAL, STATE, AND LOCAL TAXES | APR/2003 | |||
I-29 | 52.230-2 | COST ACCOUNTING STANDARDS | APR/1998 | |||
I-30 | 52.230-6 | ADMINISTRATION OF COST ACCOUNTING STANDARDS | NOV/1999 | |||
I-31 | 52.232-1 | PAYMENTS | APR/1984 | |||
I-32 | 52.232-8 | DISCOUNTS FOR PROMPT PAYMENT | FEB/2002 | |||
I-33 | 52.232-11 | EXTRAS | APR/1984 | |||
I-34 | 52.232-17 | INTEREST | JUN/1996 | |||
I-35 | 52.232-23 | ASSIGNMENT OF CLAIMS - ALTERNATE I | APR/1984 | |||
I-36 | 52.232-25 | PROMPT PAYMENT | OCT/2003 | |||
I-37 | 52.232-33 | PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR | OCT/2003 | |||
REGISTRATION | ||||||
I-38 | 52.233-1 | DISPUTES | JUL/2002 | |||
I-39 | 52.233-3 | PROTEST AFTER AWARD | AUG/1996 | |||
I-40 | 52.233-4 | APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM | OCT/2004 | |||
I-41 | 52.242-13 | BANKRUPTCY | JUL/1995 | |||
I-42 | 52.243-1 | CHANGES - FIXED PRICE | AUG/1987 | |||
I-43 | 52.244-6 | SUBCONTRACTS FOR COMMERCIAL ITEMS | DEC/2004 | |||
I-44 | 52.246-1 | CONTRACTOR INSPECTION REQUIREMENTS | APR/1984 | |||
I-45 | 52.247-63 | PREFERENCE FOR U.S. - FLAG AIR CARRIERS | JUN/2003 |
Reference No. of Document Being Continued | Page 25 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
||||||||
I-46 | 52.248-1 | VALUE ENGINEERING | FEB/2000 | |||||
I-47 | 52.249-2 | TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) | MAY/2004 | |||||
I-48 | 52.249-8 | DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) | APR/1984 | |||||
I-49 | 52.253-1 | COMPUTER GENERATED FORMS | JAN/1991 | |||||
I-50 | 252.203-7001 | PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT- | DEC/2004 | |||||
DFARS | RELATED FELONIES | |||||||
I-51 | 252.204-7003 | CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT | APR/1992 | |||||
DFARS | ||||||||
I-52 | 252.204-7004 | CENTRAL CONTRACTOR REGISTRATION - ALTERNATE A | NOV/2003 | |||||
DFARS | ||||||||
I-53 | 252.205-7000 | PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS | DEC/1991 | |||||
DFARS | ||||||||
I-54 | 252.209-7000 | ACQUISITION FROM SUBCONTRACTORS SUBJECT TO ON-SITE INSPECTION UNDER | NOV/1995 | |||||
DFARS | THE INTERMEDIATE-RANGE NUCLEAR FORCES (INF) TREATY | |||||||
I-55 | 252.219-7003 | SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL BUSINESS | APR/1996 | |||||
DFARS | SUBCONTRACTING PLAN (DOD CONTRACTS) | |||||||
I-56 | 252.225-7002 | QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS | APR/2003 | |||||
DFARS | ||||||||
I-57 | 252.225-7004 | REPORTING OF CONTRACT PERFORMANCE OUTSIDE THE UNITED STATES | APR/2003 | |||||
I-58 | 252.225-7012 | PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES | MAY/2004 | |||||
DFARS | ||||||||
I-59 | 252.225-7013 | DUTY-FREE ENTRY | JAN/2004 | |||||
DFARS | ||||||||
I-60 | 252.225-7014 | PREFERENCE FOR DOMESTIC SPECIALTY METALS - ALTERNATE I | APR/2003 | |||||
DFARS | ||||||||
I-61 | 252.225-7016 | RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS | MAY/2004 | |||||
DFARS | ||||||||
I-62 | 252.225-7021 | TRADE AGREEMENTS | DEC/2004 | |||||
DFARS | ||||||||
I-63 | 252.225-7025 | RESTRICTION ON ACQUISITION OF FORGINGS | APR/2003 | |||||
DFARS | ||||||||
I-64 | 252.226-7001 | UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC | SEP/2004 | |||||
DFARS | ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (OCT 2003) | |||||||
I-65 | 252.231-7000 | SUPPLEMENTAL COST PRINCIPLES | DEC/1991 | |||||
DFARS | ||||||||
I-66 | 252.232-7003 | ELECTRONIC SUBMISSION OF PAYMENT REQUESTS | JAN/2004 | |||||
DFARS | ||||||||
I-67 | 252.232-7004 | DOD PROGRESS PAYMENT RATES | OCT/2001 | |||||
DFARS | ||||||||
I-68 | 252.242-7000 | POSTAWARD CONFERENCE | DEC/1991 | |||||
DFARS | ||||||||
I-69 | 252.242-7004 | MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM | DEC/2000 | |||||
DFARS | ||||||||
I-70 | 252.243-7001 | PRICING OF CONTRACT MODIFICATIONS | DEC/1991 | |||||
DFARS | ||||||||
I-71 | 252.243-7002 | REQUESTS FOR EQUITABLE ADJUSTMENT | MAR/1998 | |||||
DFARS | ||||||||
I-72 | 252.244-7000 | SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD | MAR/2000 | |||||
DFARS | CONTRACTS) | |||||||
I-73 | 252.246-7000 | MATERIAL INSPECTION AND RECEIVING REPORT | MAR/2003 | |||||
DFARS | ||||||||
I-74 | 52.216-18 | ORDERING | OCT/1995 | |||||
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders |
by the individuals or activities designated in the Schedule. Such orders may be issued from DATE OF AWARD through 30 JUNE 2010.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of Clause)
the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor -
(1) | Any order for a single item in excess of 250 EACH; |
(2) | Any order for a combination of items in excess of N/A; or |
(3) | A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in |
subparagraph (1) or (2) above.
|
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216 -21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of Clause)
|
(IF6029)
|
I-76 52.216 -22 INDEFINITE QUANTITY OCT/1995
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The
Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract FOR ORDERS PLACED AFTER JUN 2010.
(End of clause) | ||||||
(IF6036) | ||||||
I-77 | 52.232-16 | PROGRESS PAYMENTS - ALTERNATE III | APR/2003 |
The Government will make progress payments to the Contractor when requested as work progresses, but not more frequently than monthly in amount of $2500 or more approved by the Contracting Officer, under the following conditions:
(a) | Computation of amounts. |
(1) Unless the Contractor requests a smaller amount, the Government will compute each progress payment as 80 percent of the | |
Contractor's total costs incurred under this contract whether or not actually paid, plus financing payments to subcontractors (see paragraph (j) of this clause), less the sum of all previous progress payments made by the Government under this contract. The Contracting Officer will consider cost of money that would be allowable under FAR 31.205 -10 as an incurred cost for progress payment purposes.
Reference No. of Document Being Continued Page 27 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(2) The amount of financing and other payments for supplies and services purchased directly for the contract are limited to the amounts that have been paid by cash, check, or that are determined due and will be paid to subcontractors -
(i) | In accordance with the terms and conditions of a subcontract of invoice; and | |
(ii) | Ordinarily within 30 days of the submission of the Contractor's next payment request to the Government. | |
(3) | The Government will exclude accrued costs of Contractor contributions under employee pension plans until actually paid unless - | |
(i) | The Contractor's practice is to make contributions to the retirement fund quarterly or more frequently; and | |
(ii) | The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any | |
contribution remaining unpaid shall be excluded from the Contractor's total costs for progress payments until paid).
(4) The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause:
(i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting principles and practices.
(ii) | Costs incurred by subcontractors or suppliers. |
(iii) | Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or |
amortized portion of such costs.
|
(iv) | Payments made or amounts payable to subcontractors or suppliers, except for-- | |
(A) | Completed work, including partial deliveries, to which the Contractor has acquired title; and | |
(B) | Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title. | |
(5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.
(6) | The total amount of progress payments shall not exceed eighty percent (80%) of the total contract price. |
(7) | If a progress payment or the unliquidated progress payment exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) |
above, the Contractor shall repay the amount of such excess to the Government on demand.
(8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2500. The Contracting Officer may make exceptions.
(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or eighty percent (80%) of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.
(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:
(1) | The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below). |
(2) | Performance of this contract is endangered by the Contractor's (i) failure to make progress or (ii) unsatisfactory financial |
condition.
|
(3) | Inventory allocated to this contract substantially exceeds reasonable requirements. |
(4) | The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business. |
(5) | The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract. |
Reference No. of Document Being Continued Page 28 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(6) The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph (b) above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above.
(d) | Title. |
(1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the | |
date of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.
(2) "Property," as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.
(i) | Parts, materials, inventories, and work in process; | |||
(ii) | Special tooling and special test equipment to which the Government is to acquire title under any other clause of this | |||
contract; | ||||
(iii) | Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other |
similar manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract, e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officer's approval, but the proceeds shall be credited against the costs of performance.
(5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officer's advance approval of the action and the terms. The Contractor shall (i) exclude the allocable cost of the property from the costs of contract performance, and (ii) repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or credit memorandum.
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not--
(i) | Delivered to, and accepted by, the Government under this contract; or |
(ii) | Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested |
in the Government under this clause.
|
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.
(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.
(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractor's books, records, and accounts.
(h) Special terms regarding default. If this contract is terminated under the Default clause, (i) the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and (ii) title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.
(i) Reservations of rights.
Reference No. of Document Being Continued Page 29 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(1) No payment or vesting of title under this clause shall (i) excuse the Contractor from performance of obligations under this contract or (ii) constitute a waiver of any of the rights or remedies of the parties under the contract.
(2) The Government's rights and remedies under this clause (i) shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract and (ii) shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or division, if the following conditions are met:
(1) | The amounts included are limited to - | |
(i) | The unliquidated reminder of financing payments made; plus | |
(ii) | any unpaid subcontractor requests for financing payments. | |
(2) The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work and the first delivery, or, if the subcontractor is a small business concern, 4 months.
(3) If the financing payments are in the form of progress payments, the terms of the subcontract or interdivisional order concerning progress payments -
(i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;
(ii) | Are at least as favorable to the Government as the terms of this clause; |
(iii) | Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor; |
(iv) | Are in conformance with the requirements of FAR 32.504(e); and |
(v) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if (A) the Contractor defaults or (B) the subcontractor becomes bankrupt or insolvent.
(4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments -
(i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;
(ii) | Are in conformance with the requirements of FAR 32.504(f); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if - (A) The Contractor defaults; or (B) The subcontractor becomes bankrupt or insolvent.
(5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments -
(i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;
(ii) | Are in conformance with the requirements of FAR 32.504(g); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if - (A) The Contractor defaults; or (B) The subcontractor becomes bankrupt or insolvent.
(6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.
(7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the
Reference No. of Document Being Continued Page 30 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
Government to the Contractor under this contract.
(8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor's has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.
(9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.
(k) Limitations on Undefinitized Contract Actions. Notwithstanding any other progress payment provision in this contract, progress payments may not exceed eighty percent (80%) of costs incurred on work accomplished under undefinitized contract actions. A "contract action" is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at eighty percent (80%) of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed eighty percent (80%) of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.
(l) Due date. The designated payment office will make progress payments on the 30TH date after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provision of the Prompt Payment Act.
(m) Progress payments under indefinite-delivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.
(n) The provisions of this clause will not be applicable to individual orders at or below the simplified acquisition threshold.
(End of Clause) | ||||||
(IF6193) | ||||||
I-78 | 52.203-6 | RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT | JUL/1995 |
(a) Except as provided in (b) below, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (including computer software) made or furnished by the subcontractor under this contract or under any follow-on production contract.
(b) The prohibition in (a) above does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation.
(c) The Contractor agrees to incorporate the substance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed $100,000.
(End of Clause) | ||||||
(IF7210) | ||||||
I-79 | 52.203-7 | ANTI-KICKBACK PROCEDURES | JUL/1995 |
(a) Definitions.
Kickback, as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided, directly or indirectly, to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contract or in connection
Reference No. of Document Being Continued | Page 31 of 46 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
with a subcontract relating to a prime contract. |
Person, as used in this clause, means a corporation, partnership, business association of any kind, trust, joint-stock company, or individual.
Prime contract, as used in this clause, means a contract or contractual action entered into by the United States for the purpose of obtaining supplies, materials, equipment, or services of any kind.
Prime Contractor, as used in this clause, means a person who has entered into a prime contract with the United States.
Prime Contractor employee, as used in this clause, means any officer, partner, employee, or agent of a prime Contractor.
Subcontract, as used in this clause, means a contract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract.
Subcontractor, as used in this clause (1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and (2) includes any person who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor.
Subcontractor employee, as used in this clause, means any officer, partner, employee, or agent of a subcontractor.
(b) | The Anti-Kickback of 1986 (41 U.S.C. 51.58) (the Act), prohibits any person from-- | |
(1) | Providing or attempting to provide or offering to provide any kickback; | |
(2) | Soliciting, accepting, or attempting to accept any kickback; or | |
(3) | Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the | |
United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor.
(c)(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relationships.
(2) When the Contractor has reasonable grounds to believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Department of Justice.
(3) The Contractor shall cooperate fully with any Federal agency investigating a possible violation described in paragraph (b) of this clause.
(4) The Contracting Officer may (i) offset the amount of the kickback against any monies owed by the United States under the prime contract and/or (ii) direct that Prime Contractor withhold from sums owed a subcontractor under the prime contract the amount of the kickback. The Contracting Officer may order that monies withheld under subdivision (c)(4)(ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c)(4)(i) of this clause. In either case, the Prime Contractor shall notify the Contracting Officer when the monies are withheld.
(5) The Contractor agrees to incorporate the substance of this clause, including subparagraph (c)(5) but excepting subparagraph (c)(1), in all subcontracts under this contract which exceed $100,000.
(End of Clause)
|
(IF7211)
|
I-80 | 52.209-3 | FIRST ARTICLE APPROVAL-CONTRACTOR TESTING, ALTERNATE I AND ALTERNATE | JAN/1997 | |||||||
II | ||||||||||
(a) | The Contractor shall test | * | unit(s) of Lot/Item * as specified in this contract. At least twenty (20) calendar days before |
the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.
(b) The Contractor shall submit the first article test report within ** calendar days from the date of this contract to * marked ''FIRST ARTICLE TEST REPORT: Contract No. ,Lot/Item No. .'' Within thirty (30) calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of
Reference No. of Document Being Continued Page 32 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.
(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.
(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.
(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.
(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.
(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.
(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.
(i) The Contractor shall produce both the first article and the production quantity at the same facility.
* | (See instructions regarding submission of First Article clause) |
** | (See Schedule B) |
End of Clause)
|
(IF7116)
|
I-81
|
52.215-8
|
ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT
|
OCT/1997
|
Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: (a) the Schedule (excluding the specifications); (b) representations and other instructions; (c) contract clauses; (d) other documents, exhibits, and attachments; and (e) the specifications.
NOTE: The Order of Precedence within the specifications (paragraph (e) above) is: (1) Detailed specifications (including gage designs) for item(s) being procured; (2) Detailed specifications for material or operations; (3) General Specifications for class or items, and (4) General Specifications for class of materials.
(End of Clause)
|
(IF7003)
|
I-82 | 52.219-4 | NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS | OCT/2004 | |||
CONCERNS. | ||||||
(a) Definition. | HUBZone small business concern, as used in this clause, means a small business concern that appears on the | |||||
List of Qualified HUBZone Small Business concerns maintained by the Small Business Administration. |
(b) | Evaluation preference. |
(1) Offers will be evaluated by adding a factor of 10 percent to the price of all offers except-- | |
Reference No. of Document Being Continued Page 33 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(i) | Offers from HUBZone small business concerns that have not waived the evaluation preference. |
(ii) | Otherwise successful offers from small business concerns. |
(iii) | Otherwise successful offers of eligible products under the Trade Agreements Act when the dollar threshold |
for application of the Act is exceeded (see 25.402 of the Federal Acquisition Regulation (FAR); and
(iv) Otherwise successful offers where application of the factor would be inconsistent with a Memorandum of Understanding or other international agreement with a foreign government.
(2) The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor.
(3) A concern that is both a HUBZone small business concern and a small disadvantaged business concern will receive the benefit of both the HUBZone small business price evaluation preference and the small disadvantaged business price evaluation adjustment (see FAR clause 52.219 -23). Each applicable price evaluation preference or adjustment shall be calculated independently against an offeror's base offer. These individual preference amounts shall be added together to arrive at the total evaluated price for that offer.
(c) Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of this clause do not apply if the offeror has waived the evaluation preference.
Offeror elects to waive the evaluation preference.
(d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns.
(e) A HUBZone joint venture agrees that in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the HUBZone small business participant or participants.
(f) A HUBZone small business concern nonmanufacturer agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business manufacturer concerns. This paragraph does not apply in connection with construction or service contracts.
(End of clause)
NOTE: The small disadvantaged business price evaluation adjustment described in Paragraph | (b)(3) of this clause is currently suspended | |||||
and will not be incorporated in this solicitation. | ||||||
(IF7004) | ||||||
I-83 | 52.222-20 | WALSH-HEALEY PUBLIC CONTRACTS ACT | DEC/1996 |
(a) All stipulations required by the Act and regulations issued by the Secretary of Labor (41 CFR Chapter 50) are incorporated by reference. These stipulations are subject to all applicable rulings and interpretations of the Secretary of Labor that are now, or may hereafter, be in effect.
(b) All employees whose work relates to this contract shall be paid not less than the minimum wage prescribed by regulations issued by the Secretary of Labor (41 CFR 50-202.2) . Learners, student learners, apprentices, and handicapped workers may be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) to the same extent that such employment is permitted under Section 14 of the Fair Labor Standards Act (41 U.S.C. 40).
Reference No. of Document Being Continued Page 34 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(End of clause)
|
(IF7114)
|
I-84
|
52.227-1
|
AUTHORIZATION AND CONSENT
|
JUL/1995
|
(a) The Government authorizes and consents to all use and manufacture, in performing this contract or any subcontract at any tier, of any invention described in and covered by a United States patent (1) embodied in the structure or composition of any article the delivery of which is accepted by the Government under this contract or (2) used in machinery, tools, or methods whose use necessarily results from compliance by the Contractor or a subcontractor with (i) specifications or written provisions forming a part of this contract or (ii) specific written instructions given by the Contracting Officer directing the manner of performance. The entire liability to the Government for infringement of a patent of the United States shall be determined solely by the provisions of the indemnity clause, if any, included in this contract or any subcontract hereunder (including any lower-tier subcontract), and the Government assumes liability for all other infringement to the extent of the authorization and consent hereinabove granted.
(b) The Contractor agrees to include, and require inclusion of, this clause, suitably modified to identify the parties, in all subcontracts at any tier for supplies or services (including construction, architect-engineer services, and materials, supplies, models, samples, and design or testing services expected to exceed the simplified acquisition threshold); however, omission of this clause from any subcontract, including those at or below the simplified acquisition threshold, does not affect this authorization and consent.
(End of Clause)
|
(IF7220)
|
I-85
|
52.252-6
|
AUTHORIZED DEVIATIONS IN CLAUSES
|
APR/1984
|
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ''(DEVIATION)'' after the date of the clause.
(b) The use in this solicitation or contract of any DOD FAR SUPPLEMENT (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ''(DEVIATION)'' after the name of the regulation.
(End of clause) | ||||||
(IF7016) | ||||||
I-86 | 252.211-7005 | SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS | FEB/2003 | |||
DFARS |
(a) D_e_f_i_n_i_t_i_o_n_. ''SPI process,'' as used in this clause, means a management or manufacturing process that has been accepted previously by the department of defense under the Single Process Initiative (SPI) for use in lieu of specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives from the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.
(b) Offerors are encouraged to propose SPI process in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI process accepted at specific facilities is available via the Internet in Excel format at http://www.dcma.mil/onebook/7.0/7.2/7.2.6/reports/modified. xls
(c) An offeror proposing to use an SPI process in lieu of military or Federal specifications or standard cited in the solicitation shall--
(1) | Identify the specific military or Federal specification or standard for which the SPI process has been accepted, |
(2) | identify each facility at which the offeror proposed to use the specific SPI process in lieu of military or Federal |
specifications or standards cited in the solicitation;
|
(3) | Identify the contract line items, subline items, components, or elements affected by the SPI process; and |
(4) | If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at |
the Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.
(d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI
Reference No. of Document Being Continued Page 35 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor: processes in lieu of military or Federal specifications or standards:
(Offeror insert information for each SPI process)
SPI Process:
Facility: |
Military or Federal Specification or Standard:
|
Affected Contract Line Item Number, Subline Item Number, Component, or Element:
(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror -
(1) | May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an | |
offer;but | ||
(2) | Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of | |
offers. |
(End of Clause)
|
(IA7009)
|
Reference No. of Document Being Continued | Page 36 of 46 | |||||||||
CONTINUATION SHEET | ||||||||||
PIIN/SIIN W52H09-05-R-0050 | MOD/AMD | |||||||||
|
|
|
|
|
|
|||||
Name of Offeror or Contractor: | ||||||||||
|
|
|
|
|||||||
SECTION J - LIST OF ATTACHMENTS | ||||||||||
List of | Number | |||||||||
A _d_d_e_n_d_a | T_i_t_l_e | D_a_t_e_ | o_ f P_a_g_e_s_ | T_r_a_n_s_m_i_t_t_e_ d B_y__ | ||||||
|
||||||||||
Exhibit A | CONTRACT DATA REQUIREMENTS LIST | 01-MAR-2005 | 002 | |||||||
Attachment | 001 | PRICING EVALUATION SHEET | 001 | |||||||
Attachment | 002 | DOCUMENT SUMMARY LIST | 001 | |||||||
Attachment | 003 | STATEMENT OF WORK | 001 |
The following documents are hereby attached by reference and form a part of this acquisition. | These documents are available in | |||||||||||||
electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm. | Vendors should ensure that they have the correct | |||||||||||||
revisions in their possession prior to submitting a bid proposal/quote. | ||||||||||||||
List of | Number | |||||||||||||
A_d_d_e_n_d_a_ | T_i_t_l_e_ | D_a_t_e_ | o__ P_a_g_e_s | |||||||||||
Attachment | 1A | Instructions for Completing DD Form 1423 | JUN | 90 | 1 | Pg | ||||||||
Attachment | 2A | IOC Form 715-3 | FEB | 96 | 2 | Pgs | ||||||||
Attachment | 3A | AMCCOM Form 71-R | 01OCT88 | 2 | Pgs | |||||||||
Attachment | 4A | Guidance on Documentation of Contract | 2 | Pgs | ||||||||||
Data Requirements List (CDRL) | ||||||||||||||
Attachment | 5A | Disclosure of Lobbying Activities (SF-LLL) | 3 | Pgs | ||||||||||
Attachment | 6A | Data Delivery Description - Engineering Change Proposal | JUL | 01 | 9 | Pgs | ||||||||
Attachment | 7A | Data Delivery Description - Notice of Revision | JUL | 01 | 2 | Pgs | ||||||||
Attachment | 8A | Data Delivery Description - Request for Deviation | JUL | 01 | 4 | Pgs | ||||||||
(End of Clause) | ||||||||||||||
(JS7001) |
Reference No. of Document Being Continued Page 37 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(KA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
K-1 | 52.204-6 | DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER | OCT/2003 | |||
K-2 | 252.209-7001 | DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST | SEP/2004 | |||
DFARS | COUNTRY | |||||
K-3 | 252.209-7004 | SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE | MAR/1998 | |||
DFARS | GOVERNMENT OF A TERRORIST COUNTRY | |||||
K-4 | 252.225-7031 | SECONDARY ARAB BOYCOTT OF ISRAEL | APR/2003 | |||
K-5 | 52.204-8 | ANNUAL REPRESENTATIONS AND CERTIFICATIONS | JAN/2005 |
(a)(1) If the clause at 52.204 -7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies.
(2) If the clause at 52.204 -7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:
( ) (i) Paragraph (b) applies.
( ) (ii) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation.
(b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. _After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
---------------------------------------------------------------------------------------------------------------------------------
FAR Clause Title Date Change
---------------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.
(End of Provision)
|
(KF7004)
|
K-6
|
52.207-4
|
ECONOMIC PURCHASE QUANTITY - SUPPLIES
|
AUG/1987
|
Reference No. of Document Being Continued Page 38 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government.
(b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well.
OFFEROR RECOMMENDATIONS | ||||
PRICE I_T_E_M_ | ||||
Q_U_A_N_T_I_T_Y_ | Q_U_O_T_A_T_I_O_N_ | T_O_T_A_ |
(c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired.
(End of Provision)
|
(KF7003)
|
K-7 52.230 -1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION JUN/2000
Note:
|
This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.
Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.
If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201 -2(c)(5) or 9903.201 -2(c)(6), respectively.
I. DISCLOSURE STATEMENT - COST ACCOUNTING PRACTICES AND CERTIFICATION.
(a) Any contract in excess of $500,000 resulting from this solicitation, will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201 -1.
(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR, 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.
CAUTION: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.
(c) Check the appropriate box below:
Reference No. of Document Being Continued Page 39 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
( )(1)Certificate of Concurrent Submission of Disclosure Statement.
The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the cognizant Federal auditor.
(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable, Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation)
Date of Disclosure Statement:
|
Name and Address of Cognizant ACO or Federal Official Where Filed:
|
The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.
( ) (2) Certificate of Previously Submitted Disclosure Statement.
|
The offeror hereby certifies that the required Disclosure Statement was filed as follows:
Date of Disclosure Statement:
|
Name and Address of Cognizant ACO or Federal Official Where Filed:
|
The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.
( )(3) Certificate of Monetary Exemption.
The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.
( ) (4) Certificate of Interim Exemption.
The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202 -1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a review certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.
CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50n million or more in the current cost accounting period may not claim this exemption(4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.
II. COST ACCOUNTING STANDARDS - ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE.
If the offeror is eligible to use the modified provisions of 48 CFR 9903.201 -2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.
The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR Subpart 9903.201 -2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.
Reference No. of Document Being Continued Page 40 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
CAUTION: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.
III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS
The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.
( ) YES
|
( ) NO
|
(End of Provision)
|
(KF7060) | ||||||
K-8 | 252.225-7020 | TRADE AGREEMENTS CERTIFICATE | JAN/2004 | |||
DFARS |
(a) Definitions. Caribbean Basin country end product, designated country end product, Free Trade Agreement country end product, nondesignated country end product, qualifying country end product, and U.S. made end product have the meanings given in the Trade Agreements clause of this solicitation.
(b) Evaluation. The Government -
|
(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and
(2) Will consider only offers of end products that are U.S.-made, qualifying country, designated country, Caribbean Basin country, or Free Trade Agreement country end products, unless the Government determines that -
(i) | There are no offers of such end products; |
(ii) | The offers of such end products are insufficient to fulfill the Government's requirements; or |
(iii) | A national interest exception to the Trade Agreements Act applies. |
(c) | Certification and identification of country of origin. |
(1) For all line items subject to the Trade Agreements clause of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2) of this provision, is a U.S.-made, qualifying country, designated country, Caribbean Basin Country, or Free Trade Agreement country end product.
(2) The following supplies are other nondesignated country end products:
(Line Item Number)
|
(Country of Origin)
|
(End of provision)
|
(KA7510)
|
K-9 | 252.247-7022 | REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA | AUG/1992 | |||
DFARS |
Reference No. of Document Being Continued Page 41 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation.
(b) | Representation. |
The Offeror represents that it-- | |
Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.
Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.
(c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Far Supplement clause at 252.247 -7024, Notification of Transportation of Supplies by Sea.
(End of Provision)
|
(KA7500)
|
Reference No. of Document Being Continued Page 42 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(LA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
L-1 | 52.211-2 | AVAILABILITY OF SPECIFICATIONS LISTED IN THE DOD INDEX OF | JAN/2004 | |||
SPECIFICATIONS AND STANDARDS (DODISS) AND DESCRIPTIONS LISTED IN THE | ||||||
ACQUISITION MANAGEMENT SYSTEMS AND DATA REQUIREMENTS CONTROL LIST, | ||||||
DOD 5010.12-L | ||||||
L-2 | 52.215-1 | INSTRUCTIONS TO OFFERORS - COMPETITIVE ACQUISITION | JAN/2004 | |||
L-3 | 52.222-38 | COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS | DEC/2001 | |||
L-4 | 52.232-13 | NOTICE OF PROGRESS PAYMENTS | APR/1984 | |||
L-5 | 252.225-7003 | REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES | APR/2003 | |||
DFARS | ||||||
L-6 | 52.211-14 | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE | SEP/1990 |
Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.
(LF6014)
|
L-7 | 52.215-20 | REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST | OCT/1997 | |||
OR PRICING DATA, ALTERNATE III |
(a) | Exceptions from cost or pricing data. |
(1) In lieu of submitting cost or pricing data, offerors may submit a written request for exception by submitting the | |
information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable.
(i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office.
(ii) Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial marketplace that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include--
(A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale , original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities.
(B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market.
(C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item.
Reference No. of Document Being Continued Page 43 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
(2) The offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace.
(b) Requirements for cost or pricing data. If the offeror is not granted an exception from the requirement to submit cost or pricing data, the following applies:
(1) | The offeror shall submit cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408. |
(2) | As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as |
letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed in Far 15.406 -2.
(c) Submit the cost portion of the proposal via the following electronic media ANY WINDOWS/IBM COMPATABLE FORMAT.
(End of provision)
|
(LF6027)
|
L-8
|
52.216-1
|
TYPE OF CONTRACT
|
APR/1984
|
The Government contemplates award of FIRM FIXED PRICE INDEFINITE DELIVERY, INDEFINTITE QUANTITY contract resulting from this solicitation.
(End of Provision)
|
(LF6008)
|
L-9
|
52.233-2
|
SERVICE OF PROTEST
|
AUG/1996
|
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from -1-. A protest to be filed with HQ, AMC, in accordance with the clause in Section A entitled AMC-Level Protest Program, shall be addressed to: HQ, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 9301 Chapek Rd, 2-1SE3401, Fort Belvoir, VA, 22060-5527. (Facsimile number (703) 806-8866/8875)
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision)
(LF6255)
|
L-10 | 52.252-5 | AUTHORIZED DEVIATIONS IN PROVISIONS | APR/1984 | |||
(a) | The use in this solicitation of any Federal Acquisition Regulation (48 | CFR Chapter 1) provision with an authorized deviation | ||||
is indicated by the addition of ''(DEVIATION)'' after the date of the clause. | ||||||
(b) | The use in this solicitation of any DOD FAR SUPPLEMENT (48 CFR Chapter | 2) provision with an authorized deviation is indicated | ||||
by the addition of ''(DEVIATION)'' after the name of the regulation. | ||||||
(End of Provision) | ||||||
(LF7015) | ||||||
L-11 | 52.215-4510 | ELECTRONIC BIDS/OFFERS | NOV/2001 | |||
TACOM-RI |
1. Quotes/bids/proposals to the Government shall be signed by a MEMBER OF THE FIRM AUTHORIZED TO BIND THE COMPANY. This requirement is in accordance with (IAW) Federal Acquisition Regulation (FAR) 4.102.
2. Quoters/Bidders/Offerors are required to submit their quotes/bids/proposals for this solicitation via electronic response on the TACOM-RI Business Opportunities, open Solicitations web page, or via facsimile (datafax) to 309/782-2047.
Reference No. of Document Being Continued Page 44 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
NOTE: ELECTRONIC RESPONSES: You may submit multiple files against a solicitation. However, all the files must only pertain to the
one solicitation. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/ separately and must be properly identified.
FACSIMILE RESPONSES: Facsimile bids or offers should only be sent to our secure facsimile machine at Area Code (309) 782-2047. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/separately against that solicitation, and must be properly identified.
TACOM-RI will not be responsible for electronic or facsimile responses that are not submitted correctly and/or are improperly identified.
3. Prior to submission of your quote, bid, or proposal, read the latest electronic bid/proposal instructions at web page,
"h_t_t_p_s_:_/_/_a_a_i_s_b_i_d_s_._r_i_a_._a_r_m_y_._m_i_l_"_,_ and click on the icon for additional information.
4. Assuming that your quote/bid/proposal was electronically transmitted successfully, you will receive the following message:
"A directory for your Cage Code, XXXX, was created under Solicitation W52H09XXXXXXX, and your file was moved to it. If you have any other files to send, use the "Back" arrow on your browser. IF YOU EXPERIENCE ANY PROBLEMS WITH THIS PROCESS, CONTACT THE CONTRACT SPECIALIST LISTED ON THE OPEN SOLICITATION PAGE, _"_h_t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s w_e_b_/_i_n_d_e_x_._h_t_m_l_"_.
5. If you receive an error message of any type, your quote/bid/proposal was not transmitted and must be resubmitted if you wish it to be considered for award. You may resubmit by repeating the steps for electronic submittal or by datafaxing your quote/bid/proposal to Area Code (309)782-2047.
6. Quotes/bids/proposals must arrive in their entirety by the time specified in the solicitation. Quoters/Bidders/Offerors bear the responsibility of timely transmission of their quotes/bids/proposals to ensure the availability of an open transmission line and to take into consideration the length of time required to complete the required upload transaction prior to the time established in the solicitation.
(End of Provision) | ||||||||
(LS7011) | ||||||||
L-12 | 52.215-4511 | ELECTRONIC AWARD NOTICE | FEB/2002 | |||||
TACOM RI |
a. Any contract awarded as result of this solicitation will be posted to the Internet for downloading and paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept an electronic award transmitted in the manner described above.
b. Notice of award to the awardee will be issued only via electronic mail. Venders who wish to be notified if they receive an award as a result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to
provide an electronic mail address, then a separate notice of award will not be provided and it shall be the sole responsibility of the vendor to periodically check the Internet to determine if he/she has received an award. In this event, the vendor's failure to check the Internet and download a copy of the award in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension.
c. Notice of award to unsuccessful offerors shall be issued only via the Federal Business Opportunities (FedBusOpps)or electronic mail. Vendors who wish to receive an electronic mail notice if they are unsuccessful must provide an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided, and it shall be the sole responsibility of the vendor to periodically check the FedBusOpps to determine if an award has been made. In this event, the vendor's failure to check the FedBusOpps to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed in regulations.
Vendor's Electronic Mail Address:
|
(End of Provision)
|
(LS7013)
PRICE |
1. THE OFFEROR SHALL ENTER FIRM FIXED UNIT PRICES FOR EACH ORDERING PERIOD AND QUANTITY RANGE, ON THE APPLICABLE PRICING EVALUATION
SHEET. THE OFFEROR SHALL ALSO ENTER FIRST ARTICLE TEST (FAT) PRICE IN THE SPACE PROVIDED ON THE PRICING EVALUATION SHEET. ALL UNIT
Reference No. of Document Being Continued Page 45 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
PRICES PROPOSED WILL BE BINDING. |
2. THE GOVERNMENT RESERVES THE RIGHT TO REQUIRE THE SUBMISSION OF ANY DATA (I.E. COST OR PRICING DATA) NECESSARY TO VALIDATE THE
REASONALBLENESS OF AN OFFER.
*** END OF NARRATIVE L 001 ***
Reference No. of Document Being Continued Page 46 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0050 MOD/AMD
Name of Offeror or Contractor:
SECTION M - EVALUATION FACTORS FOR AWARD
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(MA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
M-1 | 52.215-4507 | EVALUATION OF OFFERS | MAR/1988 | |||||
TACOM-RI |
An offeror must quote on all items in this solicitation to be eligible for award. All items will be awarded only as a unit. Evaluation of offers will be based, among other factors, upon the total price quoted for all items.
(End of Provision)
|
(MS7100)
PRICE |
1. THE GOVERNMENT WILL EVALUATE OFFERS BASED ON PRICES PROPOSED FOR ALL ORDERING PERIODS AND ANY OTHER PRICE RELATED FACTORS REQUIRED
BY THE SOLICITATION.
2. FOR EACH PROPOSAL, THE GOVERNMENT WILL CALCULATE A TOTAL EVALUATED PRICE BY MULTIPLYING THE PROPOSED UNIT PRICES FOR EACH RANGE AND
ORDERING PERIOD BY THEIR RESPECTIVE WEIGHT AND MAXIMUM QUANTITY, AND SUMMING THEIR TOTALS. THE WEIGHT ASSOCIATED WITH EACH RANGE REPRESENTS THE LIKELIHOOD THAT AN ORDER, IF PLACED, WOULD BE PLACED WITHIN THAT RANGE.
FOR PURPOSES OF EVALUATION, FAT PRICE WILL BE ADDED TO THE TOTAL EVALUATED CLIN PRICE, AS APPLICABLE. FAILURE TO PROPOSE FAT MAY BE CONSIDERED A REASON FOR DISQUALIFICATION. THE PRICE FOR FAT WILL BE AMORTIZED INTO THE UNIT PRICE FOR THE INITIAL DELIVERY ORDER.
3. THE TOTAL EVALUATED PRICE IS THE SUM OF THE WEIGHTED EVALUATION PRICE FOR ALL ORDERING PERIODS PLUS FAT PRICE.
*** END OF NARRATIVE M 001 ***
AWARD/CONTRACT | 1. This Contract Is A Rated Order | Rating DOA5 | Page 1 Of 5 | |||||||||||||||||||||
Under DPAS (15 CFR 700) | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
2. Contract (Proc. Inst. Ident) No. | 3. Effective Date | 4. Requisition/Purchase Request/Project No. | ||||||||||||||||||||||
W52H09-05-D-0248 | 2005JUL27 | SEE SCHEDULE | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
5. Issued By | Code | W52H09 | 6. Administered By (If Other Than Item 5) | Code S4402A | ||||||||||||||||||||
|
|
|||||||||||||||||||||||
TACOM-ROCK ISLAND | DCMA DALLAS | |||||||||||||||||||||||
AMSTA-LC-CFA-C | 600 NORTH PEARL STREET | |||||||||||||||||||||||
LINDA M MAES (309)782-3657 | SUITE 1630 | |||||||||||||||||||||||
ROCK ISLAND IL | 61299-7630 | DALLAS TX 75201-2843 | ||||||||||||||||||||||
e-mail address: LINDA.MAES@US.ARMY.MIL | SCD A PAS S4402A5601APC ADP PT HQ0339 | |||||||||||||||||||||||
|
|
|
|
|
||||||||||||||||||||
7. Name And Address Of Contractor (No. Street, City, County, State, And Zip Code) | 8. Delivery | |||||||||||||||||||||||
OPTEX SYSTEMS INC | FOB Origin X Other (See Below) SEE SCHEDULE | |||||||||||||||||||||||
|
|
|||||||||||||||||||||||
1420 | PRESIDENTIAL DR | 9. Discount For Prompt Payment | ||||||||||||||||||||||
RICHARDSON, TX 75081-2769 | ||||||||||||||||||||||||
|
|
|
|
|
||||||||||||||||||||
10. Submit Invoices | Item | |||||||||||||||||||||||
TYPE BUSINESS: Other Small Business Performing in U.S. | (4 Copies Unless Otherwise Specified) | 12 | ||||||||||||||||||||||
|
|
|
||||||||||||||||||||||
Code | 0BK64 | Facility Code | To The Address Shown In: | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
11. Ship To/Mark For | Code | 12. Payment Will Be Made By | Code HQ0339 | |||||||||||||||||||||
|
|
|||||||||||||||||||||||
SEE SCHEDULE | DFAS COLUMBUS CENTER | |||||||||||||||||||||||
DFAS-CO/WEST ENTITLEMENT OPERATIONS | ||||||||||||||||||||||||
PO BOX 182381 | ||||||||||||||||||||||||
COLUMBUS OH | 43218-2381 | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
||||||||||||||
13. Authority For Using Other Than Full And Open Competition: | 14. Accounting And Appropriation Data | |||||||||||||||||||||||
10 U.S.C. 2304(c)( | ) | 41 U.S.C. 253(c)( | ) | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
15A. Item No. | 15B. Schedule Of Supplies/Services | 15C. Quantity | 15D. Unit | 15E. Unit Price | 15F. Amount | |||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
SEE SCHEDULE | CONTRACT TYPE: | KIND OF CONTRACT: | ||||||||||||||||||||||
Firm-Fixed-Price | Supply Contracts and Priced Orders | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
Contract Expiration Date: 2010JUN30 | 15G. Total Amount Of Contract | $0.00 | ||||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
16. Table Of Contents | ||||||||||||||||||||||||
|
||||||||||||||||||||||||
(X) | Section | Description | Page(s) (X) | Section | Description | Page(s) | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
Part I - The Schedule | Part II - Contract Clauses | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
X | A | Solicitation/Contract Form | 1 | I | Contract Clauses | |||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
X | B | Supplies or Services and Prices/Costs | 3 | Part III - List Of Documents, Exhibits, And Other Attachments | ||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
C | Description/Specs./Work Statement | X | J | List of Attachments | 5 | |||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
D | Packaging and Marking | Part IV - Representations And Instructions | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
E | Inspection and Acceptance | K | Representations, Certifications, and | |||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
F | Deliveries or Performance | Other Statements of Offerors | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
G | Contract Administration Data | L | Instrs., Conds., and Notices to Offerors | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
H | Special Contract Requirements | M | Evaluation Factors for Award | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
Contracting Officer Will Complete Item 17 Or 18 As Applicable | ||||||||||||||||||||||||
|
||||||||||||||||||||||||
17. | Contractor"s Negotiated Agreement (Contractor is | 18. X | Award (Contractor is not required to sign this document.) Your offer on | |||||||||||||||||||||
required to sign this document and return | copies to | Solicitation Number W52H0905R0050 | including the additions or | |||||||||||||||||||||
issuing office.) Contractor agrees to furnish and deliver all items | changes made by you which additions or changes are set forth in full above, is | |||||||||||||||||||||||
or perform all the services set forth or otherwise identified above | hereby accepted as to the items listed above and on any continuation sheets. This | |||||||||||||||||||||||
and on any continuation sheets for the consideration stated herein. | award consummates the contract which consists of the following documents: (a) | |||||||||||||||||||||||
The rights and obligations of the parties to this contract shall be | the Government's solicitation and your offer, and (b) this award/contract. No | |||||||||||||||||||||||
subject to and governed by the following documents: (a) this | further contractual document is necessary. | |||||||||||||||||||||||
award/contract, (b) the solicitation, if any, and (c) such provisions, | ||||||||||||||||||||||||
representations, certifications, and specifications, as are attached | ||||||||||||||||||||||||
or incorporated by reference herein. (Attachments are listed | ||||||||||||||||||||||||
herein.) | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
|
|||||||||||||
19A. Name And Title Of Signer (Type Or Print) | 20A. Name Of Contracting Officer | |||||||||||||||||||||||
VICKI AHLGRIM | ||||||||||||||||||||||||
VICKI.AHLGRIM@US.ARMY.MIL (309)782-3220 | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
19B. Name of Contractor | 19c. Date Signed | 20B. United States Of America | 20C. Date Signed | |||||||||||||||||||||
By | By | /SIGNED/ | 2005JUL27 | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
(Signature of person authorized to sign) | (Signature of Contracting Officer) | |||||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
NSN 7540-01-152-8069 | 25-106 | Standard Form 26 (Rev. 4-85) | ||||||||||||||||||||||
PREVIOUS EDITIONS UNUSABLE | GPO : 1985 0 - 478-632 | Prescribed By GSA-FAR (4.8 CFR) 53.214(a) |
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
1. CONTRACT W52H09-05-D-0248 IS AWARDED TO OPTEX SYSTEMS, INC. THIS CONTRACT IS A 5-YEAR, FIRM FIXED PRICE, INDEFINITE
DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT (SEE FAR 16.504) FOR THE FOLLOWING ITEM:
CLIN 0001, M187A1 MOUNT TELESCOPE, NSN: 1240-01-483-5324, P/N: 12984689
2. | THIS CONTRACT CONTAINS A REQUIREMENT FOR FIRST ARTICLE TESTING (SEE CLAUSES ES6016 AND IF7116). |
3. | FOR ADMINISTRATIVE PURPOSES, WHEN MULTIPLE APPROPRIATION/FUND TYPES ARE USED ON THE SAME DELIVERY ORDER, THE CLIN STRUCTURE SHALL BE |
AS FOLLOWS:
|
CLIN 0001AB - PRODUCTION QTY WITH FAT
CLIN 0001AC - PRODUCTION QTY WITH FAT CLIN 0001AD - PRODUCTION QTY WITH FAT, ETC. |
4. | THE PERIOD OF PERFORMANCE UNDER THIS IDIQ CONTRACT IS FIVE YEARS. THE ORDERING PERIODS (OP) ARE AS FOLLOWS: |
ORDERING PERIOD (OP) 1: AWARD DATE - 30 JUN 2006 ORDERING PERIOD (OP) 2: 1 JUL 2006 - 30 JUN 2007 ORDERING PERIOD (OP) 3: 1 JUL 2007 - 30 JUN 2008 ORDERING PERIOD (OP) 4: 1 JUL 2008 - 30 JUN 2009 ORDERING PERIOD (OP) 5: 1 JUL 2009 - 30 JUN 2010 | |
5. | THE FIRM FIXED PRICES FOR ALL PERFORMANCE PERIODS ARE REFLECTED ON ATTACHMENT 001, DATED JULY 18, 2005. |
6. | ALL DELIVERIES ARE TO BE FOB DESTINATION. EACH DELIVERY ORDER WILL PROVIDE THE SHIPPING DESTINATION(S). EACH DELIVERY ORDER WILL |
REFLECT THE PRICE FOR THE QUANTITY RANGE THAT APPLIES. ALL DELIVERY ORDERS WILL BE ISSUED UNILATERALLY BY THE GOVERNMENT WITH FIRM DELIVERY DATES.
7. ALL TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL W52H09-05-R-0050, AMENDMENTS THERETO, AND THE CONTRACTOR'S FINAL PROPOSAL REVISION, SUBMITTED JULY 21, 2005, ARE HEREBY INCORPORATED.
*** END OF NARRATIVE A 003 ***
|
Reference No. of Document Being Continued | Page | 4 of 5 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-05-D-0248 | MOD/AMD | |||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||||||
|
|
|
|
|
||||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
MARK FOR: | ATTN: DAVE HERRERA | |||||||||||
0002 | D_A_T_ A I_T_E_M_ | $ | *_*__N_S_P_ *_* $ | *_*__N_S_P__*_*_ | ||||||||
|
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00001
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION TO CONTRACT W52H09-05-D-0248 IS TO :
1) INCORPORATE AN ASSIGNMENT OF CLAIMS PER FAR 32.801:
PAYMENTS SHALL BE MADE ELECTRONICALLY TO:
SQUARE 1 BANK CAGE 47C05 406 BLACKWELL ST. #240 DURHAM, NC 27701 |
2) | DELETE ALL REFERENCE TO QAPS AND AIE. |
3) | REMOVE ALL REFERENCE TO TRITIUM. |
4) | Amend MIL-M-70742: |
a. Paragraph 4.6.1.4 should be replaced with: "Vibration "B". This test shall be performed as outlined in MIL-F-13926, however the frequency and duration shall be as specified in 3.5.4.2. At the conclusion of the test the mount shall meet the Performance and Illumination requirements of this specification."
b. The +150 degrees F temperature in paragraph 4.6.1.1 should be replaced by +145 degrees F. The cold storage temperature in the same paragraph (the second reference to -50 degrees F) should be replaced by -60 degrees F.
c. In table IV, replace "AQL 0.65% DEFECTIVE" with "VERIFICATION LEVEL IV"
5. On all drawings where Finish 4.10 is called out as a cleaning operation, any method of vapor degreasing or solvent cleaning that leaves a clean and water break free surface, and removes any organic contaminants or other interfering films is acceptable.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 004 ***
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00002
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P0002 TO W52H09-05-D-0248 IS TO:
1) | INCORPORATE THE FOLLOWING ECPS INTO THE BASIC AWARD, ECP HO5A2036, ECP HO6A2004, ECP H06A5004, ECP H06A2048. |
2) | AS A RESULT OF THE INCORPORATION OF THE ABOVE ECPS, THERE IS NO COST IMPACT FOR INCOPORATING ECPS H05A2036, H06A2004, OR H06A5004. |
HOWEVER THE COST IMPACT FOR INCORPORATING ECP H06A2048 IS $202.54 PER UNIT FOR EXISTING DELIVERY ORDERS 0001 AND 0002. THE COST IMPACT FOR SUBSEQUENT DELIVERY ORDERS ISSUED AGAINST THIS CONTRACT IS $102.70 PER UNIT. A REVISED PRICING SPREADSHEET IS ATTACHED FOR SUBSEQUENT DELIVERY ORDERS.
3) ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 005 ***
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00003
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P00003 TO W52H09-05-D-0248 IS TO:
1) INCORPORATE ECPS H05A5004, AND H06A2049 (SEE ATTACHMENTS 009, AND 010).
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 006 ***
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00004
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P00004 TO W52H0905D0248 IS TO INCORPORATE THE FOLLOWING:
1) IN PREVIOUSLY INCORPORATED ECP H05A2036 WHICH UPDATES MIL-M-70742, MAKE THE FOLLOWING CHANGES:
Replace:
|
3.6.4.4 Correction counter. The correction counter shall be checked at plus and minus readings of 5 and 9 mils. The angle of the Gunner's Quadrant seat shall correspond to the correction values within 0.2 mil when the elevation counter is reset to zero reading.
With:
|
3.6.4.4 Correction Counter - Affect on Elevation Level Bubble. Any change in position of the elevation level vial bubble shall not be greater than the thickness of a graduation line when the +9 and -9 mil values are set into the correction counter.
Replace:
|
4.6.2.8 Correction counter. With the mount and fixture set as outlined in 4.6.2.1, rotate the correction counter to the minimum setting specified in 3.6.4.4. Return the elevation counter to zero. By means of the fixture, level the elevation level vial of themount. Do not override this level position. Place the inspection aid on the quadrant seat assembly and set the inspection aid vial to indicate level. Read the angle on the inspection aid. This reading to be identical to the correction counter reading within the limits of 3.6.4.4. Repeat this procedure at the setting specified in 3.6.4.4 each side of zero correction.
With:
|
4.6.2.8 Correction Counter - Affect on Elevation Level Bubble. The position of the elevation level bubble shall conform to the requirements of 3.6.4.4 when observed during the test specified in 4.6.2.3.
2) APPROVED RFDs H06A6050, H06A6055, H06A6056, H06A6057, H06A6062, H06A6081, H06A6082, H06A6089, H06A7049, H06A7050, H06A7051, H06A7054, H06A7055, H06A7062, H06A7063, H06A7064, H06A7065, H06A7066, H06A7067.
3) APPROVED ECPs H06A2065, H06A2087.
ALL OF THE ABOVE IS DONE AT NO ADDITIONAL COST TO THE GOVERNMENT.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 0007 ***
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00005
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P00005 IS TO FORMALLY INCORPORATE THE FOLLOWING OUTSTANDING ECPS, RFDs, AND RFWs: H07A2006, H06A2083, H07A5001, H07A6001, H07A6002, H07A6005, H07A6015 ALL OF THE ABOVE CONFIGURATION CHANGES ARE INCORPORATED AT NO ADDITIONAL COST, WITH THE EXCEPTION OF ECP H07A2006. THE FOLLOWING COST IMPACT IS ASSOCIATED WITH INCORPORATION OF ECP H07A2006:
FOR ALL UNITS DUE TO BE DELIVERED AFTER AUGUST 30, 2007, THAT ARE CURRENTLY ON CONTRACT, THE ADDITIONAL PRICE WILL BE $774.00 PER UNIT.
FOR ALL UNITS WITH A SCHEDULED DELIVERY DATE ON OR BEFORE AUGUST 30 2007, THE ADDITIONAL PRICE WILL BE $1034.00 PER UNIT. THIS ADDITIONAL COST IS TO COVER ALL COSTS ASSOCIATED WITH RETROFITTING THE NEW GEARS INTO THE M187.
FUTURE ORDERS ON THIS CONTRACT WILL WILL BE AT AN ADDITIONAL COST OF $247.00 PER UNIT.
A REVISED PRICING EVALUATION SHEET IS ATTACHED.
THE OLD GEARS THAT HAVE BEEN PURCHASED FOR THIS CONTRACT, AND/OR REPLACED WITH NEW GEARS SHALL BE SHIPPED TO THE GOVERNMENT UPON REQUEST. SHIPPING INSTRUCTIONS WILL BE PROVIDED AT TIME OF REQUEST.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 0008 ***
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248 MOD/AMD P00006
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P00006 TO W52H0905D0248 IS TO:
1) Incorporate the following approved engineering actions: H07A2045, H07A2071, H07A5014, H07A6022, H07A6030, H07A6039, H07A6040, H07A6042, H07A6043, H07A6091, H07A7020, H07A7026, H07A7034
PART NUMBER 8261858, REPLACE 20 degrees +/- 15 minutes WITH 19 degrees +/- 15
2) Settle a Request for Equitable Adjustment due to ongoing technical data problems. The negotiated equitable adjustment resulted in a lump sum payment of $542,540.00 to be paid on delivery order 0001; a unit price adjustment of $477.27 each to be paid on delivery order 0001, and a unit price increase of $1947.65 to be paid on delivery orders 0002, 0003, 0004, and any future delivery orders. A revised pricing sheet is attached.
THE ENTIRE EQUITABLE ADJUSTMENT AMOUNT REPRESENTS A FULL AND COMPLETE SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION RAISED IN AND ASSOCIATED WITH ITS REQUEST FOR EQUITABLE ADJUSTMENT, DATED 4 MARCH 2008. IN ADDITION, BECAUSE OPTEX' REA WAS SUBMITTED ON A TOTAL COST BASIS, THE PARTIES INTEND THIS MODIFICATION TO ADDRESS ALL OF THE PAST ISSUES ON THIS CONTRACT AS OF 4 MARCH 2008. THEREFORE, THIS MODIFICATION REPRESENTS A COMPLETE AND FULL SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION THAT OPTEX MAY RAISE FOR ANY INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND ANY OTHER MATTERS, OCCURRING ON OR BEFORE 4 MARCH 2008, INCLUDING ANY CLAIMS FOR DELAY, UNREALIZED OVERHEAD, ATTORNEY'S FEES, AND ANY OTHER CAUSES OF ACTION, KNOWN OR UNKNOWN TO OPTEX, WHETHER ASSERTED AT THIS TIME OR NOT, ARISING UNDER THIS CONTRACT.
THIS MODIFICATION WILL NOT AFFECT ANY CLAIMS OR CAUSES OF ACTION PERTAINING TO INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, OR OTHER MATTERS WHICH OCCUR AFTER 4 MARCH 2008.
2) REVISE THE DELIVERY SCHEDULE ON EACH INDIVIDUAL DELIVERY ORDER.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED |
*** END OF NARRATIVE A0009 ***
|
PAGE 1 OF
6
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||
(YYYYMMMDD) | ||||||||
W52H09-05-D-0248 | 0001 | 2005JUL27 | SEE SCHEDULE | DOA5 | ||||
|
|
|
|
|
||||
6. ISSUED BY | CODE W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | ||||
|
|
|||||||
TACOM-ROCK ISLAND | ||||||||
AMSTA-LC-CFA-C | DCMA DALLAS | |||||||
LINDA M MAES (309)782-3657 | 600 NORTH PEARL STREET | X DESTINATION | ||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||
EMAIL: LINDA.MAES@US.ARMY.MIL | DALLAS TX 75201-2843 | OTHER |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 6 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC
SUPPLEMENTAL INFORMATION
1. This Delivery Order 0001 formalizes and incorporates the letter award issued to Optex Systems Inc. on July 27, 2005, for the following items:
CLIN 0001AA - First Article Test Report (Not Separately Priced)
|
CLIN 0001AB - 179 each, M187A1 Mount Telescope, NSN: 1240-01-483-5324, P/N: 12984689, unit price $4,260.59*, total $762,645.61
CLIN 0001AC- 150 each, M187A1 Mount Telescope, NSN: 1240-01-483-5324, P/N: 12984689, unit price $4,260.59*, total $639,088.50
*Delivery Order 0001 is issued during Ordering Period (OP) 1. The unit price for the M187A1 Mount Telescope for the applicable quantity range in Ordering Period 1 is $4,246.00. The price for First Article Test ($4,800.00) has been amortized over the 329 units being awarded in this Delivery order 0001, resulting in a unit price of $4,260.59.
2. In accordance with the terms and conditions of W52H09-05-D-0248, this Delivery Order 0001 obligates the guaranteed minimum quantity of 329 each M187A1 Mount Telescope.
3. | CLIN 0001AB includes the First Article Test requirement (3 each for first article test/2 each for first article confirmatory test). |
4. | See Section B for delivery schedule. |
5. | The total dollar value of this Delivery Order is corrected, from the $1,401,734.10 stated in the letter award of July 27, 2005, to |
$1,401,734.11.
6. All terms and conditions of the Basic Contract W52H09-05-D-0248 apply.
*** END OF NARRATIVE A 001 ***
Reference No. of Document Being Continued | Page 6 of 6 | |||||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||||
PIIN/SIIN W52H09-05-D-0248/0001 | MOD/AMD | |||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||||
CONTRACT ADMINISTRATION DATA | ||||||||||||||||||||
PRON/ | JOB | |||||||||||||||||||
LINE | AMS CD/ | OBLG | ORDER | ACCOUNTING | OBLIGATED | |||||||||||||||
I T_E___ | M I_P__ | A R_ N S T_ _ A C_O_U_N_T_I_ N C_L_A_S_S_I_F_I_C_A_T_I_O_N | N U_M_B_E_R_ | S A_T_ O__ | A_M_O_U_N__ | |||||||||||||||
|
||||||||||||||||||||
0001AB | W15AAC06M1 | AA | 2 | 21 | 52033000056D6D02P33104526KB S11116 | 576C06 | W52H09 | $ | 762,645.61 | |||||||||||
33104540041 | ||||||||||||||||||||
W15M378791M1 | ||||||||||||||||||||
0001AC | M151R095M1 | AB | 2 | 97 | X4930AC9G 6D | 26KB S11116 | W52H09 | $ | 639,088.50 | |||||||||||
060011 | ||||||||||||||||||||
|
||||||||||||||||||||
TOTAL | $ | 1,401,734.11 | ||||||||||||||||||
SERVICE | ACCOUNTING | OBLIGATED | ||||||||||||||||||
N A_M__ | _T_O_T_A_L | BY _Y | A _C_R_N | A | N_T_I_N__ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_A_T_I_O_N | A_M_O_U_N_T | |||||||||||||
|
|
|
||||||||||||||||||
Army | AA | 21 | 52033000056D6D02P33104526KB S11116 | W52H09 | $ | 762,645.61 | ||||||||||||||
Army | AB | 97 | X4930AC9G 6D | 26KB S11116 | W52H09 | $ | 6_3_9_,_0_8_8_._5_0 | |||||||||||||
TOTAL | $ | 1,401,734.11 |
Reference No. of Document Being Continued Page 2 of 6 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 02 TO W52H0905D0248 DELIVERY ORDER 0001 IS TO:
1) INCREASE THE UNIT PRICE OF CLINS 0001AB AND 0001AC BY $220.54 EACH, DUE TO THE INCORPORATION OF A COST IMPACTING ECP (H06A2048). THIS ECP INVOLVES RETROFITTING A NEW QUICK DISCONNECT TO UNITS CURRENTLY IN PRODUCTION (329), BUT ALLOWING FIRST ARTICLE TO BE APPROVED WITH THE ORIGINAL CONFIGURATION.
2) | THIS IS A TOTAL INCREASE TO THIS DELIVERY ORDER OR $72,557.66. |
3) | REVISE THE DELIVERY DATE FOR THE FIRST ARTICLE TEST REPORT FROM 30-MAY-2006 TO 30-AUG-2006. THIS IS DONE AT NO COST DUE TO |
TECHNICAL REVISIONS WHICH WERE NO FAULT OF THE CONTRACTOR.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A 003 ***
|
Reference No. of Document Being Continued | Page | 4 of 6 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD | 02 | |||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||||||
|
|
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
002 | 12 | 27-NOV-2006 | ||||||||||
003 | 12 | 27-DEC-2006 | ||||||||||
004 | 12 | 25-JAN-2007 | ||||||||||
005 | 12 | 26-FEB-2007 | ||||||||||
006 | 12 | 26-MAR-2007 | ||||||||||
007 | 12 | 25-APR-2007 | ||||||||||
008 | 12 | 25-MAY-2007 |
Reference No. of Document Being Continued Page 2 of 8 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC
SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO PROVIDE GOVERNMENT FURNISHED MATERIAL (GFM) TO BE USED TOWARDS FIRST ARTICLE TESTING, IF THE CONTRACTOR DESIRES, CONSISTING OF THE FOLLOWING:
1. | FOUR (4) EACH HOUSING P/N 8261799, WILL BE PROVIDED AS GFM. |
2. | GFM SHALL BE SHIPPED TO: OPTEX SYSTEMS INC |
1420 PRESIDENTIAL DR.
RICHARDSON, TX 75081 |
3. | AS A RESULT OF THE ABOVE, THE DUE DATE FOR THE FIRST ARTICLE TEST REPORT (CLIN 0001AA) IS REVISED | |||||
FROM: 30 AUG | 2006 | TO: 12 Jan 2007 | ||||
4. | FIRST ARTICLE INSPECTION, TEST AND ENVIRONMENTAL, SHALL BE RECONDUCTED UPON RECEIPT OF CONTRACTOR PRODUCED PART, 8261799. NO | |||||
DELIVERIES OF M187A1 | MOUNTS SHALL BE ACCEPTED BY THE GOVERNMENT USING CONTRACTOR MANUFACTURED PART, PN: 8261799, UNLESS FIRST ARTICLE |
TESTING IS CONDUCTED ON BOTH THE PART AND THE ENTIRE M187A1 MOUNT SYSTEM.
4. | THE PRODUCTION SCHEDULES ARE ALSO REVISED ACCORDINGLY. SEE SCHEDULE B. |
5. | THIS IS DONE AT NO COST TO EITHER PARTY, DUE TO ONGOING TECHNICAL CLARIFICATIONS AND OMISSIONS THAT HAVE BEEN ENCOUNTERED UP TO THIS |
POINT.
|
6. REPLACEMENT PARTS WILL BE RETURNED TO THE GOVERNMENT, UPON RECEIPT BY OPTEX OF ACCEPTABLE PARTS FROM THEIR SUPPLIER. THE
REPLACEMENT PARTS SHALL BE RETURNED TO:
TACOM - ROCK ISLAND
ATTN: AMSTA-LC-QAWC-B/CHRIS CARSON BLDG 104, 2ND FLOOR SE 1 ROCK ISLAND ARSENAL ROCK ISLAND, IL 61299-7630 |
7. The contractor hereby waives all rights and claims for equitable adjustment to such facts and circumstances giving rise to the incorporation of the above stated changes. The contractor specifically waives andy and all types of claims which it has or may have against the government related to any delay resulting from the incorporation of the stated changes in the contract.
8. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 0004 ***
Reference No. of Document Being Continued | Page 6 of 8 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-D-0248/0001 | MOD/AMD 03 | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||||
|
|
|
|
|||||
SECTION I - CONTRACT CLAUSES | ||||||||
S t_a_t_u___ | R __ o_ C_i_t_e | T _i_t_l_e | D_a_t_e_ | |||||
|
||||||||
I-1 ADDED | 52.245-19 | GOVERNMENT PROPERTY FURNISHED "AS IS" | APR/1984 | |||||
I-2 ADDED | 52.245-2 | GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) | MAY/2004 |
a. G_o_v_e_r_n_m_e_n_t_-_f_u_r_n_i_s_h_ e p_r_o_p_e_r_t_y_. (1) The Government shall deliver to the Contractor, for use in connection with and under the terms of this contract, the Government-furnished property described in the Schedule or specifications together with any related data and information that the Contractor may request and is reasonably required for the intended use of the property (hereinafter referred to as "Government-furnished property").
(2) The delivery or performance dates for this contract are based upon the expectation that Government-furnished property suitable for use (except for property furnished "as is" will be delivered to the Contractor at the times stated in the Schedule or, if not so stated, in sufficient time to enable the Contractor to meet the contract's delivery or performance dates.
(3) If Government-furnished property is received by the Contractor in a condition not suitable for the intended use, the Contractor shall, upon receipt of it, notify the Contracting Officer, detailing the facts, and, as directed by the Contracting Officer and at Government expense, either repair, modify, return, or otherwise dispose of the property. After completing the directed action and upon written request of the Contractor, the Contracting Officer shall make an equitable adjustment as provided in paragraph (h) of this clause.
(4) If Government-furnished property is not delivered to the Contractor by the required time, the Contracting Officer shall, upon the Contractor's timely written request, make a determination of the delay, if any, caused the Contractor and shall make an equitable adjustment in accordance with paragraph (h) of this clause. b. C_h_a_n_g_e_ s i _n__G_o_v_e_r_n_m_e_n_t_-_f_u_r_n_i_s_h_e_d_ p_r_o_p_e_r_t_y_. (1) The Contracting Officer may, by written notice, (i) decrease the Government- furnished property provided or to be provided under this contract, or (ii) substitute other Government-furnished property for the property to be provided by the Government, or to be acquired by the Contractor for the Government, under this contract. The Contractor shall promptly take such action as the Contracting Officer may direct regarding the removal, shipment, or disposal of the property covered by such notice.
(2) Upon the Contractor's written request, the Contracting Officer shall make an equitable adjustment to the contract in accordance with paragraph (h) of this clause, if the Government has agreed in the Schedule to make the property available for performing this contract and there is any:
(i) | Decrease or substitution in this property pursuant to subparagraph (b)(1) above; or |
(ii) | Withdrawal of authority to use this property, if provided under any other contract or lease. |
c. | T_i_t_l_ e i_n__G_o_v_e_r_n_m_e_n_t_ p_r_o_p_e_r_t_y_. | |
(1) | The Government shall retain title to all Government-furnished property. | |
(2) | All Government-furnished property and all property acquired by the Contractor, title to which vests in the Government under | |
this paragraph (collectively referred to as "Government property"), are subject to the provisions of this clause. Title to Government property shall not be affected by its incorporation into or attachment to any property not owned by the Government, nor shall Government property become a fixture or lose its identity as personal property by being attached to any real property.
(3) Title to each item of facilities and special test equipment acquired by the Contractor for the Government under this contract shall pass to and vest in the Government when its use in performing this contract commences or when the Government has paid for it, whichever is earlier, whether or not title previously vested in the Government.
(4) If this contract contains a provision directing the Contractor to purchase material for which the Government will reimburse the Contractor as a direct item of cost under this contract -
(i) Title to material purchased from a vendor shall pass to and vest in the Government upon the vendor's delivery of such material; | ||
and | ||
(ii) Title to all other material shall pass to and vest in the Government upon - |
(A) | Issuance of the material for use in contract performance; |
(B) | Commencement of processing of the material or its use in contract performance; or |
(C) | Reimbursement of the cost of the material by the Government, whichever occurs first. |
d. U_s_ e o _f__G_o_v_e_r_n_m_e__n_t p_r_o_p_e_r_t_y_. The Government property shall be used only for performing this contract, unless otherwise provided in this contract or approved by the Contracting Officer. e. P_r_o_p_e_r_t_ y _d_m_i_n_i_s_t_r_a_t_i_o_n_._ (1) The Contractor shall be responsible and accountable for all Government property provided under this a contract and shall comply with Federal Acquisition Regulation (FAR) Subpart 45.5, as in effect on the date of this contract. (2) The Contractor shall establish and maintain a program for the use, maintenance, repair, protection, and preservation of Government property in accordance with sound industrial practice and the applicable provisions of Subpart 45.5 of the FAR. (3) If damage occurs to Government property, the risk of which has been assumed by the Government under this contract, the Government shall replace the items or the Contractor shall make such repairs as the Government directs. However, if the Contractor cannot effect such repairs within the time required, the Contractor shall dispose of the property as directed by the Contracting Officer. When any property for which the Government is responsible is replaced or repaired, the Contracting Officer shall make an equitable adjustment in accordance with paragraph (h) of this clause.
(4) The Contractor represents that the contract price does not include any amount for repairs or replacement for which the Government is responsible. Repair or replacement of property for which the Contractor is responsible shall be accomplished by the Contractor at its own expense. f. A_c_c_e_s_s_._ The Government and all its designees shall have access at all reasonable times to the premises in which any Government property is located for the purpose of inspecting the Government property.
Reference No. of Document Being Continued Page 7 of 8 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC
g. R_i_s_ k _f__l_o_s_s_._ Unless otherwise provided in this contract, the Contractor assume the risk of, and shall be responsible for, any o loss or destruction of, or damage to, Government property upon its delivery to the Contractor or upon passage of title to the Government under paragraph (c) of this clause. However, the Contractor is not responsible for reasonable wear and tear to Government property or for Government property properly consumed in performing this contract. h. E_q_u_i_t_a_b_l_ e _d_j_u_s_t_m_e_n_t_._ When this clause specifies an equitable adjustment, it shall be made to any affected contract provision in a accordance with the procedures of the Change clause. When appropriate, the Contracting Officer may initiate an equitable adjustment in favor of the Government. The right to an equitable adjustment shall be the Contractor's exclusive remedy. The Government shall not be liable to suit for breach of contract for -
(1) | Any delay in delivery of Government-furnished property; |
(2) | Delivery of Government-furnished property in a condition not suitable for its intended use; |
(3) | A decrease in or substitution of Government-furnished property; or |
(4) | Failure to repair or replace Government property for which the Government is responsible. |
(i) G_o_v_e_r_n_m_e_n___p_r_o__p_e_r_t_y d_i_s_p_o_s_a_l. Except as provided in paragraphs (i)(1)(i), (i)(2), and (i)(8)(i) of this clause, the Contractor shall not dispose of Government property until authorized to do so by the Plant Clearance Officer.
(1) Scrap (to which the Government has obtained title under paragraph (c) of this clause). (i) Contractor with an approved scrap procedure.
(A) The Contractor may dispose of scrap resulting from production or testing under this contract without Government approval. However, if the scrap requires demilitarization or is sensitive property, the Contractor shall submit the scrap on an inventory disposal schedule.
(B) For scrap from other than production or testing the Contractor may prepare scrap lists in lieu of inventory disposal schedules (provided such lists are consistent with the approved scrap procedures), except that inventory disposal schedules shall be submitted for scrap aircraft or aircraft parts and scrap that:
(1) | Requires demilitarization; |
(2) | Is a classified item; |
(3) | Is generated from classified items; |
(4) | Contains hazardous materials or hazardous wastes; |
(5) | Contains precious metals; or |
(6) | Is dangerous to the public health, safety, or welfare. |
(ii) Contractor without an approved scrap procedure. The Contractor shall submit an inventory disposal schedule for all scrap. (2) Pre-disposal requirements. When the Contractor determines that a property item acquired or produced by the Contractor, to which the Government has obtained title under paragraph (c) of this clause, is no longer needed for performance of this contract, the Contractor, in the following order of priority:
(i) | May purchase the property at the acquisition cost. |
(ii) | Shall make reasonable efforts to return unused property to the appropriate supplier at fair market value (less, if applicable, |
a reasonable restocking fee that is consistent with the supplier's customary practices).
(iii) Shall list, on Standard Form 1428, Inventory Disposal Schedule, property that was not purchased under paragraph (i)(2)(i) of this clause, could not be returned to a supplier, or could not be used in the performance of other Government contracts.
(3) Inventory disposal schedules.
(i) The Contractor shall use Standard Form 1428, Inventory Disposal Schedule, to identify:
(A) Government-furnished property that is no longer required for performance of this contract, provided the terms of another Government contract do not require the Government to furnish that property for performance of that contract; and (B) Property acquired or produced by the Contractor, to which the Government has obtained title under paragraph (c) of this clause, that is no longer required for performance of that contract.
(ii) The Contractor may annotate inventory disposal schedules to identify property the Contractor wishes to purchase from the Government.
(iii) Unless the Plant Clearance Officer has agreed otherwise, or the contract requires electronic submission of inventory disposal schedules, the Contractor shall prepare separate inventory disposal schedules for:
(A) | Special test equipment with commercial components; |
(B) | Special test equipment without commercial components; |
(C) | Printing equipment; |
(D) | Computers, components thereof, peripheral equipment, and related equipment; |
(E) | Precious Metals; |
(F) | Nonnuclear hazardous materials or hazardous wastes; or |
(G) | Nuclear materials or nuclear wastes. |
(iv) Property with the same description, condition code, and reporting location may be grouped in a single line item. The Contractor shall describe special test equipment in sufficient detail to permit an understanding of the special test equipment's intended use.
(4) Submission requirements. The Contractor shall submit inventory disposal schedules to the Plant Clearance Officer no later than: (i) Thirty days following the Contractor's determination that a Government property item is no longer required for performance of the contract; (ii) Sixty days, or such longer period as may be approved by the Plant Clearance Officer, following completion of contract deliveries or performance; or (iii) One hundred twenty days, or such longer period as may be approved by the Plant Clearance Officer, following contract termination in whole or in part.
(5) Corrections. The Plant Clearance Officer may require the Contractor to correct an inventory disposal schedule or may reject a
Reference No. of Document Being Continued Page 8 of 8 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC
schedule if the property identified on the schedule is not accountable under this contract or is not in the quantity or condition indicated.
(6) Postsubmission adjustments. The Contractor shall provide the Plant Clearance Officer at least 10 working days advance written notice of its intent to remove a property item from an approved inventory disposal schedule. Unless the Plant Clearance Officer objects to the intended schedule adjustment within the notice period, the Contractor may make the adjustment upon expiration of the notice period.
(7) Storage.
(i) The Contractor shall store the property identified on an inventory disposal schedule pending receipt of disposal instructions. The Government's failure to provide disposal instructions within 120 days following acceptance of an inventory disposal schedule might entitle the Contractor to an equitable adjustment for costs incurred to store such property on or after the 121st day.
(ii) The Contractor shall obtain the Plant Clearance Officer's approval to remove Government property from the premises at which the property is currently located prior to receipt of final disposition instructions. If approval is granted, any costs incurred by the Contractor to transport or store the property shall not increase the price or fee of any Government contract. The storage facility shall be appropriate for assuring the property's physical safety and suitability for use. Approval does not relieve the Contractor of any liability under this contract for such property.
(8) Disposition instructions.
(i) If the Government does not provide disposition instructions to the Contractor within 45 days following acceptance of a scrap list, the Contractor may dispose of the listed scrap in accordance with the Contractor's approved scrap procedures.
(ii) The Contractor shall prepare for shipment, deliver f.o.b. origin, or dispose of Government property as directed by the Plant Clearance Officer. The Contractor shall remove and destroy any markings identifying the property as Government property prior to disposing of the property.
(iii) The Contracting Officer may require the Contractor to demilitarize the property prior to shipment or disposal. Any equitable adjustment incident to the Contracting Officer's direction to demilitarize Government property shall be made in accordance with paragraph (h) of this clause.
(9) Disposal proceeds. The Contractor shall credit the net proceeds from the disposal of Government property to the price or cost of work covered by this contract or to the Government as the Contracting Officer directs.
(10) Subcontractor inventory disposal schedules. The Contractor shall require a subcontractor that is using property accountable under this contract at a subcontractor-managed site to submit inventory disposal schedules to the Contractor in sufficient time for the Contractor to comply with the requirements of paragraph (i)(4) of this clause.
(j) A_b_a_n_d_o_n_m_e_n___o_f__G_o_v_e_r_n_m_e_n_t_ p_r_o_p_e_r_t_y.
(1) | The Government will not abandon sensitive Government property without the Contractor's written consent. |
(2) | The Government, upon notice to the Contractor, may abandon any nonsensitive Government property in place at which time all |
obligations of the Government regarding such abandoned property shall cease.
(3) The Government has no obligation to restore or rehabilitate the Contractor's premises under any circumstances; however, if Government-furnished property is withdrawn or is unsuitable for the intended use, or if other Government property is substituted, then the equitable adjustment under paragraph (h) of this clause may properly include restoration or rehabilitation costs.
k. | C_o_m_m_u_n_i_c_a_t_i_o_n_s_._ All communications under this clause shall be in writing. |
l. | O_v_e_r_s_e_a_ s c_o_n_t_r_a_c_t_s_._ If this contract is to be performed outside of the United States and its outlying areas, the words |
"Government" and "Government-furnished" (wherever they appear in this clause) shall be construed as "United States Government" and "United States Government-furnished," respectively.
(IF7117)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page 2 of 5 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-05-D-0248/0001 | MOD/AMD 04 | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||
|
|
|
||
SECTION A - SUPPLEMENTAL INFORMATION | ||||
TOHE PURPOSE OF THIS MODIFICATION 04 TO W52H09-05-D-0248 DO 0001, IS TO REVISE THE DELIVERY SCHEDULE. | SEE SCHEDULE B. | |||
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. | ||||
*** END OF NARRATIVE A 0005 *** |
Reference No. of Document Being Continued Page 2 of 10 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 05
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
AS A RESULT OF THE INCORPORATION OF ECP H07A2006:
1) THE PRICE ON DELIVERIES SCHEDULED AFTER AUGUST 30, 2007 (CLINS 1001AB AND 1001AC) INCLUDES AN ADDITIONAL $774.00 PER UNIT, FOR A TOTAL UNIT PRICE OF $5255.13.
FOR ADMINISTRATIVE PURPOSES BILLING AGAINST CLIN 0001AB WILL BE BILLED AGAINST THAT CLIN AT THE ORIGINAL PRICE OF $4481.13, AND AGAINST CLIN 1001AB FOR THE ADDITIONAL $774.00 PER UNIT FOR INCORPORATION OF THE NEW GEARS.
2) THE PRICE ON DELIVERIES SCHEDULED ON OR BEFORE AUGUST 30, 2007 WILL REMAIN AT $4481.13, AND DELIVERED AS SCHEDULED AGAINST CLINS 0001AB AND 0001AC. THE GOVERNMENT WILL RETURN THESE ASSETS TO OPTEX, TO BE RETROFITTED WITH THE NEW GEARS, AS THEY ARE REPLACED WITH THE NEW CONFIGURATION ASSETS.
3) UPON SHIPMENT OF THESE NEWLY RETROFITTED ASSETS (CLINS 2001AB, AND 2001AC), OPTEX MAY BILL FOR THE ADDITIONAL $1034 PER UNIT.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A 0006 ***
|
Reference No. of Document Being Continued | Page | 4 of 10 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD | 05 | |||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||||||
|
|
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
010 | 20 | 30-OCT-2007 | ||||||||||
011 | 20 | 30-NOV-2007 | ||||||||||
012 | 20 | 30-DEC-2007 | ||||||||||
013 | 29 | 30-JAN-2008 |
FOB POINT: Destination
SHIP TO: F_R_E_I_G_H__ A_D_D_R_E_S_S (W25G1U) SU TRANSPORTATION OFFICER 2001 MISSION DRIVE DOOR 113 134 |
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W52H1C) XU W0K8 USA ROCK ISL ARSENAL TRANSPORTATION OFFICE BLDG 102 RODMAN AVE AND GILLESPIE ROCK ISLAND IL 61299-5000 _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ C O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0248/0001 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||
A_D_D__ | S_I__ C_D M_A_R__ F_O_R | T__ C_D | ||
002 W52H095208Z901 W25G1U J | 1 | |||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||
001 | 30 | 30-MAY-2008 |
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W25G1U) SU TRANSPORTATION OFFICER 2001 MISSION DRIVE DOOR 113 134 NEW CUMBERLAND PA 17070-5001 |
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD U6
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION U6 TO W52H0905D0248 DO 0001 IS TO:
1) CHANGE THE SHIPPING DESTINATION OF EIGHT (8) EACH M187 ON CLIN 0001AB
FROM:
DODAAC - W52H1C XU W0K8 USA ROCK ISL ARSENAL BLDG 299 GILLESPIE AV AND BECK LANE ROCK ISLAND IL 61299-5000 |
TO:
DODAAC - W905MY Commander
US Army Yuma Proving Ground
ATTN: CSTE-DTC-YP-YT-MW-A(Clede O'Neal 928-328-7101)
KOFA Firing Range (KFR) Aberdeen Road Entrance Building 3490N Yuma, Arizona 85365-9498
2) PROVIDE 20 EACH OF PART NUMBER 12599229 AS GFM TO OPTEX IN ORDER TO PREVENT PRODUCTION LINES FROM SHUTTING DOWN.
REPLACEMENT PARTS WILL BE RETURNED TO THE GOVERNMENT, ONCE THE SUPPLIER DELIVERS TO OPTEX.
GFM TO BE SHIPPED TO:
DODAAC - CMA0DE ATTN: ANGUS LATHAM XR OPTEX SYSTEMS INC 1420 PRESIDENTIAL DRIVE RICHARDSON TX 75081-2439 GFM SHALL BE RETURNED TO: DODAAC - W52H1C XU W0K8 USA ROCK ISL ARSENAL BLDG 299 GILLESPIE AV AND BECK LANE ROCK ISLAND IL 61299-5000 ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A 0007 ***
|
_a_c_k_a_g_i_n__ P
a_n_d
M_a_r_k_i_n_g
SPI P12984689 LEVEL PRESERVATION: Military LEVEL PACKING: A |
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Origin |
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 09
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
MODS 07 AND 08 ARE NOT BEING USED.
|
THE PURPOSE OF THIS MOD 09 TO W52H0905D0248 DO 0001 IS TO ESTABLISH CLIN 0004 FOR THE ADDITION OF FUNDS PAYABLE TO OPTEX AS AN AGREED UPON EQUITABLE ADJUSTMENT IN THE AMOUNT OF $205,209.34. FOR ADMINISTRATIVE PURPOSES, THIS AMOUNT IS SPLIT BETWEEN SUB-CLINS 0004AA AND 0004AB AT $102,604.67 EACH.
THIS EQUITABLE ADJUSTMENT IS FOR COSTS INCURRED IN THE TIMEFRAME OF JANUARY 1, 2007 THROUGH OCTOBER 31, 2007. IT INCLUDES COSTS ASSOCIATED WITH THE NUMEROUS ECPS/CHANGES INCURRED DURING THIS TIME PERIOD, ADDITIONAL ENGINEERING COSTS INCURRED AFTER ACCEPTANCE OF FIRST ARTICLE TEST, ADDITIONAL ENVIRONMENTAL TESTING, AND THE COST OF SCRAPPED STOPS PRIOR TO NECESSARY MATERIAL CHANGE.
THIS AMOUNT OF EQUITABLE ADJUSTMENT REPRESENTS A FULL AND FINAL RELEASE OF CLAIMS FOR THE SPECIFIC INCIDENTS IN THESE TIMEFRAMES.
ALL DISBURSEMENTS FROM THIS DELIVERY ORDER SHALL BE DISBURSED IN ASCENDING ORDER FROM OLDEST TO NEWEST. THIS SHALL BE RETROACTIVE TO THE BEGINNING OF THE ORDER. SEE SECTION G.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0010 ***
Reference No. of Document Being Continued Page 4 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 09
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION G - CONTRACT ADMINISTRATION DATA
Special Payment procedures for progress payments:
Please pay progress payments from the oldest funds first. Once oldest funds are depleted, utilize the remaining obligated funds for all other disbursements. This is retroactive to the beginning of the order.
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 10
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 10 TO W52H0905D0248 DELIVERY ORDER 0001 IS TO:
1) | AWARD A LUMP SUM PORTION OF A REQUEST FOR EQUITABLE ADJUSTMENT IN THE THE NEGOTIATED AMOUNT OF $542,539.89. |
2) | THE ABOVE AMOUNT IS ADDED TO CLIN 0004AB FOR A TOTAL CLIN PRICE OF $645,144.56. |
3) | THIS LUMP SUM PAYMENT REPRESENTS A PORTION OF THE NEGOTIATED EQUITABLE ADJUSTMENT. TO FOLLOW WILL BE UNIT PRICE ADJUSTMENTS ON ALL |
CURRENT DELIVERY ORDERS ON THIS CONTRACT. This entire equitable adjustment amount represents a full and complete settlement of all claims, demands, and causes of action raised in and associated with its Request for Equitable Adjustment dated 4 March 2008. In addition, because Optex' REA was submitted on a Total Cost basis, the parties intend this Modification to address all of the past issues on this contract as of 4 March 2008. Therefore, this Modification represents a complete and full settlement of all claims, demands, and causes of action that Optex may raise for any incidents, directed/constructive changes, and any other matters, occurring on or before 4 March 2008, including any claims for delay, unrealized overhead, attorney's fees, and any other causes of action, known or unknown to Optex, whether asserted at this time or not, arising under this contract and any Delivery Orders issued against it.
This Modification will not affect any claims or causes of action pertaining to incidents, directed/constructive changes, and other matters which occur after 4 March 2008. The parties also contemplate a subsequent Modification to this Contract, which will increase unit prices for all current and future Delivery Orders on this Contract, as stated above.
A MODIFICATION ESTABLISHING A CONTRACTOR/GOVERNMENT AGREED UPON DELIVERY SCHEDULE ADJUSTMENT WILL ALSO BE FOLLOWED MY THIS MODIFICATION.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A0011 ***
|
ANTICIPATED THAT 70 UNITS TO ORIGINAL CONFIGURATION (BRASS GEARS) WOULD BE SHIPPED WHILE WAITING FOR STEAL GEARS TO ARRIVE. THE INTENT WAS TO RETURN THESE 70 ASSETS TO THE CONTRACTOR AT A LATER DATE TO INCORPORATE THE NEW GEARS. THE CONTRACTOR WAS THEN TO RESHIP THE ASSETS AND BILL $1034.00 EACH.
DUE TO DELAYS BEYOND THE CONTRACTOR'S CONTROL, ALL REMAINING UNITS WILL BE SHIPPED COMPLETE WITH THE NEW GEARS INSTALLED.
THEREFORE, THIS DELIVERY ORDER IS DECREASED BY $72,380.00. THIS MOD WILL BE IMMEDIATELY FOLLOWED BY A NEW MOD CREATING A CLIN TO ALLOW FOR THE INCREASE IN PRICE OF $774 FOR 70 EACH, FOR A TOTAL INCREASE OF $54,180.00.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0012 ***
|
Reference No. of Document Being Continued Page 2 of 9 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 12
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 12 TO W52H0905D0248 DO 0001 IS TO:
1) | INCREASE THE UNIT PRICES OF BASIC CLINS 0001AB AND 0001AC BY $447.27, DUE TO PART OF AN EQUITABLE ADJUSTMENT. |
2) | FOR ADMINISTRATIVE PURPOSES, THIS INCREASE WILL BE REPRESENTED ON CLINS 2001AB AND 2001AC. |
3) | THEREFORE, FOR EACH MOUNT SHIPPED AGAINST CLIN 0001AB, THE CONTRACTOR SHALL BILL AGAINST CLIN 0001AB ($4481.13), 1001AB ($774), AND |
2001AB (447.27) FOR A TOTAL PRICE OF $5702.40.
|
LIKEWISE, FOR EACH MOUNT SHIPPED AGAINST CLIN 0001AC, THE CONTRACTOR SHALL BILL AGAINST CLIN 0001AC ($4481.13), 1001AC ($774), AND 2001AC (447.27) FOR A TOTAL PRICE OF $5702.40.
THIS UNIT PRICE ADJUSTMENT REPRESENTS A PORTION OF THE NEGOTIATED EQUITABLE ADJUSTMENT. THE ENTIRE EQUITABLE ADJUSTMENT AMOUNT REPRESENTS A FULL AND COMPLETE SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION RAISED IN AND ASSOCIATED WITH ITS REQUEST FOR EQUITABLE ADJUSTMENT, DATED 4 MARCH 2008. IN ADDITION, BECAUSE OPTEX' REA WAS SUBMITTED ON A TOTAL COST BASIS, THE PARTIES INTEND THIS MODIFICATION TO ADDRESS ALL OF THE PAST ISSUES ON THIS CONTRACT AS OF 4 MARCH 2008. THEREFORE, THIS MODIFICATION REPRESENTS A COMPLETE AND FULL SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION THAT OPTEX MAY RAISE FOR ANY INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND ANY OTHER MATTERS, OCCURRING ON OR BEFORE 4 MARCH 2008, INCLUDING ANY CLAIMS FOR DELAY, UNREALIZED OVERHEAD, ATTORNEY'S FEES, AND ANY OTHER CAUSES OF ACTION, KNOWN OR UNKNOWN TO OPTEX, WHETHER ASSERTED AT THIS TIME OR NOT, ARISING UNDER THIS CONTRACT.
THIS MODIFICATION WILL NOT AFFECT ANY CLAIMS OR CAUSES OF ACTION PERTAINING TO INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, OR OTHER MATTERS WHICH OCCUR AFTER 4 MARCH 2008. THE PARTIES ALSO CONTEMPLATE A SUBSEQUENT MODIFICATION TO THIS CONTRACT, WHICH WILL INCREASE UNIT PRICES FOR ALL CURRENT AND FUTURE DELIVERY ORDERS ON THIS CONTRACT, AS STATED ABOVE.
2) REVISE THE DELIVERY SCHEDULE, SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED |
*** END OF NARRATIVE A0013 ***
|
ITEMS SHIPPED ON CLIN 0001AB, AND ALSO BE BI LLED AGAINST
CLIN 1001AB FOR $774, SHALL ALSO BE BILLED A GAINST THIS CLIN 2001AB FOR $447.27 EACH, UP TO 159 UNITS. (20 units have previously shipped on Clin 00 01AB) THIS CLIN IS FOR BILLING PURPOSES ONLY. NO SEPARATE DELIVERY REQUIRED. |
(End of narrative B001)
|
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||||
INSPECTION: Origin | ACCEPTANCE: Origin | |||||
D_e_l_i_v_e_r_i_e__ | o_r P_e_r_f_o_r_m_a_n_c_e | |||||
DLVR SCH | PERF COMPL | |||||
R_E_L C_D_ | Q_U_A_N_T_I_T_Y | D_A_T_E_ | ||||
001 | 0 | 30-SEP-2010 | ||||
$ | 71,115.93 |
"NEW CONFIGURATION"
|
(End of narrative A001)
|
AB | 97 | 0X0X4930AC9G | S11116 | 56D00000600110000026KB | S11116 | |||||||
AC | 21 | 060820330000 | S11116 | 66D6D023130333401526KB | 676C37S11116 | W52H09 | ||||||
AE | 21 | 081020330000 | S28017 | 85R5R133210136602231E1 | 8RM223S28017 | W52H09 |
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 13
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 13 TO W52H0905D0248 DO 0001 IS TO REVISE THE DELIVERY SCHEDULE FOR CLINS 0001AB AND 0001AC TO ALLOW TIME TO VERIFY DISCREPANCIES IN ACCEPTANCE AND INSPECTION EQUIPMENT MEASUREMENTS.
SEE SCHEDULE B FOR SCHEDULE.
PLEASE NOTE THAT FOR BILLING PURPOSES, SHIPMENTS AGAINST CLIN 0001AB SHALL ALSO BE BILLED AGAINST CLINS 1001AB AND 2001AB. LIKEWISE, SHIPMENTS AGAINST CLIN 0001AC SHALL ALSO BE BILLED AGAINST CLINS 1001AC AND 2001AC. SEE MOD 12 FOR DETAIL.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0014 ***
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0001 MOD/AMD 14
Name of Offeror or Contractor: OPTEX SYSTEMS INC.
SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO REVISE THE DELIVERY SCHEDULE FOR CLINS 0001AB AND CLINS 001AC.
SEE SCHEDULE B FOR SCHEDULE.
|
EARLIER DELIVERIES ARE ACCEPTABLE, IF NO ADDITIONAL COST TO THE GOVERNMENT.
THE SHIPPING DESTINATION FOR CLIN 0001AC HAS BEEN REVISED. ALL SHIPMENTS ON CLIN 0001AC SHALL BE SHIPPED TO RIA. SEE SCHEDULE.
PLEASE NOTE THAT FOR BILLING PURPOSES, SHIPMENTS AGAINST CLIN 0001AB SHALL ALSO BE BILLED AGAINST CLINS 1001AB AND 2001AB. LIKEWISE, SHIPMENTS AGAINST CLIN 001AC SHALL ALSO BE BILLED AGAINST CLINS 1001AC AND 2001AC. SEE MOD 12 FOR DETAILS.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0016 ***
PAGE 1 OF
4
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||
(YYYYMMMDD) | ||||||||
W52H09-05-D-0248 | 0002 | 2006FEB03 | SEE SCHEDULE | DOA5 | ||||
|
|
|
|
|
||||
6. ISSUED BY | CODE W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | ||||
|
|
|||||||
TACOM-ROCK ISLAND | ||||||||
AMSTA-LC-CFA-C | DCMA DALLAS | |||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | X DESTINATION | ||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | DALLAS TX 75201-2843 | OTHER |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued | Page | 2 of 4 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-05-D-0248/0002 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||
|
|
|
|
|||
SUPPLEMENTAL INFORMATION | ||||||
1. This Delivery Order 0002 against basic award W52H09-05-D-0248 is for the following items: |
CLIN 0001AB - 50 each, M187A1 Mount Telescope, NSN: 1240-01-483-5324, P/N: 12984689, unit price $4,903.00, total $245,150.00
2. | See Section B for delivery schedule. |
3. | All terms and conditions of the Basic Contract W52H09-05-D-0248 apply. |
*** END OF NARRATIVE A 001 ***
|
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W25G1U) XU TRANSPORTATION OFFICER DDSP NEW CUMBERLAND FACILITY BUILDING MISSION DOOR 113 134 NEW CUMBERLAND PA 17070-5001 _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ C O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0248/0002 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||
A_D_D__ | S_I__ C_D M_A_R__ F_O_R | T__ C_D | ||
002 W52H096024Z905 W62G2T J | 1 | |||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||
001 | 20 | 25-OCT-2007 |
FOB POINT: Destination
|
Reference No. of Document Being Continued | Page 4 of 4 | |||||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||||
PIIN/SIIN | W52H09-05-D-0248/0002 | MOD/AMD | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||
CONTRACT ADMINISTRATION DATA | ||||||||||||||||||||
PRON/ | JOB | |||||||||||||||||||
LINE | AMS CD/ | OBLG | ORDER | ACCOUNTING | OBLIGATED | |||||||||||||||
I T_E___ | M I_P__ | A R_ N S T_ _ A C_O_U_N_T_I_ N C_L_A_S_S_I_F_I_C_A_T_I_O_N | N U_M_B_E_R_ | S A_T_ O__ | A_M_O_U_N__ | |||||||||||||||
|
||||||||||||||||||||
0001AB | M161F756M1 | AA 2 | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 245,150.00 | |||||||||||
060011 | ||||||||||||||||||||
|
||||||||||||||||||||
TOTAL | $ | 245,150.00 | ||||||||||||||||||
SERVICE | ACCOUNTING | OBLIGATED | ||||||||||||||||||
N A_M__ | _T_O_T_A_L BY _Y A _C_R_N | A | N_T_I_N__ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_A_T_I_O_N | A_M_O_U_N_T | |||||||||||||||
|
|
|
||||||||||||||||||
Army | AA | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 2_4_5_,_1_5_0_._0_0 | ||||||||||||
TOTAL | $ | 245,150.00 |
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W25G1U) SU TRANSPORTATION OFFICER DDSP NEW CUMBERLAND FACILITY 2001 MISSION DRIVE DOOR 113 134 NEW CUMBERLAND PA 17070-5001 _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ C O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0248/0002 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||
A_D_D__ | S_I__ C_D M_A_R__ F_O_R | T__ C_D | ||
002 W52H096024Z905 W62G2T J | 1 | |||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||
001 | 20 | 25-OCT-2007 |
FOB POINT: Destination
|
SHIP TO: F_R_E_I_G_H__
A_D_D_R_E_S_S
(W62G2T) XU DEF DIST DEPOT SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 10 PH 209 839 4307 TRACY CA 95304-5000 C _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0248/0002 |
Reference No. of Document Being Continued Page 4 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0002 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION G - CONTRACT ADMINISTRATION DATA
PRON/ | ||||||||||||||||||||
LINE | AMS CD/ | OBLG STAT/ | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||||
_ I_ _ TE _E _ _ | _ M_ _ I_ _ P_ R | A C_R_N_ | J O__ | O_R_D N_O_ | P_R_I_O_ R A _M_O_U_N_T | A_M_O_U_N_T_ | A_M_O_U_N_T_ | |||||||||||||
|
||||||||||||||||||||
0001AB | M161F756M1 | AA | 2 | $ | 245,150.00 $ | 11,027.00 | $ | 256,177.00 | ||||||||||||
060011 | ||||||||||||||||||||
|
|
|||||||||||||||||||
NET CHANGE $ | 11,027.00 | |||||||||||||||||||
SERVICE | NET CHANGE | ACCOUNTING | INCREASE/DECREASE | |||||||||||||||||
N _A_M_E | B_Y A_C_R_N | A C_C_O_ | N_T_ | C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_ T_I_O__ | A_M_O__U_N_ T | ||||||||||||||
|
||||||||||||||||||||
Army | AA | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 1_1_,_0_2_7_._0_0 | ||||||||||||
NET CHANGE $ | 11,027.00 | |||||||||||||||||||
PRIOR AMOUNT | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||||||
O _F | A_W_A_R_D | A_M_O_U_N_T_ | _O_B_L_I_G__A_M_T__ | |||||||||||||||||
|
||||||||||||||||||||
NET CHANGE FOR AWARD: $ | 245,150.00 | $ | 11,027.00 | $ | 256,177.00 |
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0002 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
AS A RESULT OF THE INCORPORATION OF ECP H07A2006:
1) | THE UNIT PRICE ON DELIVERY ORDER 0002 IS INCREASED BY $774.00, FOR A TOTAL PRICE OF $294,877.00. |
2) | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A 0003 ***
|
FOB POINT: Destination
SHIP TO: F_R_E_I_G_H__ A_D_D_R_E_S_S (W25G1U) SU TRANSPORTATION OFFICER DDSP NEW CUMBERLAND FACILITY 2001 MISSION DRIVE DOOR 113 134 NEW CUMBERLAND PA 17070-5001 C _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0248/0002 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||
A_D_D__ | S_I__ C_D M_A_R__ F_O_R | T__ C_D | ||
002 W52H096024Z905 W62G2T J | 1 | |||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||
001 | 20 | 25-OCT-2007 |
FOB POINT: Destination
|
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0002 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 03 TO W52H09-05-F-D-0248 DO 0002 IS TO:
1) INCREASE THE UNIT PRICE FROM $5897.54 BY $1947.65, TO A UNIT PRICE OF $7845.19.
THIS UNIT PRICE ADJUSTMENT REPRESENTS A PORTION OF THE NEGOTIATED EQUITABLE ADJUSTMENT. THE ENTIRE EQUITABLE ADJUSTMENT AMOUNT REPRESENTS A FULL AND COMPLETE SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION RAISED IN AND ASSOCIATED WITH ITS REQUEST FOR EQUITABLE ADJUSTMENT, DATED 4 MARCH 2008. IN ADDITION, BECAUSE OPTEX' REA WAS SUBMITTED ON A TOTAL COST BASIS, THE PARTIES INTEND THIS MODIFICATION TO ADDRESS ALL OF THE PAST ISSUES ON THIS CONTRACT AS OF 4 MARCH 2008. THEREFORE, THIS MODIFICATION REPRESENTS A COMPLETE AND FULL SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION THAT OPTEX MAY RAISE FOR ANY INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND ANY OTHER MATTERS, OCCURRING ON OR BEFORE 4 MARCH 2008, INCLUDING ANY CLAIMS FOR DELAY, UNREALIZED OVERHEAD, ATTORNEY'S FEES, AND ANY OTHER CAUSES OF ACTION, KNOWN OR UNKNOWN TO OPTEX, WHETHER ASSERTED AT THIS TIME OR NOT, ARISING UNDER THIS CONTRACT.
THIS MODIFICATION WILL NOT AFFECT ANY CLAIMS OR CAUSES OF ACTION PERTAINING TO INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND OTHER MATTERS WHICH OCCUR AFTER 4 MARCH 2008.
2) REVISE THE DELIVERY SCHEDULE, SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0005 ***
|
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0002 MOD/AMD 04
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO REVISE THE DELIVERY SCHEDULE FOR CLIN 0001AB.
1. | FORMALLY INCORPORATE A REVISED DELIVERY SCHEDULE AS SET FORTH IN SECTION B. |
2. | THERE IS NO COST TO EITHER PARTY. |
3. | THE CONTRACTOR HEREBY WAIVES ANY AND ALL RIGHTS AND CLAIMS FOR EQUITABLE ADJUSTMENT ATTRIBUTABLE TO SUCH FACTS AND CIRCUMSTANCES |
GIVING RISE TO THE ABOVE CHANGES AND DOCUMENTION, INCLUDING ANY DELAYS, PRECEDING AND INCLUDING THIS MODIFICATION.
4. | EARLIER DELIVERIES ARE ACCEPTABLE, IF AT NO ADDITIONAL COST TO THE GOVERNMENT. |
5. | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0006 ***
|
Reference No. of Document Being Continued | Page | 4 of 4 | ||||||||
CONTINUATION SHEET | ||||||||||
PIIN/SIIN W52H09-05-D-0248/0002 MOD/AMD | 04 | |||||||||
|
|
|
|
|
||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||||||
|
|
|
|
|
||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||
|
|
|
|
|
||||||
C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R | ||||||||||
W52H09-05-D-0248/0002 |
PAGE 1 OF
4
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||
(YYYYMMMDD) | ||||||||
W52H09-05-D-0248 | 0003 | 2007MAY01 | SEE SCHEDULE | DOA5 | ||||
|
|
|
|
|
||||
6. ISSUED BY | CODE W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | ||||
|
|
|||||||
TACOM-ROCK ISLAND | ||||||||
AMSTA-LC-GAWC-B | DCMA DALLAS | |||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | X DESTINATION | ||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | DALLAS TX 75201-2843 | OTHER |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0003 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC SUPPLEMENTAL INFORMATION
1. | Delivery Order 0003 to contract W52H09-05-D-0248 is for 152 each, M187 Telescope Mount, NSN: 1240-01-483-5324, PN 12984689.. |
2. | The unit price of $4722.70 each reflects the unit price of CLIN 0001 issued during Ordering Period 02 (1 JULY 2006 thru 31 JUNE |
2007), for a total delivery order price of $717,850.40.
|
3. | Delivery is shown in Schedule B, Supplies/Services. |
4. | FOB is Destination. |
5. | Early deliveries are authorized if at no additional cost to the Government. |
6. | The Maximum Quantity over the Five Ordering Periods is 1250 each. To date, the Total Quantity Ordered under this contract is 531 |
each.
7. This delivery order is subject to the terms and conditions of contract W52H09-05-D-0248.
*** END OF NARRATIVE A 0001 ***
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0003 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 01 TO W52H09-05-F-D-0248 DO 0003 IS TO:
1) | INCREASE THE UNIT PRICE FROM $4722.70 BY $1947.65, FOR A NEW UNIT PRICE OF $6670.35. |
2) | FOR ADMINISTRATIVE PURPOSES, THIS INCREASE WILL BE REPRESENTED ON CLIN 1001AB. |
3) | THEREFORE, FOR EACH MOUNT SHIPPED AGAINST CLIN 0001AB, THE CONTRACTOR SHALL BILL AGAINST CLIN 0001AB ($4722.70), AND 1001AB |
($1947.65) FOR A TOTAL UNIT PRICE OF $6670.35.
|
THIS UNIT PRICE ADJUSTMENT REPRESENTS A PORTION OF THE NEGOTIATED EQUITABLE ADJUSTMENT. THE ENTIRE EQUITABLE ADJUSTMENT AMOUNT REPRESENTS A FULL AND COMPLETE SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION RAISED IN AND ASSOCIATED WITH ITS REQUEST FOR EQUITABLE ADJUSTMENT, DATED 4 MARCH 2008. IN ADDITION, BECAUSE OPTEX' REA WAS SUBMITTED ON A TOTAL COST BASIS, THE PARTIES INTEND THIS MODIFICATION TO ADDRESS ALL OF THE PAST ISSUES ON THIS CONTRACT AS OF 4 MARCH 2008. THEREFORE, THIS MODIFICATION REPRESENTS A COMPLETE AND FULL SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION THAT OPTEX MAY RAISE FOR ANY INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND ANY OTHER MATTERS, OCCURRING ON OR BEFORE 4 MARCH 2008, INCLUDING ANY CLAIMS FOR DELAY, UNREALIZED OVERHEAD, ATTORNEY'S FEES, AND ANY OTHER CAUSES OF ACTION, KNOWN OR UNKNOWN TO OPTEX, WHETHER ASSERTED AT THIS TIME OR NOT, ARISING UNDER THIS CONTRACT.
THIS MODIFICATION WILL NOT AFFECT ANY CLAIMS OR CAUSES OF ACTION PERTAINING TO INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND OTHER MATTERS WHICH OCCUR AFTER 4 MARCH 2008.
2) REVISE THE DELIVERY SCHEDULE, SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0003 ***
|
SECURITY CLASS: Unclassified
|
1001
|
U _N_I_
T
_R_I_C_E_ P
I_N_C_R_E_A_S_E
|
1001AB
|
$
|
2_9_6_,_0_4_2_._8_0
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0003 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO REVISE THE DELIVERY SCHEDULE FOR CLIN 0001AB.
1. | FORMALLY INCORPORATE A REVISED DELIVERY SCHEDULE AS SET FORTH IN SECTION B. |
2. | THERE IS NO COST TO EITHER PARTY. |
3. | THE CONTRACTOR HEREBY WAIVES ANY AND ALL RIGHTS AND CLAIMS FOR EQUITABLE ADJUSTMENT ATTRIBUTABLE TO SUCH FACTS AND CIRCUMSTANCES |
GIVING RISE TO THE ABOVE CHANGES AND DOCUMENTION, INCLUDING ANY DELAYS, PRECEDING AND INCLUDING THIS MODIFICATION.
4. | EARLIER DELIVERIES ARE ACCEPTABLE, IF AT NO ADDITIONAL COST TO THE GOVERNMENT. |
5. | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0004 ***
|
PAGE 1 OF
5
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||||||||
(YYYYMMMDD) | ||||||||||||||
W52H09-05-D-0248 | 0004 | 2007JUN25 | SEE SCHEDULE | DOA5 | ||||||||||
|
|
|
|
|
|
|||||||||
6. ISSUED BY | CODE | W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | |||||||||
|
|
|||||||||||||
TACOM-ROCK ISLAND | ||||||||||||||
AMSTA-LC-GAWC-B | DCMA DALLAS | |||||||||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | X DESTINATION | ||||||||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||||||||
DALLAS TX 75201-2843 | OTHER | |||||||||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | (See Schedule if | |||||||||||||
SCD: A | PAS: NONE | ADP PT: HQ0339 | other) | |||||||||||
|
|
|
|
|
|
|
|
|||||||
9. CONTRACTOR | CODE | 0BK64 | FACILITY | 10. DELIVER TO FOB POINT BY (Date) | 11. X IF BUSINESS IS | |||||||||
|
||||||||||||||
(YYYYMMMDD) | ||||||||||||||
o | o | X SMALL | ||||||||||||
OPTEX SYSTEMS INC | ||||||||||||||
1420 PRESIDENTIAL DR | SEE SCHEDULE | SMALL | ||||||||||||
|
||||||||||||||
NAME | RICHARDSON, TX 75081-2769 | 12. DISCOUNT TERMS | DISADVANTAGED | |||||||||||
AND | ||||||||||||||
ADDRESS | WOMAN-OWNED | |||||||||||||
|
|
|
||||||||||||
o | o | 13. MAIL INVOICES TO THE ADDRESS IN BLOCK | ||||||||||||
|
|
|
|
TYPE BUSINESS: Other Small Business Performing in U.S. See Block 15
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0004 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC SUPPLEMENTAL INFORMATION
1. | Delivery Order 0004 to contract W52H09-05-D-0248 is for 150 each, M187 Telescope Mount, NSN: 1240-01-483-5324, PN 12984689. |
2. | The unit price of $4722.70 each reflects the unit price of CLIN 0001 issued during Ordering Period 02 (1 JULY 2006 thru 30 JUNE |
2007), for a total delivery order price of $708,405.00.
|
3. | Delivery is shown in Schedule B, Supplies/Services. |
4. | FOB is Destination. |
5. | Early deliveries are authorized if at no additional cost to the Government. |
6. | The Maximum Quantity over the Five Ordering Periods is 1250 each. To date, the Total Quantity Ordered under this contract is 681 |
each.
7. This delivery order is subject to the terms and conditions of contract W52H09-05-D-0248.
*** END OF NARRATIVE A0001 ***
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0004 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 03 TO W52H09-05-F-D-0248 DO 0002 IS TO:
1) INCREASE THE UNIT PRICE FROM $4722.70 BY $1947.65, TO A NEW UNIT PRICE OF $6670.35.
THIS UNIT PRICE ADJUSTMENT REPRESENTS A PORTION OF THE NEGOTIATED EQUITABLE ADJUSTMENT. THE ENTIRE EQUITABLE ADJUSTMENT AMOUNT REPRESENTS A FULL AND COMPLETE SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION RAISED IN AND ASSOCIATED WITH ITS REQUEST FOR EQUITABLE ADJUSTMENT, DATED 4 MARCH 2008. IN ADDITION, BECAUSE OPTEX' REA WAS SUBMITTED ON A TOTAL COST BASIS, THE PARTIES INTEND THIS MODIFICATION TO ADDRESS ALL OF THE PAST ISSUES ON THIS CONTRACT AS OF 4 MARCH 2008. THEREFORE, THIS MODIFICATION REPRESENTS A COMPLETE AND FULL SETTLEMENT OF ALL CLAIMS, DEMANDS, AND CAUSES OF ACTION THAT OPTEX MAY RAISE FOR ANY INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND ANY OTHER MATTERS, OCCURRING ON OR BEFORE 4 MARCH 2008, INCLUDING ANY CLAIMS FOR DELAY, UNREALIZED OVERHEAD, ATTORNEY'S FEES, AND ANY OTHER CAUSES OF ACTION, KNOWN OR UNKNOWN TO OPTEX, WHETHER ASSERTED AT THIS TIME OR NOT, ARISING UNDER THIS CONTRACT.
THIS MODIFICATION WILL NOT AFFECT ANY CLAIMS OR CAUSES OF ACTION PERTAINING TO INCIDENTS, DIRECTED/CONSTRUCTIVE CHANGES, AND OTHER MATTERS WHICH OCCUR AFTER 4 MARCH 2008.
2) REVISE THE DELIVERY SCHEDULE, SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0002 ***
|
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0248/0004 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO REVISE THE DELIVERY SCHEDULE FOR CLIN 0001AB.
1. | FORMALLY INCORPORATE A REVISED DELIVERY SCHEDULE AS SET FORTH IN SECTION B. |
2. | THERE IS NO COST TO EITHER PARTY. |
3. | THE CONTRACTOR HEREBY WAIVES ANY AND ALL RIGHTS AND CLAIMS FOR EQUITABLE ADJUSTMENT ATTRIBUTABLE TO SUCH FACTS AND CIRCUMSTANCES |
GIVING RISE TO THE ABOVE CHANGES AND DOCUMENTION, INCLUDING ANY DELAYS, PRECEDING AND INCLUDING THIS MODIFICATION.
4. | EARLIER DELIVERIES ARE ACCEPTABLE, IF AT NO ADDITIONAL COST TO THE GOVERNMENT. |
5. | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0003 ***
|
Reference No. of Document Being Continued | Page | 4 of 4 | ||||||||
CONTINUATION SHEET | ||||||||||
PIIN/SIIN W52H09-05-D-0248/0004 MOD/AMD 02 | ||||||||||
|
|
|
|
|
||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||||||
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT UNIT PRICE | AMOUNT | |||||||
|
|
|
|
|||||||
005 | DELETED | |||||||||
FOB POINT: Destination | ||||||||||
SHIP TO: | ||||||||||
(W31G1Z) | XR W0L7 ANNISTON MUNITIONS CTR | |||||||||
TRANS OFFICER 256 235 6837 CL V | ||||||||||
7 FRANKFORD AVE BLDG #380 | ||||||||||
ANNISTON | AL 36201-4199 | |||||||||
C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R | ||||||||||
W52H09-05-D-0248/0004 | ||||||||||
DOC | SUPPL R_E___C_D_ | M_I_L_S_T_R_I_P_ | ||||||||
A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D | ||||||||||
003 W52H097150Z902 W62G2T | J | 1 | ||||||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||||||
001 | 16 | 31-MAY-2011 | ||||||||
002 | 20 | 30-JUN-2011 | ||||||||
003 | 14 | 29-JUL-2011 | ||||||||
004 | DELETED | |||||||||
005 | DELETED | |||||||||
FOB POINT: Destination | ||||||||||
SHIP TO: | ||||||||||
(W62G2T) | XR W1BG DEF DIST DEPOT SAN JOAQUN | |||||||||
25600 S CHRISMAN ROAD | ||||||||||
REC WHSE 16B PH 209 839 4307 | ||||||||||
TRACY,CA,95304-5000 | ||||||||||
C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R | ||||||||||
W52H09-05-D-0248/0004 |
APPENDIX B
SOLICITATION
RESPONSE
|
CONTRACT ATTACHED
1. This Contract Is A Rated Order Under | Rating | Page | of | Pages | ||||||||||||
SOLICITATION, OFFER AND AWARD | DPAS (15 CFR 700) | DOA5 | 1 | 43 | ||||||||||||
|
|
|
|
|
|
|
||||||||||
. Contract Number | 3. Solicitation Number | 4. Type of Solicitation | 5. Date Issued | 6. Requisition/Purchase Number | ||||||||||||
W52H09-08-R-0274 | Sealed Bid (IFB) | 2008SEP05 | SEE SCHEDULE | |||||||||||||
X Negotiated (RFP) | ||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||
. Issued By | Code | W52H09 | 8. Address Offer To (If Other Than Item 7) | |||||||||||||
|
||||||||||||||||
TACOM-ROCK ISLAND | ||||||||||||||||
AMSTA-LC-GLK-A | ||||||||||||||||
ROCK ISLAND IL | 61299-7630 |
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". | ||
|
|
|
SOLICITATION | ||
|
|
|
9. Sealed offers in original and 1 signed copies for furnishing the supplies or services in the Schedule will be received at the | ||
place specified in item 8, or if handcarried, in the depository located in | until | |
|
||
04:00pm (hour) local time 2008OCT06 (Date). |
Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214 -7 or 52.215 -1. All offers are subject to all terms and conditions contained in this solicitation.
10. For Information | A. Name | B. Telephone (No Collect Calls) | C. E-mail Address | |||||||||||||
|
|
|||||||||||||||
Call: | KEVIN GILMORE | Area Code Number | Ext. | KEVIN.GILMORE@US.ARMY.MIL | ||||||||||||
(309)782-3558 | ||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||
11. Table Of Contents | ||||||||||||||||
|
||||||||||||||||
(X) | Sec. | Description | Page(s) | (X) | Sec. | Description | Page(s) | |||||||||
|
|
|
|
|
|
|
|
|||||||||
Part I - The Schedule | Part II - Contract Clauses | |||||||||||||||
|
|
|
|
|
|
|
|
|||||||||
X | A | Solicitation/Contract Form | 1 | X | I | Contract Clauses | 23 | |||||||||
|
|
|
|
|
|
|
|
|
||||||||
X | B | Supplies or Services and Prices/Costs | 9 | Part III - List Of Documents, Exhibits, And Other Attach. | ||||||||||||
|
|
|
|
|
|
|
||||||||||
X | C | Description/Specs./Work Statement | 15 | X | J | List of Attachments | 34 | |||||||||
|
|
|
|
|
|
|
|
|
||||||||
X | D | Packaging and Marking | 16 | Part IV - Representations And Instructions | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||
X | E | Inspection and Acceptance | 18 | K | Representations, Certifications, and | |||||||||||
|
|
|
|
|||||||||||||
X | F | Deliveries or Performance | 21 | X | Other Statements of Offerors | 35 | ||||||||||
|
|
|
|
|
|
|
|
|||||||||
G | Contract Administration Data | X | L | Instrs., Conds., and Notices to Offerors | 38 | |||||||||||
|
|
|
|
|
|
|
|
|||||||||
X | H | Special Contract Requirements | 22 | X | M | Evaluation Factors for Award | 42 | |||||||||
|
|
|
|
|
|
|
|
inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
SCD | PAS | ADP PT | ||||||
|
|
|
|
|
||||
26. Name of Contracting Officer (Type or Print) | 27. United States Of America | 28. Award Date | ||||||
2008OCT06 |
(Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 33 (Rev. 9-97)
Previous edition is unusable Prescribed By GSA-FAR (48 CFR) 53.214(c)
Reference No. of Document Being Continued | Page | 2 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
||||
SECTION A - SUPPLEMENTAL INFORMATION |
1. This solicitation is being issued as a restricted procurement, limited only to Optex Inc and Miller-Holzwarth in accordance with FAR 6.302 -1, for the following periscopes:
NOUN | NSN | PN | ||
M17 | 6650-01-317-9138 | 12357918 | ||
M27 | 1240-01-319-8995 | 12357792 | ||
15 Degree | 6650-01-317-9139 | 12357908 | ||
20 Degree | 1240-01-319-8994 | 12357909 | ||
M45 | 6650-01-418-6658 | 12370033 | ||
Short COM | 1240-01-319-5339 | 12357840 | ||
Tall COM | 1240-01-319-5340 | 12357841 | ||
Long Driver | 6650-01-320-5628 | 12357848 |
2. This solicitation W52H09-08-R-0274 will result in two contract awards of 3-year long-term firm-fixed price indefinite delivery indefinite quantity type contracts (see FAR 16.504) for the above referenced items. The initial contract awards for the guaranteed minimum quantities will be made subject to price reasonableness. However, all future delivery orders will be evaluated on price, past performance and delivery schedule. Offerors are advised to carefully read Sections L and M before submitting their proposals.
3. The instant award under this solicitation will be a guaranteed minimum quantity of 250 each, M27 periscopes to each offeror. The required delivery rate and delivery schedule for guaranteed minimum quantity of 250 each will be as shown below.
150 ea, 150 days ARO
100 ea, 180 days ARO |
If future delivery orders are issued on a unilateral basis, the required deliveries will begin 150 days ARO and the Government may require the delivery of each model of periscope to begin at a rate of 250 each per month accelerating to 500 periscopes in the second month; then 750 periscopes in the third month and will continue at that rate until the order is completed. If multiple periscopes are ordered on a single delivery order or successive delivery orders, the aggregate monthly delivery amounts for all periscopes will be not exceed 2000 per month. The specific models to be delivered each month will be at the discretion of the Government, based on Army requirements.
4. The contract will include three ordering periods as follows:
Ordering Period (OP) 1 Award date through 31 December 2009
Ordering Period (OP) 2 1 January 2010 through 31 December 2010 Ordering Period (OP) 3 1 January 2011 through 31 December 2011 |
The Government is not obligated to award any additional quantities other than the initial guaranteed minimum quantity. An award under this solicitation in no way obligates the Government to place any future orders.
The ordering periods and ranges quantities shown on Attachment 001 are provided for the purpose of establishing reasonable quantities against which to provide prices.
The offeror will enter unit prices for each ordering period for each Periscope listed on the Price Evaluation Spreadsheet (Attachment 001). In order to be acceptable, an offer must include prices for all quantity ranges and ordering periods on the items that they wish to provide an offer for. If an offeror fails to submit unit prices for all quantity ranges and ordering periods, the Government may reject the proposal as unacceptable.
5. The quantities reflected below, other than the stated guaranteed minimum quantities, are not guaranteed buy quantities but are for planning purposes only. An award under this solicitation in no way obligates the Government to order the stated estimated or maximum quantities.
For each ordering period, the Governments estimated buy quantities by ordering period are as follows:
CLIN | 0001/M17 | Ordering Period | Estimated | |||
1 | 9,948 | |||||
2 | 3,828 | |||||
3 | 3,500 | |||||
CLIN | 0002/M27 | Ordering Period | Estimated |
Reference No. of Document Being Continued | Page | 3 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
1 | 3,409 | |||
2 | 1,400 | |||
3 | 1,200 | |||
CLIN 0003/ | Ordering Period | Estimated | ||
15 Degree | ||||
1 | 0 | |||
2 | 0 | |||
3 | 134 | |||
CLIN 0004/ | Ordering Period | Estimated | ||
20 Degree | ||||
1 | 0 | |||
2 | 0 | |||
3 | 100 | |||
CLIN 0005/M45 | Ordering Period | Estimated | ||
1 | 600 | |||
2 | 600 | |||
3 | 600 | |||
CLIN 0006/ | Ordering Period | Estimated | ||
Short COM | ||||
1 | 900 | |||
2 | 400 | |||
3 | 350 | |||
CLIN 0007/ | Ordering Period | Estimated | ||
Tall COM | ||||
1 | 350 | |||
2 | 150 | |||
3 | 150 | |||
CLIN 0008/ | Ordering Period | Estimated | ||
Long Driver | ||||
1 | 900 | |||
2 | 400 | |||
3 | 350 |
6. | First article testing is not required at this time for Optex Inc and Miller-Holzwarth. |
7. | All deliveries shall be FOB Destination. |
8. | Contractors interested in submitting a proposal must be fully compliant with the ISO 9001:2000 requirement at time of proposal |
submittal. See Section E, Page 20.
|
9. | Request your proposal remain valid for 90 days. |
10. | Placement of future orders shall be in accordance with the evaluation guidelines in Section M of the solicitation. |
11. | FAIR OPPORTUNITY PROCEDURES: The Government intends to place competitive delivery orders with the offeror(s) that represents the |
best value to the Government using a trade-off analysis of price, past performance and delivery schedule. Written quotes will be requested from the successful offeror(s) prior to issuance of subsequent delivery orders.
Exceptions to the Fair Opportunity procedures described below are:
|
A. The Government reserves the right to issue unilateral delivery orders at the prices and terms stated in the contract in the event the agencys need for the supplies is so urgent that providing a fair opportunity would result in unacceptable delays.
B. | Each delivery order stands on its own insofar as it obligates the Government. |
C. | Only one awardee is capable of providing the required supplies at the level of quality required because they supplies ordered are |
unique or highly specialized.
|
Reference No. of Document Being Continued | Page | 4 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
D. The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract.
E. No Protest Rule and Ombudsman. In accordance with FAR 16.505(a) (6), no protest under FAR Subpart 33.1 is authorized in connection with the issuance of an order except for a protest on the grounds that the order increases the scope, period, or maximum value of the contract. The designated ombudsman is MAJ Kyle McFarland, U.S. Army TACOM LCMC (Rock Island), office symbol: AMSTA-AQ-AR, phone number: (309) 782-3223, e-mail: ROCK-OMBUDSMAN@conus.army.mil. The ombudsman will review complaints from the contractors and ensure all contractors are afforded a fair opportunity consistent with the procedures in this solicitation/contract.
*** END OF NARRATIVE A0001 *** | ||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
|
||||||
A-1 | 52.246-4500 | WIDE AREA WORKFLOW-RECEIPT ACCEPTANCE (WAWF-RA) | OCT/2007 | |||
TACOM LCMC | ||||||
(RI) |
(a) To comply with the clauses at 252.246 -7000, "Material Inspection and Receiving Report", and at 252.232 -7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil.
(b) | When prompted to send additional email notifications, add tami.lord@us.army.mil. |
(c) | You may use this link for assistance in completing the WAWF documentation: |
http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf
a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors.
contact the Ombudsman Office. The address and phone number are:
U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil |
e. | If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number; |
Reference No. of Document Being Continued | Page | 5 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
(2) | Name of PCO; |
(3) | Problem description; |
A-3 | 52.204-4505 | DISCLOSURE OF UNIT PRICE INFORMATION | FEB/2003 | |||
TACOM LCMC | ||||||
(RI) |
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of
Information Act, 5 U.S.C. 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals.
(AS7909) | (End of Clause) | |||||
A-4 | 52.204-4506 | PUBLIC ACTIVITY INVOLVEMENT | FEB/2003 | |||
TACOM LCMC | ||||||
(RI) |
Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at
such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red River Army Depot have expressed interest in securing subcontracting opportunities under
this RFP. For information related to the capabilities of these facilities, and Points of Contact, see https://triext.ria.army.mil/ibo/index.html
(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.
(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:
SPI PROCESS: | FACILITY: | MILITARY OR | AFFECTED CONTRACT | |||
FEDERAL SPEC | LINE ITEM #, SUBLINE | |||||
OR STANDARD: | ITEM #, COMPONENT | |||||
OR ELEMENT: |
Reference No. of Document Being Continued | Page | 6 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.
(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.
(e) | The price that is provided by the offeror in the Schedule in Section B will be considered as follows: |
(1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the | |
proposed SPI.
|
(2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.
(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:
LCMC (RI) Solicitation Page has been activated to fully automate the response process (see h _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x_._h_t_m_). To ensure that your bid, proposal, or quote is considered for award, your response to a solicitation can not include a bid, proposal or quote for any other solicitation. Each bid, proposal, quote responding to a solicitation must be individually submitted; i.e., one solicitation, one electronic submission for that particular solicitation. See paragraph 4 below.
2. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html
3. IMPORTANT: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format to the Web site above. Hard copy and facsimile (datafax) bids/offers/quotes WILL NOT BE ACCEPTED.
NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.
4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:
LS7011, Electronic Bids/Offers - TACOM LCMC (RI)
(TACOM LCMC (RI) 52.215-4510) LS7013, Electronic Award Notice - TACOM LCMC (RI) (TACOM LCMC (RI) 52.215-4511) |
5. Do NOT combine bids, proposals or quotes from different solicitations into the same, single electronic submission. If a
Reference No. of Document Being Continued | Page | 7 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
combined response is submitted, only the data pertinent to the first solicitation number in such a combined response will be used and all other data for any other procurement action will be totally disregarded.
A-8 | 52.233-4503 | AMC-LEVEL PROTEST PROGRAM | JUL/2007 | |||
TACOM LCMC | ||||||
(RI) |
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
HQ, Army Materiel Command
Office of Command Counsel ATTN: AMCCC-PL 9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527 Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm |
If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures.
(AS7010) | (End of Clause) | |||||
A-9 | 52.243-4510 | DIRECT VENDOR DELIVERY | JAN/1999 | |||
TACOM LCMC | ||||||
(RI) |
In accordance with the Changes Clause of this contract, the Contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the Contractor may be directed to use best commercial packaging. The Contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:
(AS7012) | (End of Clause) | |||||
A-10 | 52.245-4500 | NOTICE OF DEMILITARIZATION AND TRADE SECURITY CONTROLS CONSIDERATION | OCT/2006 | |||
TACOM LCMC | REQUIREMENT | |||||
(RI) |
This solicitation and any resulting contract are subject to the "Demilitarization and Trade Security Controls Requirements and Procedures" clause, HS7144, contained in Section H of this document.
(AS7500)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page | 8 of 43 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|
D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_ r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357918 DATE: 31-OCT-2007
P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g | ||||||||
PACKAGING/PACKING/SPECIFICATIONS: | ||||||||
SPI -P12357918, REV E, DATED 19 FEB 02 | ||||||||
LEVEL PRESERVATION: Military | ||||||||
LEVEL PACKING: B | ||||||||
I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e | ||||||||
INSPECTION: Origin | ACCEPTANCE: Origin | |||||||
0002 | P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y | $ | $ | |||||
NOUN: M27-NSN 1240-01-319-8995 | ||||||||
FSCM: 1240 | ||||||||
PART NR: 12357792 | ||||||||
SECURITY CLASS: Unclassified |
_O_T_E__ N
_H_I_S_ T
S_E_C_T_I_O_N
F_O_R
I_T_E_M
I_D_E_N_T_I_F_I_C_A_T_I_O_N
O_N_L_Y_.
F _I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E E _V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_" |
(End of narrative B001)
|
D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_ r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357792 DATE: 01-NOV-2007
_O_T_E__ N
_H_I_S_ T
S_E_C_T_I_O_N
F_O_R
I_T_E_M
I_D_E_N_T_I_F_I_C_A_T_I_O_N
O_N_L_Y_.
_I_L___I_N__P_R_I_C_E_S_ F O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E E _V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_" |
(End of narrative B001)
|
D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_ r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357841 DATE: 07-NOV-2007
_a_c_k_a_g_i_n__ P
a_n_d
M_a_r_k_i_n_g
PACKAGING/PACKING/SPECIFICATIONS: SPI-P12357841, REV D, NOT DATED LEVEL PRESERVATION: Military LEVEL PACKING: B |
Contractor will prepare and deliver the data
in accordance with the requirements, quantities and schedules set forth in the Contract Data Requirements Lists (DD Form 1423), Exhibit A. It is required that data items be delivered using electronic media. Refer to the DD Form 1423 for more specific electronic delivery information. |
A DD250 IS NOT REQUIRED
|
(End of narrative B001)
|
Reference No. of Document Being Continued | Page | 14 of 43 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: | ||||||||||||
|
|
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e | ||||||||||||
INSPECTION: Origin | ACCEPTANCE: Destination |
In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to
Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.
The following drawing(s) and specifications are applicable to this procurement.
Drawings and Specifications in accordance with enclosed Technical Data Package Listing - SEE BELOW - with revisions in effect as of SEE BELOW (except as follows):
1. TDPL: 12370033:19207 - 29 OCT 2007 Periscope, M45 NSN:6650-01-418-6658
To all drawings and associated documents without a distribution statement, add distribution C.
10940477, CHANGE NOTE 1: TO READ:
"SILICONE RUBBER, M3GE503A19B37C12F19, FABRICATE IN ACCORDANCE WITH ASTM-D2000."
2. TDPL: 12357840:19207 - 7 NOV 2007 Periscope Assy/Comdr Side NSN: 1240-01-319-5339
To all drawings and associated documents without a distribution statement, add distribution C.
SPI 12357840:
|
-Delete NSN:1240-01-319-5330 and Add NSN:1240-01-319-5339.
|
3. TDPL: 12357841:19207 - 7 NOV 2007 Periscope Assy/Cmdr Front NSN: 1240-01-319-5340
To all drawings and associated documents without a distribution statement, add distribution C.
4. TDPL: 12357848:19207 - 1 NOV 2007 Periscope Assy/Drivers Unity NSN: 6650-01-320-5628 To all drawings and associated documents without a distribution statement, add distribution C.
TDPL: | ||||||
Document | Delete | Substitute | Add | |||
ECP D3T3005 | X | - | - | |||
4. TDPL: | 12357918:19207 | - 31 OCT 2007 Periscope, Tank M17E4 NSN: 6650-01-317-9138 |
To all drawings and associated documents without a distribution statement, add distribution C.
7674952:
-Delete P-L-391 and Replace with L-P-391.
12357793, 7043539, and 7048694:
-Delete MIL-C-46168 and Replace with MIL-DTL-53039.
5. TDPL: 12357909:19207 - 31 OCT 2007 Periscope 20 Degree Uplock NSN: 1240-01-319-8994 To all drawings and associated documents without a distribution statement, add distribution C.
QS12357909:
-Delete MIL-P-63420 and Replace with MIL-DTL-62420.
6. TDPL: 12357792:19207 - 01 NOV 2007 Periscope, Tank M27E4 NSN: 1240-01-319-8995
To all drawings and associated documents without a distribution statement, add distribution C.
Reference No. of Document Being Continued | Page 16 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
SECTION D - PACKAGING AND MARKING | ||||||||
R e_g_u_l_a_t_o_r__ | C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | |||||
|
||||||||
D-1 | 52.211-4501 | PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS) | DEC/2007 | |||||
TACOM LCMC | ||||||||
(RI) |
A. Military preservation, packing, and marking for the item identified above shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of, MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction (SPI) contained in the TDP.
PRESERVATION: MILITARY LEVEL OF PACKING: -B-
QUANTITY PER UNIT PACKAGE: -001-
SPI NUMBER-P1257841 REV D, NOT DATED; P12357848, REV D, DATED 10 APR 03; P12357918, REV E,
DATED 19 FEB 02; P12370033, REV B, DATED 19 FEB 02; P12357840, REV E, NOT DATED; P12357909, REV B, DATED 19 FEB 02; P12357792, REV C, DATED 19 FEB 02; P12357850, REV C, DATED 19 FEB 02
B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The pallet shall be a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
C. Marking: In addition to any special markings called out on the SPI;
C.1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision P, Change Notice 4, dated 19 Sep 2007 including bar coding and a MSL label. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. Passive RFID tagging is required in all contracts that contain DFARS clause 252.211 -7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the concatenated UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the palletized unit load.
D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard.
Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program. In addition, wood used as dunnage for blocking and bracing, to include ISO containers, shall be ordered with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals.
E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided contractor provides the PCO and ACO with notification 60 days prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to PCO and ACO. Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.
F. Hazardous Materials (as applicable):
F.1..Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)
F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of
Reference No. of Document Being Continued Page 17 of 43 CONTINUATION SHEET
PIIN/SIIN W52H09-08-R-0274 MOD/AMD
Name of Offeror or Contractor:
transport and the applicable performance packaging contained in the following documents: --International Air Transport Association (IATA) Dangerous Goods Regulations --International Maritime Dangerous Goods Code (IMDG) --Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49 --Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO
P4030.19/DLAM 4145.3 (for military air shipments).
F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
F.4. When applicable, a Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.
G. SUPPLEMENTAL INSTRUCTIONS: -NA-
(DS6419)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page 18 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
SECTION E - INSPECTION AND ACCEPTANCE |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
E-1 | 52.246-2 | INSPECTION OF SUPPLIES--FIXED-PRICE | AUG/1996 | |||
E-2 | 52.246-16 | RESPONSIBILITY FOR SUPPLIES | APR/1984 | |||
E-3 | 52.246-11 | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT | FEB/1999 |
The Contractor shall comply with the higher-level quality standard selected below.
Title | Number | Date | ||||||
Quality Management Systems-Requirements ISO 9001:2000 13 Dec 00 | ||||||||
Tailored by excluding paragraphs 7.3, 7.4, 7.5.1, and 7.5.2 | ||||||||
(End of Clause) | ||||||||
E-4 | 52.209-4512 | FIRST ARTICLE TEST (CONTRACTOR TESTING) | MAR/2008 | |||||
TACOM LCMC | ||||||||
(RI) |
a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package.
b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.
c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:
(1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.
(2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.
(3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.
(4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.
(5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.
d. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.
Reference No. of Document Being Continued | Page 19 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be copy furnished to AMSRD-AAR-QEP-A, and to the Administrative Contracting Officer.
f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.
(ES6016) | (End of Clause) | |||||
E-5 | 52.246-4533 | SURFACE QUALITY STANDARDS | MAR/2001 | |||
TACOM LCMC | ||||||
(RI) |
a. Surface quality standards for optical elements (Scratch and Dig) per MIL-PRF-13830B, are required to perform acceptance inspection under this contract and are available as listed in appendix 1 of this contract. The standards will be furnished to the Contractor on a loan basis for use on this contract. The standards shall not be used on other contracts unless written authorization is received from the Contracting Officer. The Administering Contracting Officer (ACO) designated by the agency administering the contract, or the Contracting Officer (CO) if an ACO was not assigned shall submit the Contractor's request for equipment to Commander, ARDEC, ATTN: AMSRD-AAR-QEW, Picatinny Arsenal, NJ 07806-5000. Shipping costs shall be borne by the shipper.
b. The contractor shall hereby indicate the facility to which this Government Furnished Property should be shipped:
c. Upon receipt, the Contractor should retain shipping containers for return of the standards. All costs of packing, packaging, shipping, and insurance shall be borne by the Contractor.
d. The Contractor shall be responsible for shipping the surface quality standards to the Government for certification at 12 month intervals. Notification and shipping instructions shall be provided to the Contractor by Same as above. The notification shall include the standard's serial number and will be sent 30 days prior to the actual due date for certification.
e. Within 30 calendar days after completion of delivery of all items on this contract requiring scratch and digs, the Contractor shall assure that the Government owned standards referenced in paragraph a above are in the same condition as when received. Upon verification by a Government representative that the standards are undamaged. the Contractor shall prepare the standards for delivery in accordance with best commercial practices. The Contractor shall ship the standards with a DD Form 1149 to Same as above.
(ES6018) | (End of Clause) | |||||
E-6 | 52.246-4532 | DESTRUCTIVE TESTING | MAY/1994 | |||
TACOM LCMC RI |
a. All costs for destructive testing by the Contractor and items destroyed by the Government are considered as being included in the contract unit price.
b. Where destructive testing of items or components thereof is required by contract or specification, the number of items or components required to be destructively tested, whether destructively tested or not, shall be in addition to the quantity to be delivered to the
Reference No. of Document Being Continued | Page 20 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
Government as set forth in the Contract Schedule. |
c. All pieces of the complete First Article shall be considered as destructively tested items unless specifically exempted by other provisions of this contract.
d. The Contractor shall not reuse any components from items used in a destructive test during First Article, lot acceptance or inprocess testing, unless specifically authorized by the Contracting Officer.
e. The Government reserves the right to take title to all or any items or components described above. The Government may take title to all or any items or components upon notice to the Contractor. The items or components of items to which the Government takes title shall be shipped in accordance with the Contracting Officer's instructions. Those items and components to which the Government does not obtain title shall be rendered inoperable and disposed of as scrap by the Contractor.
(ES7011)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page 21 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
SECTION F - DELIVERIES OR PERFORMANCE |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
F-1 | 52.242-17 | GOVERNMENT DELAY OF WORK | APR/1984 | |||
F-2 | 52.247-34 | F.O.B. DESTINATION | NOV/1991 | |||
F-3 | 52.247-35 | F.O.B. DESTINATION, WITHIN CONSIGNEES' PREMISES | APR/1984 | |||
F-4 | 52.247-38 | F.O.B. INLAND CARRIER, POINT OF EXPORTATION | FEB/2006 | |||
F-5 | 52.247-4531 | COGNIZANT TRANSPORTATION OFFICER | MAY/1993 | |||
TACOM LCMC | ||||||
(RI) |
(a) The Contract Administration Office designated at the time of contract award, or the office servicing the point of shipment if subsequently designated by the original office, will be the contact point to which the contractor will:
(1) Submit, as necessary, DD Form 1659, Application for U.S. Government Bill(s) of Lading/Export Traffic Release, in triplicate at least ten days prior to date supplies will be available for shipment;
(2) | Obtain shipping instructions as necessary for F.O.B. Destination delivery; and |
(3) | Furnish necessary information for MILSTRIP/MILSTAMP or other shipment documentation and movement control, including air and water |
terminal clearances.
|
(4) For FMS, at least 10 days in advance of actual shipping date, the contractor should request verification of "Ship to" and "Notification" address from the appropriate DCMA.
(b) | The Contract Administration Office will provide to the contractor data necessary for shipment marking and freight routing. |
(c) | The contractor shall not ship directly to a Military air or waterport terminal without authorization by the designated point of |
contact. | ||
(FS7240) | (End of Clause) |
The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.
Shipped From:
For contracts involving F.O.B. Origin shipments furnish the following rail information:
Does Shipping Point have a private railroad siding? YES NO
If YES, give name of rail carrier serving it:
If NO, give name and address of nearest rail freight station and carrier serving it:
Rail Freight Station Name and Address:
Serving Carrier: | ||
(HS7600) | (End of Clause) |
Reference No. of Document Being Continued | Page 23 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
SECTION I - CONTRACT CLAUSES |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
I-1 | 52.202-1 | DEFINITIONS | JUL/2004 | |||
I-2 | 52.203-3 | GRATUITIES | APR/1984 | |||
I-3 | 52.203-5 | COVENANT AGAINST CONTINGENT FEES | APR/1984 | |||
I-4 | 52.203-6 | RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT | SEP/2006 | |||
I-5 | 52.203-7 | ANTI-KICKBACK PROCEDURES | JUL/1995 | |||
I-6 | 52.203-8 | CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR | JAN/1997 | |||
IMPROPER ACTIVITY | ||||||
I-7 | 52.203-10 | PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY | JAN/1997 | |||
I-8 | 52.203-12 | LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS | SEP/2007 | |||
I-9 | 52.204-4 | PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER | AUG/2000 | |||
I-10 | 52.204-7 | CENTRAL CONTRACTOR REGISTRATION | APR/2008 | |||
I-11 | 52.209-6 | PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH | SEP/2006 | |||
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT | ||||||
I-12 | 52.211-5 | MATERIAL REQUIREMENTS | AUG/2000 | |||
I-13 | 52.211-15 | DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS | APR/2008 | |||
I-14 | 52.215-2 | AUDIT AND RECORDS--NEGOTIATIONS | JUN/1999 | |||
I-15 | 52.215-10 | PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA | OCT/1997 | |||
I-16 | 52.215-14 | INTEGRITY OF UNIT PRICES | OCT/1997 | |||
I-17 | 52.215-15 | PENSION ADJUSTMENTS AND ASSET REVERSIONS | OCT/2004 | |||
I-18 | 52.215-18 | REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB) | JUL/2005 | |||
OTHER THAN PENSIONS | ||||||
I-19 | 52.219-8 | UTILIZATION OF SMALL BUSINESS CONCERNS | MAY/2004 | |||
I-20 | 52.219-9 | SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2008-O0004) | APR/2008 | |||
I-21 | 52.219-16 | LIQUIDATED DAMAGES--SUBCONTRACTING PLAN | JAN/1999 | |||
I-22 | 52.219-25 | SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--DISADVANTAGED | APR/2008 | |||
STATUS AND REPORTING | ||||||
I-23 | 52.222-19 | CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES | FEB/2008 | |||
I-24 | 52.222-20 | WALSH-HEALEY PUBLIC CONTRACTS ACT | DEC/1996 | |||
I-25 | 52.222-21 | PROHIBITION OF SEGREGATED FACILITIES | FEB/1999 | |||
I-26 | 52.222-26 | EQUAL OPPORTUNITY | MAR/2007 | |||
I-27 | 52.222-35 | EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE | SEP/2006 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-28 | 52.222-36 | AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES | JUN/1998 | |||
I-29 | 52.222-37 | EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE | SEP/2006 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-30 | 52.222-50 | COMBATING TRAFFICKING IN PERSONS | AUG/2007 | |||
I-31 | 52.223-6 | DRUG-FREE WORKPLACE | MAY/2001 | |||
I-32 | 52.223-14 | TOXIC CHEMICAL RELEASE REPORTING | AUG/2003 | |||
I-33 | 52.225-13 | RESTRICTIONS ON CERTAIN FOREIGN PURCHASES | JUN/2008 | |||
I-34 | 52.227-1 | AUTHORIZATION AND CONSENT | DEC/2007 | |||
I-35 | 52.227-2 | NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT | DEC/2007 | |||
I-36 | 52.229-3 | FEDERAL, STATE, AND LOCAL TAXES | APR/2003 | |||
I-37 | 52.230-2 | COST ACCOUNTING STANDARDS | APR/1998 | |||
I-38 | 52.230-3 | DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES | APR/1998 | |||
I-39 | 52.230-6 | ADMINISTRATION OF COST ACCOUNTING STANDARDS | MAR/2008 | |||
I-40 | 52.232-1 | PAYMENTS | APR/1984 | |||
I-41 | 52.232-8 | DISCOUNTS FOR PROMPT PAYMENT | FEB/2002 | |||
I-42 | 52.232-11 | EXTRAS | APR/1984 | |||
I-43 | 52.232-17 | INTEREST | JUN/1996 | |||
I-44 | 52.232-23 | ASSIGNMENT OF CLAIMS - ALTERNATE I | APR/1984 | |||
I-45 | 52.232-25 | PROMPT PAYMENT | OCT/2003 | |||
I-46 | 52.232-33 | PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION | OCT/2003 |
Reference No. of Document Being Continued | Page 24 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
||||||||
I-47 | 52.233-1 | DISPUTES | JUL/2002 | |||||
I-48 | 52.233-3 | PROTEST AFTER AWARD | AUG/1996 | |||||
I-49 | 52.233-4 | APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM | OCT/2004 | |||||
I-50 | 52.242-13 | BANKRUPTCY | JUL/1995 | |||||
I-51 | 52.243-1 | CHANGES--FIXED PRICE | AUG/1987 | |||||
I-52 | 52.244-6 | SUBCONTRACTS FOR COMMERCIAL ITEMS | MAR/2007 | |||||
I-53 | 52.246-23 | LIMITATION OF LIABILITY | FEB/1997 | |||||
I-54 | 52.247-63 | PREFERENCE FOR U.S.-FLAG AIR CARRIERS | JUN/2003 | |||||
I-55 | 52.248-1 | VALUE ENGINEERING | FEB/2000 | |||||
I-56 | 52.249-2 | TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) | MAY/2004 | |||||
I-57 | 52.249-8 | DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) | APR/1984 | |||||
I-58 | 52.253-1 | COMPUTER GENERATED FORMS | JAN/1991 | |||||
I-59 | 252.203-7001 | PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT- | DEC/2004 | |||||
RELATED FELONIES | ||||||||
I-60 | 252.204-7000 | DISCLOSURE OF INFORMATION | DEC/1991 | |||||
I-61 | 252.204-7003 | CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT | APR/1992 | |||||
I-62 | 252.204-7004 | ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (52.204-7) | SEP/2007 | |||||
I-63 | 252.205-7000 | PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS | DEC/1991 | |||||
I-64 | 252.209-7004 | SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE | DEC/2006 | |||||
GOVERNMENT OF A TERRORIST COUNTRY | ||||||||
I-65 | 252.215-7002 | COST ESTIMATING SYSTEM REQUIREMENTS | DEC/2006 | |||||
I-66 | 252.219-7003 | SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) | APR/2007 | |||||
I-67 | 252.225-7004 | REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA-- | MAY/2007 | |||||
SUBMISSION AFTER AWARD | ||||||||
I-68 | 252.225-7006 | QUARTERLY REPORTING OF ACTUAL CONTRACT PERFORMANCE OUTSIDE THE UNITED | MAY/2007 | |||||
STATES | ||||||||
I-69 | 252.225-7012 | PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES | MAR/2008 | |||||
I-70 | 252.225-7013 | DUTY-FREE ENTRY | OCT/2006 | |||||
I-71 | 252.225-7016 | RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS | MAR/2006 | |||||
I-72 | 252.226-7001 | UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC | SEP/2004 | |||||
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS | ||||||||
I-73 | 252.227-7013 | RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS | NOV/1995 | |||||
I-74 | 252.227-7014 | RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER | JUN/1995 | |||||
SOFTWARE DOCUMENTATION | ||||||||
I-75 | 252.227-7015 | TECHNICAL DATA--COMMERCIAL ITEMS | NOV/1995 | |||||
I-76 | 252.227-7016 | RIGHTS IN BID OR PROPOSAL INFORMATION | JUN/1995 | |||||
I-77 | 252.227-7019 | VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE | JUN/1995 | |||||
I-78 | 252.227-7025 | LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED | JUN/1995 | |||||
INFORMATION MARKED WITH RESTRICTIVE LEGENDS | ||||||||
I-79 | 252.227-7027 | DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE | APR/1988 | |||||
I-80 | 252.227-7030 | TECHNICAL DATA--WITHHOLDING OF PAYMENT | MAR/2000 | |||||
I-81 | 252.227-7037 | VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA | SEP/1999 | |||||
I-82 | 252.231-7000 | SUPPLEMENTAL COST PRINCIPLES | DEC/1991 | |||||
I-83 | 252.232-7003 | ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS | MAR/2008 | |||||
I-84 | 252.232-7010 | LEVIES ON CONTRACT PAYMENTS | DEC/2006 | |||||
I-85 | 252.243-7001 | PRICING OF CONTRACT MODIFICATIONS | DEC/1991 | |||||
I-86 | 252.243-7002 | REQUESTS FOR EQUITABLE ADJUSTMENT | MAR/1998 | |||||
I-87 | 252.246-7000 | MATERIAL INSPECTION AND RECEIVING REPORT | MAR/2008 | |||||
I-88 | 252.247-7023 | TRANSPORTATION OF SUPPLIES BY SEA | MAY/2002 | |||||
I-89 | 52.209-3 | FIRST ARTICLE APPROVAL -- CONTRACTOR TESTING - ALTERNATES I AND II | JAN/1997 |
(a) The Contractor shall test 6 each unit(s) of Lot/Item as shown in schedule B as specified in this contract. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.
(b) The Contractor shall submit the first article test report within (see schedule B) calendar days from the date of this contract to -5-marked First Article Test Report: Contract No. , Lot/Item No. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.
Reference No. of Document Being Continued | Page 25 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.
(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.
(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.
(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.
(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for
(1) | progress payments, or |
(2) | termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal |
deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.
(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver.
(i) The Contractor shall produce both the first article and the production quantity at the same facility.
(End of Clause) | ||||||||
I-90 | 52.232-16 | PROGRESS PAYMENTS | APR/2003 |
Reference No. of Document Being Continued | Page 26 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(4) | The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause: (i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting |
principles and practices.
|
(ii) | Costs incurred by subcontractors or suppliers. |
(iii) | Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or amortized |
portion of such costs.
|
(iv) | Payments made or amounts payable to the subcontractors or suppliers, except for-- | |
(A) | completed work, including partial deliveries, to which the Contractor has acquired title; and | |
(B) | Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title. | |
(5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.
(6) | The total amount of progress payments shall not exceed 80 percent of the total contract price. |
(7) | If a progress payment or the unliquidated progress payments exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) above, |
the Contractor shall repay the amount of such excess to the Government on demand.
(8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2,500. The Contracting Officer may make exceptions.
(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.
(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:
(1) | The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below). | |
(2) | Performance of this contract is endangered by the Contractors -- | |
(i) | Failure to make progress; or | |
(ii) | Unsatisfactory financial condition. | |
(3) | Inventory allocated to this contract substantially exceeds reasonable requirements. | |
(4) | The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business. | |
(5) | The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract. | |
(6) | The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph | |
(b) | above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above. |
(d) | Title. |
(1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the date | |
of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.
(2) Property, as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.
Reference No. of Document Being Continued | Page 27 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(i) | Parts, materials, inventories, and work in process; |
(ii) | Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract; |
(iii) | Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other similar |
manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract; e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officers approval, but the proceeds shall be credited against the costs of performance.
(5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officers advance approval of the action and the terms. The Contractor shall
(i) | exclude the allocable costs of the property from the costs of contract performance, and |
(ii) | repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or |
credit memorandum.
|
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not --
(i) | Delivered to, and accepted by, the Government under this contract; or |
(ii) | Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the |
Government under this clause.
|
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.
(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.
(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractors books, records, and accounts.
(h) | Special terms regarding default. If this contract is terminated under the Default clause, | |
(i) | the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and | |
(ii) | title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects | |
not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.
(i) | Reservations of rights. | ||
(1) | No payment or vesting of title under this clause shall -- | ||
(i) | Excuse the Contractor from performance of obligations under this contract; or | ||
(ii) | Constitute a waiver of any of the rights or remedies of the parties under the contract. | ||
(2) | The Governments rights and remedies under this clause -- | ||
Reference No. of Document Being Continued | Page 28 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(i) | Shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract; and |
(ii) | Shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such |
exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or divisions, if the following conditions are met:
(1) | The amounts included are limited to -- | |
(i) | The unliquidated remainder of financing payments made; plus | |
(ii) | Any unpaid subcontractor requests for financing payments. | |
(2) | The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work | |
and the first delivery, or, if the subcontractor is a small business concern, 4 months.
(3) If the financing payments are in the form or progress payments, the terms of the subcontract or interdivisional order concerning progress payments --
(i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;
(ii) | Are at least as favorable to the Government as the terms of this clause; |
(iii) | Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor; |
(iv) | Are in conformance with the requirements of FAR 32.504(e); and |
(v) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if --
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
(4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments--
(i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;
(ii) | Are in conformance with the requirements of FAR 32.504(f); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if--
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
(5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments
(i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;
(ii) | Are in conformance with the requirements of FAR 32.504(g); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if--
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
Reference No. of Document Being Continued | Page 29 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.
(7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.
(8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.
(9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.
(k) Limitations on undefinitized contract actions. Notwithstanding any other progress payment provisions in this contract, progress payments may not exceed 80 percent of costs incurred on work accomplished under undefinitized contract actions. A contract action is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on Contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at 80 percent of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed 80 percent of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.
(l) Due date. The designated payment office will make progress payments on the -1- day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make a payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provisions of the Prompt Payment Act.
(m) Progress payments under indefinitedelivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.
(End of Clause) | ||||||
I-91 | 52.215-19 | NOTIFICATION OF OWNERSHIP CHANGES | OCT/1997 |
(a) | The Contractor shall make the following notifications in writing: |
(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in | |
changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.
(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.
(b) | The Contractor shall -- | |
(1) | Maintain current, accurate, and complete inventory records of assets and their costs; | |
(2) | Provide the ACO or designated representative ready access to the records upon request; | |
(3) | Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining | |
useful lives are identified accurately before and after each of the Contractors ownership changes; and
(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.
Reference No. of Document Being Continued | Page 30 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k) .
(End of Clause) | ||||||
I-92 | 52.219-28 | POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION | JUN/2007 |
(a) Definitions. As used in this clause--
|
"Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217 -8, Option to Extend Services, or other appropriate authority.
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts
(i) | Within 60 to 120 days prior to the end of the fifth year of the contract; and |
(ii) | Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. |
(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ .
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code | assigned to contract | |||
number | . [Contractor to sign and date and insert authorized signer's name and title]. | |||
(End of clause) |
Reference No. of Document Being Continued | Page 31 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
I-93 | 52.222-39 | NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR | DEC/2004 | |||||
FEES | ||||||||
(a) Definition. As used in this clause-- |
United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.
(b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)).
Notice to Employees
|
Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment.
If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments.
For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number:
National Labor Relations Board
Division of Information 1099 14th Street, N.W. Washington, DC 20570 1-866-667-6572 1-866-316-6572 (TTY) |
To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov
(c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR Part 470, and orders of the Secretary of Labor.
(d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 470, which implements Executive Order 13201, or as are otherwise provided by law.
(e) | The requirement to post the employee notice in paragraph (b) does not apply to-- | |
(1) | Contractors and subcontractors that employ fewer than 15 persons; | |
(2) | Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as | |
the exclusive bargaining representative of the Contractor's employees;
(3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements;
Reference No. of Document Being Continued | Page 32 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that--
(i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and
(ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or
(5) Work outside the United States that does not involve the recruitment or employment of workers within the United States.
(f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall--
(1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs;
(2) | Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or |
(3) | Reproduce and use exact duplicate copies of the Department of Labor's official poster. |
(g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c) . For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR Part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.
(End of Clause) | ||||||
I-94 | 52.252-2 | CLAUSES INCORPORATED BY REFERENCE | FEB/1998 |
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address:
http://www.arnet.gov/far/ | or | http://www.acq.osd.mil/dpap/dars/index.htm | or | https://webportal.saalt.army.mil/saal- | ||||||
zp/procurement/afars.doc | ||||||||||
(End of Clause) | ||||||||||
I-95 | 52.252-6 | AUTHORIZED DEVIATIONS IN CLAUSES | APR/1984 |
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of Clause)
|
Reference No. of Document Being Continued | Page 33 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
I-96 | 252.211-7005 | SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS | NOV/2005 |
(a) Definition. SPI process, as used in this clause, means a management or manufacturing process that has been accepted previously by the Department of Defense under the Single Process Initiative (SPI) for use in lieu of a specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives of the Contractor, the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.
(b) Offerors are encouraged to propose SPI processes in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI processes accepted at specific facilities is available via the Internet at http://guidebook.dcma.mil/20/guidebook_process.htm (paragraph 4.2) .
(c) An offeror proposing to use an SPI process in lieu of military or Federal specifications or standards cited in the solicitation shall
(1) | Identify the specific military or Federal specification or standard for which the SPI process has been accepted; |
(2) | Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal |
specifications or standards cited in the solicitation;
|
(3) | Identify the contract line items, subline items, components, or elements affected by the SPI process; and |
(4) | If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the |
Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.
(d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI processes in lieu of military or Federal specifications or standards:
(Offeror insert information for each SPI process)
|
SPI Process:
Facility: |
Military or Federal Specification or Standard:
|
Affected Contract Line Item Number, Subline Item Number, Component, or Element:
(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror
(1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an offer; but
(2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of offers.
(End of clause)
Reference No. of Document Being Continued | Page 34 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
Name of Offeror or Contractor:
SECTION J - LIST OF ATTACHMENTS |
List of | Number | |||||||||||
A _d_d_e_n_d_a | T_i_t_l_e | D_a_t_e_ | o_ f P_a_g_e_s_ | T_r_a_n_s_m_i_t_t_e_ d B_y__ | ||||||||
|
|
|||||||||||
Exhibit A | CDRL | 03-JAN-2008 | 003 | DATA | ||||||||
Attachment | 002 | PRICE EVALUATION SHEET | 001 | DATA | ||||||||
Attachment | 0001 | DOCUMENT SUMMARY LIST | 002 | DATA |
The following documents are hereby attached by reference and may form a part of this acquisition. These documents, available in electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm are Standard Solicitation Attachments. Vendors should ensure that they have the correct attachments in their possession prior to submitting a bid/proposal/quote.
Number | ||||||||||
T_i_t_l_e_ | D_a_t_e_ | o__ P_a_g_e | ||||||||
Address Code Distribution | 2006 | 1 | Pg | |||||||
Address List | 2006 | 1 | Pg | |||||||
AMCCOM Form 71-R | 01 | OCT 88 | 2 | Pgs | ||||||
Data Delivery Description | Engineering Change Proposal | JUL | 2001 | 9 Pgs | ||||||
Data Delivery Description | Notice of Revision | JUL | 2001 | 2 Pgs | ||||||
Data Delivery Description | Request for Deviation | JUL | 2001 | 4 Pgs | ||||||
Disclosure of Lobbying Activities (SF-LLL) | JUL | 1997 | 3 | Pgs | ||||||
Guidance on Documentation of Contract Data | 2 | Pgs | ||||||||
Requirements List (CDRL) | ||||||||||
Instructions for Completing DD Form 1423 | JUN | 1990 | 1 | Pg | ||||||
IOC Form 715-3 | FEB | 1996 | 2 | Pgs | ||||||
Offeror Representations and CertificationsCommercial Items | SEP | 2004 | 8 Pgs | |||||||
Statement and Acknowledgement | MAY | 2003 | 1 | Pg | ||||||
Wage Rate Notification | MAY | 2003 | 2 | Pgs |
Reference No. of Document Being Continued | Page 35 of 43 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: | ||||
|
|
|
||
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS |
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
K-1 | 252.209-7001 | DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST | OCT/2006 | |||
COUNTRY | ||||||
K-2 | 252.227-7017 | IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE | JUN/1995 | |||
RESTRICTIONS | ||||||
K-3 | 252.227-7028 | TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE | JUN/1995 | |||
GOVERNMENT | ||||||
K-4 | 52.204-8 | ANNUAL REPRESENTATIONS AND CERTIFICATIONS | JAN/2006 |
(a)(1) The North American Industry classification System (NAICS) code for this acquisition is -1-.
(2) | The small business size standard is 500. |
(3) | The small business size standard for a concern which submits an offer in its own name, other than on a construction or service |
contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.
(b)(1) If the clause at 52.204 -7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies.
(2) If the clause at 52.204 -7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:
[ ] (i) Paragraph (c) applies.
[ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation.
(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and
Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR Clause
|
Title
|
Date
|
Change
|
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.
(End of Provision)
|
Reference No. of Document Being Continued | Page 36 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
K-5 | 52.223-13 | CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING | AUG/2003 |
(a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award.
(b) | By signing this offer, the offeror certifies that -- |
(1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and | |
reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or
(2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.]
[ ] (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65;
[ ] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C.
11023(b)(1)(A);
[ ] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C.
11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);
[ ] (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:
(A) | Major group code 10 (except 1011, 1081, and 1094). |
(B) | Major group code 12 (except 1241). |
(C) | Major group codes 20 through 39. |
(D) | Industry code 4911, 4931, 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for |
distribution in commerce).
|
(E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.)), or 5169, 5171, 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or
[ ] (v) The facility is not located within any State of the United States or its outlying areas.
(End of Provision)
K-6 252.204 -7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (52.204 -8) JAN/2008
Substitute the following paragraph (c) for paragraph (c) of the provision at FAR 52.204 -8.
(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and
Certifications Application (ORCA) website at https://orca.bpn.gov/. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR/DFARS Clause #
|
Title
|
Date
|
Change
|
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and
Reference No. of Document Being Continued | Page 37 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
certifications posted on ORCA. | ||||||
(End of Clause) |
Reference No. of Document Being Continued | Page 38 of 43 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: | ||||
|
|
|
||
SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS |
Price:
|
a. The offeror shall enter firm-fixed prices on the Price Evaluation Sheet, indicating the proposed price within each Ordering Period and Quantity Range for each model of periscope. All unit prices proposed will be binding for the guaranteed minimum quantity and for all future delivery orders.
b. The unit prices listed on the price evaluation sheet will be considered as the ceiling price(s) for any subsequent delivery orders beyond the instant award of the guaranteed minimum quantity.
c. | Each offeror will have the fair opportunity to submit lower prices to compete for future delivery orders. |
d. | The Government reserves the right to require the submission of any data (i.e. cost or pricing data) accordance with fair opportunity |
procedures to validate the reasonableness of an offer.
|
*** END OF NARRATIVE L0001 ***
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
L-1 | 52.215-16 | FACILITIES CAPITAL COST OF MONEY | JUN/2003 | |||
L-2 | 52.211-14 | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY | APR/2008 | |||
PREPAREDNESS, AND ENERGY PROGRAM USE |
Any contract awarded as a result of this solicitation will be [ ] DX rated order; [ X ] DO-A5 rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.
(End of Provision)
|
L-3 | 52.215-20 | REQUIREMENTS OF COST OR PRICING DATA OR INFORMATION OTHER THAN COST | OCT/1997 | |||
OR PRICING DATA - ALTERNATE IV |
(a) | Submission of cost or pricing data is not required. |
(b) | Provide information described below: |
-Data to support price reasonableness, ONLY if requested prior to contract award. | |
(End of clause)
|
Reference No. of Document Being Continued | Page 39 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
L-4 | 52.233-2 | SERVICE OF PROTEST | SEP/2006 |
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Brian W. Schmidt, TACOM-LCMC, AMSTA-LC-GLK-B, Rock Island, IL 61299-7630.
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision) | ||||||
L-5 | 52.252-1 | SOLICITATION PROVISIONS INCORPORATED BY REFERENCE | FEB/1998 |
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.arnet.gov/far/ | or | http://www.acq.osd.mil/dpap/dars/index.htm | or | https://webportal.saalt.army.mil/saal- | ||||||
zp/procurement/afars.doc | ||||||||||
L-6 | 52.252-5 | AUTHORIZED DEVIATIONS IN PROVISIONS | APR/1984 |
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.
(b) The use in this solicitation of any DoD FAR SUPPLEMENT (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(End of clause)
|
L-7 | 52.211-4547 | NOTICE TO OFFERORS INTENDING TO OFFER OTHER THAN NEW MATERIAL | JUN/2005 | |||
TACOM LCMC | ||||||
(RI) |
(a) We intend to acquire only new material. Unless this contract otherwise requires virgin material or supplies composed of, or manufactured from, virgin material, the contractor shall provide supplies that are new, as defined in this clause.
(b) | Definitions: |
1. "New" means composed of previously unused components, whether manufactured from virgin material, recovered material in the form of | |
raw material, or materials and by-products generated from, and reused within, an original manufacturing process; provided that the supplies meet contract requirements, including but not limited to, performance, reliability, and life expectancy.
2. | "Reconditioned" means restored to the original normal operating condition by readjustments and material replacement. |
3. | "Recovered material" means waste materials and by-products that have been recovered or diverted from solid waste including post- |
consumer material, but such term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process.
4. | "Remanufactured" means factory rebuilt to original specifications. |
5. | "Virgin material" means previously unused raw material, including previously unused copper, aluminum, lead, zinc, iron, other metal |
or metal ore, or any undeveloped resource that is, or with new technology will become, a source of raw materials
6. "Residual Inventory" means inventory from a transferred or terminated Government or commercial contract.
Reference No. of Document Being Continued | Page 40 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
(c) Used, reconditioned, remanufactured supplies, unused former Government surplus property, or residual inventory shall not be used unless the contractor has proposed the use of such supplies, and the Contracting Officer has authorized their use.
(d) Offers to provide other than new material shall be submitted to the Contracting Officer for approval:
Offerors of other than new material must provide sufficient information from which a determination of acceptability can be made. Contractors who intend to offer other than new material are to fill out the Other Than New Material Worksheet at: _t_t_p_s_:_/_/_c_o_n_t_r_a_c_t_i_n_g_._t_a_c_o_m_._a_r_m_y_._m_i_l_/_a_c_q_i_n_f_o_/_O_ h T E _ W _T_E_R_I_A_L_._h_t_m_._ A Form must be completely filled out and is to accompany your offer. (e) If the use of used, reconditioned, remanufactured items, unused former Government surplus property, or residual inventory are approved by the Contracting Officer, we may require you to meet specific marking, inspection, and testing requirements beyond those found in this solicitation. We will negotiate these additional requirements with you before award and put them in any resulting contract.
(LS7500) | (End of Provision) | |||||
L-8 | 52.215-4510 | ELECTRONIC BIDS/OFFERS | JUL/2008 | |||
TACOM LCMC | ||||||
(RI) |
1. Quotes/bids/proposals to the Government shall be signed by a MEMBER OF THE FIRM AUTHORIZED TO BIND THE COMPANY. This requirement is in accordance with (IAW) Federal Acquisition Regulation (FAR) 4.102.
2. Quoters/Bidders/Offerors are required to submit their quotes/bids/proposals for this solicitation via electronic response on TACOM
LCMC RI Business Opportunities' open Solicitations web page.
NOTE THE FOLLOWING:
a. ELECTRONIC RESPONSES: You may submit multiple files against a solicitation. However, all the files must only pertain to the one solicitation. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/separately and must be properly identified.
b. TACOM LCMC (RI) will not be responsible for electronic responses that are not submitted correctly and/or are improperly identified.
c. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html
d. TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY
BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.
3. Prior to submission of your quote, bid, or proposal, read the latest electronic bid/proposal instructions at web page,
"h_t_t_p_s_:_/_/_a_a_i_s_b_i_d_s_._r_i_a_._a_r_m_y_._m_i_l_"_,_ and click on the icon for additional information.
4. Assuming that your quote/bid/proposal was electronically transmitted successfully, you will receive the following message:
"A directory for your Cage Code, XXXXX, was created under Solicitation W52H09-X-XX-XXXX, and your file was moved to it." If you have any other files to send, use the "Back" arrow on your browser. IF YOU EXPERIENCE ANY PROBLEMS WITH THIS PROCESS, CONTACT THE CONTRACT SPECIALIST LISTED ON THE OPEN SOLICITATION PAGE, _h_t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s w_e_b_/_i_n_d_e_x_._h_t_m_l_.
5. If you receive an error message of any type, your quote/bid/proposal was not transmitted and must be resubmitted if you wish it to be considered for award. You may resubmit by repeating the steps for electronic submittal.
6. Quotes/bids/proposals must arrive in their entirety by the time specified in the solicitation. Quoters/Bidders/Offerors bear the responsibility of timely transmission of their quotes/bids/proposals to ensure the availability of an open transmission line and to take into consideration the length of time required to complete the required upload transaction prior to the time established in the solicitation.
(LS7011)
|
(End of Provision)
|
Reference No. of Document Being Continued | Page 41 of 43 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
L-9 | 52.215-4511 | ELECTRONIC AWARD NOTICE | DEC/2005 | |||||
TACOM LCMC | ||||||||
(RI) |
a. Any contract awarded as a result of this solicitation will be posted to the Internet for downloading and paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept an electronic award transmitted in the manner described above.
NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY
BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.
b. | Notice of award to the awardee will be issued only via electronic mail. Venders who wish to be notified if they receive an award as |
a | result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to provide an |
electronic mail address, then a separate notice of award will not be provided, and it shall be the sole responsibility of the vendor to periodically check the Internet to determine if he/she has received an award. In this event, the vendor's failure to check the Internet and download a copy of the award in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension.
c. Notice of award to unsuccessful offerors shall be issued only via the Federal Business Opportunities (FedBizOpps)or electronic mail. Vendors who wish to receive an electronic mail notice, if they are unsuccessful, must provide an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided; and it shall be the sole responsibility of the vendor to periodically check the FedBizOpps to determine if an award has been made. In this event, the vendor's failure to check the FedBizOpps to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed in regulations.
Vendor's Electronic Mail Address:
(LS7013)
|
(End of Provision)
|
Reference No. of Document Being Continued | Page 42 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
|||
SECTION M - EVALUATION FACTORS FOR AWARD |
1. Initial Award (Guaranteed Minimum Quantity Only)
|
Price: The Government will evaluate offerors proposals for the guaranteed minimum quantity based on a total evaluated price as proposed for all range quantities and all Ordering Periods and any other price related factors required by the solicitation. For each proposal, the Government will calculate a weighted evaluation price by multiplying the proposed unit prices for each range and Ordering Period by their respective weight and maximum quantity, and summing their totals. The weight associated with each range represents the likelihood that an order, if placed, would be placed within that range. The total evaluated price is the sum of the weighted evaluation price for all ordering periods. To receive an award, the total evaluated price must be determined fair and reasonable. If an offeror fails to submit unit prices for all quantity ranges and ordering periods and for all CLINS, its proposal may be considered unacceptable and the Government may reject the proposal.
2. Future Delivery Orders
|
The Government intends to make future awards using a best value basis which may result in an award to other than the low offer or the highest rated (best past performance); this process will involve a trade off analysis between price, past performance and delivery schedule.
A) Price: When a requirement arises, awardees will be asked to confirm or revise their prices as submitted on the Price Evaluation Sheet in response to W52H09-08-R-0274. The prices offered for this new requirement cannot be higher than those offered in response to W52H09- 08-R-0274 but maybe be lowered to gain a competitive advantage. Prices must be confirmed or revised in writing within five calendar days of the request.
B) Performance Risk: For the evaluation of performance risk, the Government will obtain information from the Past Performance
Information Retrieval System-Statistical Report (PPIRS-SR), and/or the awardees past performance on the contract(s) resulting from the award of W52H09-08-R-0274. The Government reserves the right to order from one contractor if doing so would be in the best interest of the Government. The Government does not intend to discuss performance risk information with Offerors as information collected in PPIRS-SR affords opportunities to Offerors to review their performance information. Where an Offeror without a record of relevant past performance or for whom information on past performance is not available, other data may be used. To include personal knowledge of the Contracting Officer, as to how either offeror has previously performed, under the minimum quantity award or any other future delivery order awards.
C) Delivery Schedule will be evaluated based on each companys ability to meet or exceed the required delivery schedule as stated in each delivery order.
*** END OF NARRATIVE M0001 ***
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
|
||||||
M-1 | 52.215-4513 | PPIRS-SR STATISTICAL REPORTING TEST | OCT/2006 | |||
TACOM LCMC | ||||||
(RI) |
(1) The offerors past performance shall be evaluated in accordance with FAR 13.106 -2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. The quality and delivery classifications
Reference No. of Document Being Continued | Page 43 of 43 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-08-R-0274 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | ||||||
|
|
|
|
identified for an offeror in PPIRS-SR will be used in conjunction with other provisions of this solicitation in performing the past performance evaluation.
(2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems, during the source selection process. PPIRS-SR uses the past performance data collected to classify each suppliers performance by Federal Supply Class(es) or Service Code(s).
(3) Quality: The method used in PPIRS-SR to classify the quality of a suppliers past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the suppliers overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors:
* If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green.
(4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the suppliers Weighted Delivery Score. Delivery scores are calculated using the number of line items delivered and a weighting factor, which reflects the length of time a delivery was overdue.
(5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at _w_w_w_._p_p_i_r_s_._g_o_v_. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at _w_w_w_._p_p_i_r_s_._g_o_v. The method to challenge a rating is also found on the identified website.
(MS7042)
|
(End of Provision)
|
OPTEX SYSTEMS, INC.
|
October 14, 2008
|
In response to Solicitation No. W52H09-08-R-0274, Optex Systems Inc. (Optex) is pleased to provide the following firm fixed price (FFP) quotation.
Cage Code:
|
0BK64
|
Price Build-up: The unit price for each part includes Material and ODC, Labor, G&A and Fee. Actual pricing is in Attachment 1.
Lead Time: | The delivery/lead time for these parts is as follows: | |||||||||
|
|
|
|
|||||||
Nomenclature | NSN | Part Number | Lead Time | |||||||
|
|
|
|
|
||||||
M17 | 6650-01-317-9138 | 12357918 | 6-8weeksARO | |||||||
|
|
|
|
|
||||||
M27 | 1240-01-319-8995 | 12357792 | 6- 8 weeks ARO | |||||||
|
|
|
|
|
||||||
15 Degree | 6650-01-3 17-9139 | 12357908 | 8 - 10 weeks ARO | |||||||
|
|
|
|
|
||||||
20 Degree | 1240-01-319-8994 | 12357909 | 8 - | 10 weeks ARO | ||||||
|
|
|
|
|
|
|||||
M45 | 6650-01-418-6658 | 12370033 | 8 - | 10 weeks ARO | ||||||
|
|
|
|
|
|
|||||
Short COM | 1240-01-319-5339 | 12357840 | 8 - | 12 weeks ARO | ||||||
|
|
|
|
|||||||
Tall COM | 1240-01-319-5340 | 12357841 | 8 - | 12 weeks ARO | ||||||
|
|
|
|
|
|
|||||
Long Driver | 6650-01-320-5628 | 12357848 | 8 - | 12 weeks ARO | ||||||
|
|
|
|
|
|
|||||
Validity: | This quote is valid for 90 days from date of receipt. |
Certifications:
K-4 52.204 -8 Annual Representations & Certifications
Optex Systems Inc. certifies that it has completed the annual representations and certifications electronically via ORCA and the representations and certifications currently posted have been entered or updated within the last 12 months.
K-5 52.223 -13 Certification of Toxic Chemical Release Reporting
Optex Systems Inc. certifies its facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65.
Additional Information: This response also includes a formal executed letter from our supplier Qioptiq Coatings LTD explaining the strategic supply agreement between them and Optex and the benefits this agreement have on this effort.
This submittal includes data that shall not be disclosed outside the Government/Prime Contractor and shall not be dupllcated, used, or disclosed | - in | |
whole or in part - for any purpose other than to evaluate this submittal. If, however, a contract is awarded to this offeror or quoter as a result of | - or in |
connection with - the submission of this data, the Government/Prime Contractor shall have the right to duplicate, use or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's/Prime Contractor's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets marked "Proprietaiy" or that contain the legend prescribed by FAR 52.215 -12. The data subject to this restriction are contained in all sheets of this submittal.
An Equal Opportunity Employer
Optex POC: | Renita Rutherford-Drake Contract Administrator | |
(Individual authorized to contractually bind Optex Systems) | ||
Email address: rrdrake@optexsys.com |
Attachments: Solicitation
Cover Page Solicitation Amendment 0001 Attachment 1 Qioptiq Coatings letter |
OFFER | (Must be fully completed by offeror) | |||||
|
|
|
||||
NOTE: Item 12 does not apply if the solicitation | includes the provisions at 52.214-16, Minimum Bid Acceptance Period. | |||||
|
|
|||||
12. In compliance with the above, the undersigned | agrees, if this offer is accepted within | calendar days (60 calendar days unless a different period is |
uontract ii) uoae | rage 1 012 | |||||||||||
AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT | I : | |||||||||||
irm- ixed-Price | ||||||||||||
|
|
|
|
|
|
|||||||
2. Amendment/Modification No. | 3. Effective Date | 4. Requisition/Purchase Req No. | 5. Project No. (If applicable) | |||||||||
0001 | 2008SEPOS | SEE SCHEDULE | ||||||||||
|
|
|
|
|
|
|
||||||
6. Issued By | Code W52H09 | 7. Administered By (Ifother than Item 6) | Code | |||||||||
|
||||||||||||
TACOM-ROCK ISLAND | ||||||||||||
AMSTA- LC-GLK-A | ||||||||||||
KEVIN GILMORE | (309)782-3558 | |||||||||||
ROCK ISLAND IL | 61299-7630 | |||||||||||
EMAIL: KEVIN.GILMORE@US.ARMY.MIL | SCD | PAS | ADPPT | |||||||||
|
|
|
||||||||||
8. Name And Address | OfContractor (No., Street, City, County, State and Zip Code) | 9A. Amendment Of Solicitation No. | ||||||||||
Optex Systems Inc. | ||||||||||||
W52H09-08-R-0274 | ||||||||||||
|
|
|||||||||||
1420 Presidential Drive | 9B.Dated(Seeltemll) | |||||||||||
|
||||||||||||
Richardson, Texas 75081 | 2008SEP05 | |||||||||||
|
||||||||||||
LI | bA. Modification Of Contract/Order No. | |||||||||||
|
|
|
|
|||||||||
lOB. Dated (See Item 13) | ||||||||||||
Code OBK6 4 | Facility Code | |||||||||||
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS | ||||||||||||
|
|
|
|
|||||||||
E1 The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers | ||||||||||||
E:1 extended, LI not extended. 20080CT16 04 :OOpm | ||||||||||||
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: |
(a) By completing items 8 and 15, and returning 2 S igned copies of the amendments: (b) By acknowledging receipt of this ame ndment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEWED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue ofthis amendment you desire to change an offer already submitted, such
change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the o enin hour and date s ecified.
12. Accounting And Appropriation Data (If required) | ||||
|
|
|||
13. THIS ITEM ONLY | APPLIES TO MODIFICATIONS OF CONTRACTS/ORDERS | |||
ItModifies The Contract/Order No. As Described In Item 14. | ||||
|
||||
A. This Change Order is Issued Pursuant To: | The Changes Set Forth In Item 14 Are Made In | |||
LI- | The Contract/Order No. In Item bA. | |||
|
|
|
||
B. The Above Numbered Contract/Order Is Modified | To Reflect The Administrative Changes (such as changes in paying office, appropriation data, etc.) | |||
LI- | Set Forth In Item 14, Pursuant To The Authori | of FAR 43.103 b. | ||
|
|
|
C. | This Supplemental Agreement Is Entered Into Pursuant To Authority Of: |
D. | Other (Specify type of modification and authority) |
E. IMPORTANT: Contractor []is not, [1 is required to sign this document and | return | copies to the Issuing Office. | ||||
|
|
|||||
14. Description | Of Amendment/Modification (Organized by UCF section headings, including | solicitation/contract subject matter where feasible.) | ||||
SEE SECOND | PAGE FOR DESCRIPTION |
Except as provided herein, all terms and conditions of the document referenced in item 9A or bA, as heretofore changed, remains unchanged and in full force and effect. 15A. Name And Title Of Signer (Type or print) 16A. Name And Title Of Contracting Officer (Type or print)
Renita | Rutherford-Drake Contract | Administrato | ||||||||
|
|
|
|
|
||||||
15B. | actor/Offeror | 15C. Date Signed | 16B. United States Of America | 16C. Date Signed | ||||||
By | /SIGNED/ | |||||||||
|
|
|
|
|||||||
ature of erso authorized to si n | Si nature of Contractin | Officer | ||||||||
|
|
|
|
|
|
|||||
NSN 7540-01-152-8070 | 30-105-02 | STANDARD FORM 30 (REV. 10-83) | ||||||||
PREVIOUS EDITIONS UNUSABLE | Prescribed by GSA FAR (48 CFR) 53.243 | |||||||||
|
|
Reference No. of Document Being Continued Page 2 of 2 CONTINUATION SHEET
PuN/SUN W52H09-08-R-0274 MOD/AMD 0001
Name ofOfferor or Contractor:
SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE CLOSING DATE TO 16 OCT 2008.
ALL ORTHER TERMS AND CONDITIONS REMAIN THE SAME.
*** END OF NARRATIVE A0002
Offeror: | OPTEX SYSTEMS INC. | |
POC: | Renita Rutherford-Drake | |
Phone: | 972.644.0722 ext. 148 | |
E-Mail: | rrdrake@optexsys.com | |
Cage Code: | 0BK64 |
PRICE
EVALUATION SHEET
W52H09-08-R-0274 |
Contracting Officer Will Complete Item 17 Or 18 As Applicable | ||||||||
|
||||||||
17. Contractor's Negotiated Agreement | (Contractor is | 18. X Award (Contractor is not required to sign this document.) Your offer on | ||||||
required to sign this document and return | copies to issuing | Solicitation Number | W52H0908R0274 | , including the additions or changes |
office.) Contractor agrees to furnish and deliver all items or | made by you which additions or changes are set forth in full above, is hereby | |||||||
perform all the services set forth or otherwise identified above and | accepted as to the items listed above and on any continuation sheets. This award | |||||||
on any continuation sheets for the consideration stated herein. The | consummates the contract which consists of the following documents: (a) the | |||||||
rights and obligations of the parties to this contract shall be subject | Government's solicitation and your offer, and (b) this award/contract. No further | |||||||
to and governed by the following documents: (a) this | contractual document is necessary. | |||||||
award/contract, (b) the solicitation, if any, and (c) such provisions, | ||||||||
representations, certifications, and specifications, as are attached or | ||||||||
incorporated by reference herein. (Attachments are listed herein.) | ||||||||
|
|
|
|
|||||
19A. Name And Title Of Signer (Type Or Print) | 20A. Name Of Contracting Officer | |||||||
BRIAN W. SCHMIDT | ||||||||
BRIAN.W.SCHMIDT@US.ARMY.MIL (309)782-0988 | ||||||||
|
|
|
|
|||||
19B. Name of Contractor | 19c. Date Signed | 20B. United States Of America | 20C. Date Signed | |||||
By | By | /SIGNED/ | 2009MAR24 | |||||
|
||||||||
(Signature of person authorized to sign) | (Signature of Contracting Officer) | |||||||
|
|
|
|
|||||
AUTHORIZED FOR LOCAL REPRODUCTION | Standard Form 26 (Rev. 12/2002) | |||||||
Previous edition is usable | Prescribed By GSA - FAR (48 CFR) 53.214(a) |
Reference No. of Document Being Continued | Page | 2 of 30 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||
|
|
|
|
SECTION A - SUPPLEMENTAL INFORMATION
1. THIS AWARD IS AWARDED MADE TO OPTEX SYSTEM INC FOR A THREE YEAR IDIQ, DELIVERY ORDER FOR THE GUARANTEED MINIMUM QUANTITY WILL BE
ISSUED CONCURRENTLY WITH THIS AWARD, THE GOVERNMENT SHALL HAVE NO FURTHER OBLIGATION TO PLACE ANY FURTHER ORDERS FOR THE FOLLOWING BELOW ITEM:
CLIN | NOUN | NSN | P/N | |||||
0001AA | PERICSOPE, ARMORED | 1240-01-319-8995 | 12357792 | |||||
2. DELIVERY IS FOB DESTINATION. | DELIVERY SCHEDULE IS SET FORTH IN SECTION B. | EARLY DELIVERIES ARE AUTHORIZED AT NO ADDITIONAL COST TO | ||||||
THE GOVERNMENT. |
3. | THERE IS NO FIRST ARTICLE TEST REQUIREMENT FOR THIS AWARD. |
4. | ALL OTHER TERMS AND CONDITIONS FROM SOLICITATION W52H0908R0274 AND OFFER DATED JANUARY 28, 2009 ARE INCORPORATED HEREIN. |
*** END OF NARRATIVE A0004 *** | ||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
|
||||||
A-1 | 52.246-4500 | WIDE AREA WORKFLOW-RECEIPT ACCEPTANCE (WAWF-RA) | OCT/2007 | |||
TACOM LCMC | ||||||
(RI) |
(a) To comply with the clauses at 252.246 -7000, "Material Inspection and Receiving Report", and at 252.232 -7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil.
(b) | When prompted to send additional email notifications, add tami.lord@us.army.mil. |
(c) | You may use this link for assistance in completing the WAWF documentation: |
http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf
a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors.
contact the Ombudsman Office. The address and phone number are:
U.S. Army TACOM LCMC (Rock Island) ATTN: AMSTA-AQ-AR (OMBUDSMAN) 1 Rock Island Arsenal Rock Island IL 61299-7630 Phone: (309) 782-3224 |
e. | If you contact the Ombudsman, please provide the following information: | |
(1) | TACOM LCMC (RI) solicitation number; | |
(2) | Name of PCO; | |
(3) | Problem description; | |
A-3 | 52.204-4505 | DISCLOSURE OF UNIT PRICE INFORMATION | FEB/2003 | |||
TACOM LCMC | ||||||
(RI) |
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of
Information Act, 5 U.S.C. 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals.
(AS7909) | (End of Clause) | |||||
A-4 | 52.204-4506 | PUBLIC ACTIVITY INVOLVEMENT | FEB/2003 | |||
TACOM LCMC | ||||||
(RI) |
Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at
such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red River Army Depot have expressed interest in securing subcontracting opportunities under
this RFP. For information related to the capabilities of these facilities, and Points of Contact, see https://triext.ria.army.mil/ibo/index.html
(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.
(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:
Reference No. of Document Being Continued | Page | 4 of 30 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||
|
|
|
|
(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.
(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.
(e) | The price that is provided by the offeror in the Schedule in Section B will be considered as follows: |
(1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the | |
proposed SPI.
|
(2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.
(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:
LCMC (RI) Solicitation Page has been activated to fully automate the response process (see h _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x_._h_t_m_). To ensure that your bid, proposal, or quote is considered for award, your response to a solicitation can not include a bid, proposal or quote for any other solicitation. Each bid, proposal, quote responding to a solicitation must be individually submitted; i.e., one solicitation, one electronic submission for that particular solicitation. See paragraph 4 below.
2. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html
3. IMPORTANT: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format to the Web site above. Hard copy and facsimile (datafax) bids/offers/quotes WILL NOT BE ACCEPTED.
NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.
4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:
LS7011, Electronic Bids/Offers - TACOM LCMC (RI)
(TACOM LCMC (RI) 52.215-4510) |
SPI PROCESS: | FACILITY: | MILITARY OR | AFFECTED CONTRACT | |||
FEDERAL SPEC | LINE ITEM #, SUBLINE | |||||
OR STANDARD: | ITEM #, COMPONENT | |||||
OR ELEMENT: |
Reference No. of Document Being Continued | Page | 5 of 30 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||
|
|
|
|
LS7013, Electronic Award Notice - TACOM LCMC (RI) (TACOM LCMC (RI) 52.215 -4511)
5. Do NOT combine bids, proposals or quotes from different solicitations into the same, single electronic submission. If a combined response is submitted, only the data pertinent to the first solicitation number in such a combined response will be used and all other data for any other procurement action will be totally disregarded.
A-8 | 52.233-4503 | AMC-LEVEL PROTEST PROGRAM | JUL/2007 | |||
TACOM LCMC | ||||||
(RI) |
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL
9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527
Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762
Packages sent by FedEx or UPS should be addressed to:
HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/protestlink.htm |
If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures.
A-9 | 52.243-4510 | DIRECT VENDOR DELIVERY | JAN/1999 | |||
TACOM LCMC | ||||||
(RI) |
In accordance with the Changes Clause of this contract, the Contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the Contractor may be directed to use best commercial packaging. The Contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:
(AS7012) | (End of Clause) | |||||
A-10 | 52.245-4500 | NOTICE OF DEMILITARIZATION AND TRADE SECURITY CONTROLS CONSIDERATION | OCT/2006 | |||
TACOM LCMC | REQUIREMENT | |||||
(RI) |
Reference No. of Document Being Continued | Page | 6 of 30 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||
|
|
|
|
This solicitation and any resulting contract are subject to the "Demilitarization and Trade Security Controls Requirements and Procedures" clause, HS7144, contained in Section H of this document.
Contractor will prepare and deliver the data
in accordance with the requirements, quantities and schedules set forth in the Contract Data Requirements Lists (DD Form 1423), Exhibit A. It is required that data items be delivered using electronic media. Refer to the DD Form 1423 for more specific electronic delivery information. |
A DD250 IS NOT REQUIRED
|
(End of narrative B001)
|
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
Reference No. of Document Being Continued | Page 11 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to
Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.
The following drawing(s) and specifications are applicable to this procurement.
Drawings and Specifications in accordance with enclosed Technical Data Package Listing - SEE BELOW - with revisions in effect as of SEE BELOW (except as follows):
1. TDPL: 12370033:19207 - 29 OCT 2007 Periscope, M45 NSN:6650-01-418-6658
To all drawings and associated documents without a distribution statement, add distribution C.
10940477, CHANGE NOTE 1: TO READ:
"SILICONE RUBBER, M3GE503A19B37C12F19, FABRICATE IN ACCORDANCE WITH ASTM-D2000."
2. TDPL: 12357840:19207 - 7 NOV 2007 Periscope Assy/Comdr Side NSN: 1240-01-319-5339
To all drawings and associated documents without a distribution statement, add distribution C.
SPI 12357840:
|
-Delete NSN:1240-01-319-5330 and Add NSN:1240-01-319-5339.
|
3. TDPL: 12357841:19207 - 7 NOV 2007 Periscope Assy/Cmdr Front NSN: 1240-01-319-5340
To all drawings and associated documents without a distribution statement, add distribution C.
4. TDPL: 12357848:19207 - 1 NOV 2007 Periscope Assy/Drivers Unity NSN: 6650-01-320-5628 To all drawings and associated documents without a distribution statement, add distribution C.
TDPL: | ||||||
Document | Delete | Substitute | Add | |||
ECP D3T3005 | X | - | - | |||
4. TDPL: | 12357918:19207 | - 31 OCT 2007 Periscope, Tank M17E4 NSN: 6650-01-317-9138 |
To all drawings and associated documents without a distribution statement, add distribution C.
7674952:
-Delete P-L-391 and Replace with L-P-391.
12357793, 7043539, and 7048694:
-Delete MIL-C-46168 and Replace with MIL-DTL-53039.
5. TDPL: 12357909:19207 - 31 OCT 2007 Periscope 20 Degree Uplock NSN: 1240-01-319-8994 To all drawings and associated documents without a distribution statement, add distribution C.
QS12357909:
-Delete MIL-P-63420 and Replace with MIL-DTL-62420.
6. TDPL: 12357792:19207 - 01 NOV 2007 Periscope, Tank M27E4 NSN: 1240-01-319-8995
To all drawings and associated documents without a distribution statement, add distribution C.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
C-1 | 52.210-4501 | DRAWINGS/SPECIFICATIONS | MAR/1988 | |||||
TACOM LCMC | ||||||||
(RI) |
Reference No. of Document Being Continued | Page 12 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
A. Military preservation, packing, and marking for the item identified above shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of, MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction (SPI) contained in the TDP.
PRESERVATION: MILITARY LEVEL OF PACKING: -B-
QUANTITY PER UNIT PACKAGE: -001-
SPI NUMBER-P1257841 REV D, NOT DATED; P12357848, REV D, DATED 10 APR 03; P12357918, REV E,
DATED 19 FEB 02; P12370033, REV B, DATED 19 FEB 02; P12357840, REV E, NOT DATED; P12357909, REV B, DATED 19 FEB 02; P12357792, REV C, DATED 19 FEB 02; P12357850, REV C, DATED 19 FEB 02
B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The pallet shall be a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
C. | Marking: In addition to any special markings called out on the SPI; |
C. | 1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in |
accordance with MIL-STD-129, Revision P, Change Notice 4, dated 19 Sep 2007 including bar coding and a MSL label. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. Passive RFID tagging is required in all contracts that contain DFARS clause 252.211 -7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the concatenated UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the palletized unit load.
D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard.
Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program. In addition, wood used as dunnage for blocking and bracing, to include ISO containers, shall be ordered with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals.
E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided contractor provides the PCO and ACO with notification 60 days prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to PCO and ACO. Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.
F. | Hazardous Materials (as applicable): |
F. | 1..Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to be capable |
of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)
F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of
SECTION D - PACKAGING AND MARKING | ||||||||
R e_g_u_l_a_t_o_r__ | C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | |||||
|
||||||||
D-1 | 52.211-4501 | PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS) | DEC/2007 | |||||
TACOM LCMC | ||||||||
(RI) |
Reference No. of Document Being Continued | Page 13 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
transport and the applicable performance packaging contained in the following documents: --International Air Transport Association (IATA) Dangerous Goods Regulations --International Maritime Dangerous Goods Code (IMDG) --Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49 --Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO
P4030.19/DLAM 4145.3 (for military air shipments).
F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
F.4. When applicable, a Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.
G. SUPPLEMENTAL INSTRUCTIONS: -NA-
(DS6419)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page 14 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
||
SECTION E - INSPECTION AND ACCEPTANCE |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
E-1 | 52.246-2 | INSPECTION OF SUPPLIES--FIXED-PRICE | AUG/1996 | |||
E-2 | 52.246-16 | RESPONSIBILITY FOR SUPPLIES | APR/1984 | |||
E-3 | 52.246-11 | HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT | FEB/1999 |
The Contractor shall comply with the higher-level quality standard selected below.
Title | Number | Date | ||||||
Quality Management Systems-Requirements ISO 9001:2000 13 Dec 00 | ||||||||
Tailored by excluding paragraphs 7.3, 7.4, 7.5.1, and 7.5.2 | ||||||||
(End of Clause) | ||||||||
E-4 | 52.209-4512 | FIRST ARTICLE TEST (CONTRACTOR TESTING) | MAR/2008 | |||||
TACOM LCMC | ||||||||
(RI) |
a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package.
b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.
c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:
(1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.
(2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.
(3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.
(4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.
(5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.
d. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.
Reference No. of Document Being Continued | Page 15 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be copy furnished to AMSRD-AAR-QEP-A, and to the Administrative Contracting Officer.
f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.
(ES6016) | (End of Clause) | |||||
E-5 | 52.246-4533 | SURFACE QUALITY STANDARDS | MAR/2001 | |||
TACOM LCMC | ||||||
(RI) |
a. Surface quality standards for optical elements (Scratch and Dig) per MIL-PRF-13830B, are required to perform acceptance inspection under this contract and are available as listed in appendix 1 of this contract. The standards will be furnished to the Contractor on a loan basis for use on this contract. The standards shall not be used on other contracts unless written authorization is received from the Contracting Officer. The Administering Contracting Officer (ACO) designated by the agency administering the contract, or the Contracting Officer (CO) if an ACO was not assigned shall submit the Contractor's request for equipment to Commander, ARDEC, ATTN: AMSRD-AAR-QEW, Picatinny Arsenal, NJ 07806-5000. Shipping costs shall be borne by the shipper.
b. The contractor shall hereby indicate the facility to which this Government Furnished Property should be shipped:
c. Upon receipt, the Contractor should retain shipping containers for return of the standards. All costs of packing, packaging, shipping, and insurance shall be borne by the Contractor.
d. The Contractor shall be responsible for shipping the surface quality standards to the Government for certification at 12 month intervals. Notification and shipping instructions shall be provided to the Contractor by Same as above. The notification shall include the standard's serial number and will be sent 30 days prior to the actual due date for certification.
e. Within 30 calendar days after completion of delivery of all items on this contract requiring scratch and digs, the Contractor shall assure that the Government owned standards referenced in paragraph a above are in the same condition as when received. Upon verification by a Government representative that the standards are undamaged. the Contractor shall prepare the standards for delivery in accordance with best commercial practices. The Contractor shall ship the standards with a DD Form 1149 to Same as above.
(ES6018) | (End of Clause) | |||||
E-6 | 52.246-4532 | DESTRUCTIVE TESTING | MAY/1994 | |||
TACOM LCMC RI |
a. All costs for destructive testing by the Contractor and items destroyed by the Government are considered as being included in the contract unit price.
b. Where destructive testing of items or components thereof is required by contract or specification, the number of items or components required to be destructively tested, whether destructively tested or not, shall be in addition to the quantity to be delivered to the
Reference No. of Document Being Continued | Page 16 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
||
Government as set forth in the Contract Schedule. |
c. All pieces of the complete First Article shall be considered as destructively tested items unless specifically exempted by other provisions of this contract.
d. The Contractor shall not reuse any components from items used in a destructive test during First Article, lot acceptance or inprocess testing, unless specifically authorized by the Contracting Officer.
e. The Government reserves the right to take title to all or any items or components described above. The Government may take title to all or any items or components upon notice to the Contractor. The items or components of items to which the Government takes title shall be shipped in accordance with the Contracting Officer's instructions. Those items and components to which the Government does not obtain title shall be rendered inoperable and disposed of as scrap by the Contractor.
(ES7011)
|
(End of Clause)
|
Reference No. of Document Being Continued | Page 17 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
||
SECTION F - DELIVERIES OR PERFORMANCE |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
F-1 | 52.242-17 | GOVERNMENT DELAY OF WORK | APR/1984 | |||
F-2 | 52.247-34 | F.O.B. DESTINATION | NOV/1991 | |||
F-3 | 52.247-35 | F.O.B. DESTINATION, WITHIN CONSIGNEES' PREMISES | APR/1984 | |||
F-4 | 52.247-38 | F.O.B. INLAND CARRIER, POINT OF EXPORTATION | FEB/2006 | |||
F-5 | 52.247-4531 | COGNIZANT TRANSPORTATION OFFICER | MAY/1993 | |||
TACOM LCMC | ||||||
(RI) |
(a) The Contract Administration Office designated at the time of contract award, or the office servicing the point of shipment if subsequently designated by the original office, will be the contact point to which the contractor will:
(1) Submit, as necessary, DD Form 1659, Application for U.S. Government Bill(s) of Lading/Export Traffic Release, in triplicate at least ten days prior to date supplies will be available for shipment;
(2) | Obtain shipping instructions as necessary for F.O.B. Destination delivery; and |
(3) | Furnish necessary information for MILSTRIP/MILSTAMP or other shipment documentation and movement control, including air and water |
terminal clearances.
|
(4) For FMS, at least 10 days in advance of actual shipping date, the contractor should request verification of "Ship to" and "Notification" address from the appropriate DCMA.
(b) | The Contract Administration Office will provide to the contractor data necessary for shipment marking and freight routing. |
(c) | The contractor shall not ship directly to a Military air or waterport terminal without authorization by the designated point of |
contact. | ||
(FS7240) | (End of Clause) |
Reference No. of Document Being Continued | Page 18 of 30 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC. | |||||||
|
|
|
|
|||||
SECTION H - SPECIAL CONTRACT REQUIREMENTS | ||||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
H-1 | 52.247-4545 | PLACE OF CONTRACT SHIPPING POINT, RAIL INFORMATION | MAY/1993 | |||||
TACOM LCMC | ||||||||
(RI) |
The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.
Shipped From:
For contracts involving F.O.B. Origin shipments furnish the following rail information:
Does Shipping Point have a private railroad siding? YES NO
If YES, give name of rail carrier serving it:
If NO, give name and address of nearest rail freight station and carrier serving it:
Rail Freight Station Name and Address:
Serving Carrier: | ||
(HS7600) | (End of Clause) |
Reference No. of Document Being Continued | Page 19 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
||
SECTION I - CONTRACT CLAUSES |
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
I-1 | 52.202-1 | DEFINITIONS | JUL/2004 | |||
I-2 | 52.203-3 | GRATUITIES | APR/1984 | |||
I-3 | 52.203-5 | COVENANT AGAINST CONTINGENT FEES | APR/1984 | |||
I-4 | 52.203-6 | RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT | SEP/2006 | |||
I-5 | 52.203-7 | ANTI-KICKBACK PROCEDURES | JUL/1995 | |||
I-6 | 52.203-8 | CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR | JAN/1997 | |||
IMPROPER ACTIVITY | ||||||
I-7 | 52.203-10 | PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY | JAN/1997 | |||
I-8 | 52.203-12 | LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS | SEP/2007 | |||
I-9 | 52.204-4 | PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER | AUG/2000 | |||
I-10 | 52.204-7 | CENTRAL CONTRACTOR REGISTRATION | APR/2008 | |||
I-11 | 52.209-6 | PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH | SEP/2006 | |||
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT | ||||||
I-12 | 52.211-5 | MATERIAL REQUIREMENTS | AUG/2000 | |||
I-13 | 52.211-15 | DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS | APR/2008 | |||
I-14 | 52.215-2 | AUDIT AND RECORDS--NEGOTIATIONS | JUN/1999 | |||
I-15 | 52.215-10 | PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA | OCT/1997 | |||
I-16 | 52.215-14 | INTEGRITY OF UNIT PRICES | OCT/1997 | |||
I-17 | 52.215-15 | PENSION ADJUSTMENTS AND ASSET REVERSIONS | OCT/2004 | |||
I-18 | 52.215-18 | REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB) | JUL/2005 | |||
OTHER THAN PENSIONS | ||||||
I-19 | 52.219-8 | UTILIZATION OF SMALL BUSINESS CONCERNS | MAY/2004 | |||
I-20 | 52.219-9 | SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2008-O0004) | APR/2008 | |||
I-21 | 52.219-16 | LIQUIDATED DAMAGES--SUBCONTRACTING PLAN | JAN/1999 | |||
I-22 | 52.219-25 | SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--DISADVANTAGED | APR/2008 | |||
STATUS AND REPORTING | ||||||
I-23 | 52.222-19 | CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES | FEB/2008 | |||
I-24 | 52.222-20 | WALSH-HEALEY PUBLIC CONTRACTS ACT | DEC/1996 | |||
I-25 | 52.222-21 | PROHIBITION OF SEGREGATED FACILITIES | FEB/1999 | |||
I-26 | 52.222-26 | EQUAL OPPORTUNITY | MAR/2007 | |||
I-27 | 52.222-35 | EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE | SEP/2006 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-28 | 52.222-36 | AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES | JUN/1998 | |||
I-29 | 52.222-37 | EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE | SEP/2006 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-30 | 52.222-50 | COMBATING TRAFFICKING IN PERSONS | AUG/2007 | |||
I-31 | 52.223-6 | DRUG-FREE WORKPLACE | MAY/2001 | |||
I-32 | 52.223-14 | TOXIC CHEMICAL RELEASE REPORTING | AUG/2003 | |||
I-33 | 52.225-13 | RESTRICTIONS ON CERTAIN FOREIGN PURCHASES | JUN/2008 | |||
I-34 | 52.227-1 | AUTHORIZATION AND CONSENT | DEC/2007 | |||
I-35 | 52.227-2 | NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT | DEC/2007 | |||
I-36 | 52.229-3 | FEDERAL, STATE, AND LOCAL TAXES | APR/2003 | |||
I-37 | 52.230-2 | COST ACCOUNTING STANDARDS | OCT/2008 | |||
I-38 | 52.230-3 | DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES | OCT/2008 | |||
I-39 | 52.230-6 | ADMINISTRATION OF COST ACCOUNTING STANDARDS | MAR/2008 | |||
I-40 | 52.232-1 | PAYMENTS | APR/1984 | |||
I-41 | 52.232-8 | DISCOUNTS FOR PROMPT PAYMENT | FEB/2002 | |||
I-42 | 52.232-11 | EXTRAS | APR/1984 | |||
I-43 | 52.232-17 | INTEREST | OCT/2008 | |||
I-44 | 52.232-23 | ASSIGNMENT OF CLAIMS (JAN 1986) -- ALTERNATE I (APR 1984) | APR/1984 | |||
I-45 | 52.232-25 | PROMPT PAYMENT | OCT/2008 | |||
I-46 | 52.232-33 | PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION | OCT/2003 |
Reference No. of Document Being Continued | Page 20 of 30 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC. | |||||||
|
|
|
|
|||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
||||||||
I-47 | 52.233-1 | DISPUTES | JUL/2002 | |||||
I-48 | 52.233-3 | PROTEST AFTER AWARD | AUG/1996 | |||||
I-49 | 52.233-4 | APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM | OCT/2004 | |||||
I-50 | 52.242-13 | BANKRUPTCY | JUL/1995 | |||||
I-51 | 52.243-1 | CHANGES--FIXED PRICE | AUG/1987 | |||||
I-52 | 52.244-6 | SUBCONTRACTS FOR COMMERCIAL ITEMS | MAR/2007 | |||||
I-53 | 52.246-23 | LIMITATION OF LIABILITY | FEB/1997 | |||||
I-54 | 52.247-63 | PREFERENCE FOR U.S.-FLAG AIR CARRIERS | JUN/2003 | |||||
I-55 | 52.248-1 | VALUE ENGINEERING | FEB/2000 | |||||
I-56 | 52.249-2 | TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) | MAY/2004 | |||||
I-57 | 52.249-8 | DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) | APR/1984 | |||||
I-58 | 52.253-1 | COMPUTER GENERATED FORMS | JAN/1991 | |||||
I-59 | 252.203-7001 | PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT- | DEC/2004 | |||||
RELATED FELONIES | ||||||||
I-60 | 252.204-7000 | DISCLOSURE OF INFORMATION | DEC/1991 | |||||
I-61 | 252.204-7003 | CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT | APR/1992 | |||||
I-62 | 252.204-7004 | ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (52.204-7) | SEP/2007 | |||||
I-63 | 252.205-7000 | PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS | DEC/1991 | |||||
I-64 | 252.209-7004 | SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE | DEC/2006 | |||||
GOVERNMENT OF A TERRORIST COUNTRY | ||||||||
I-65 | 252.215-7002 | COST ESTIMATING SYSTEM REQUIREMENTS | DEC/2006 | |||||
I-66 | 252.219-7003 | SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) | APR/2007 | |||||
I-67 | 252.225-7004 | REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA-- | MAY/2007 | |||||
SUBMISSION AFTER AWARD | ||||||||
I-68 | 252.225-7006 | QUARTERLY REPORTING OF ACTUAL CONTRACT PERFORMANCE OUTSIDE THE UNITED | MAY/2007 | |||||
STATES | ||||||||
I-69 | 252.225-7012 | PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES | MAR/2008 | |||||
I-70 | 252.225-7013 | DUTY-FREE ENTRY | OCT/2006 | |||||
I-71 | 252.225-7016 | RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS | MAR/2006 | |||||
I-72 | 252.226-7001 | UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC | SEP/2004 | |||||
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS | ||||||||
I-73 | 252.227-7013 | RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS | NOV/1995 | |||||
I-74 | 252.227-7014 | RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER | JUN/1995 | |||||
SOFTWARE DOCUMENTATION | ||||||||
I-75 | 252.227-7015 | TECHNICAL DATA--COMMERCIAL ITEMS | NOV/1995 | |||||
I-76 | 252.227-7016 | RIGHTS IN BID OR PROPOSAL INFORMATION | JUN/1995 | |||||
I-77 | 252.227-7019 | VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE | JUN/1995 | |||||
I-78 | 252.227-7025 | LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED | JUN/1995 | |||||
INFORMATION MARKED WITH RESTRICTIVE LEGENDS | ||||||||
I-79 | 252.227-7027 | DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE | APR/1988 | |||||
I-80 | 252.227-7030 | TECHNICAL DATA--WITHHOLDING OF PAYMENT | MAR/2000 | |||||
I-81 | 252.227-7037 | VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA | SEP/1999 | |||||
I-82 | 252.231-7000 | SUPPLEMENTAL COST PRINCIPLES | DEC/1991 | |||||
I-83 | 252.232-7003 | ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS | MAR/2008 | |||||
I-84 | 252.232-7010 | LEVIES ON CONTRACT PAYMENTS | DEC/2006 | |||||
I-85 | 252.243-7001 | PRICING OF CONTRACT MODIFICATIONS | DEC/1991 | |||||
I-86 | 252.243-7002 | REQUESTS FOR EQUITABLE ADJUSTMENT | MAR/1998 | |||||
I-87 | 252.246-7000 | MATERIAL INSPECTION AND RECEIVING REPORT | MAR/2008 | |||||
I-88 | 252.247-7023 | TRANSPORTATION OF SUPPLIES BY SEA | MAY/2002 | |||||
I-89 | 52.209-3 | FIRST ARTICLE APPROVAL -- CONTRACTOR TESTING - ALTERNATES I AND II | JAN/1997 |
(a) The Contractor shall test 6 each unit(s) of Lot/Item as shown in schedule B as specified in this contract. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.
(b) The Contractor shall submit the first article test report within (see schedule B) calendar days from the date of this contract to -5-marked First Article Test Report: Contract No. , Lot/Item No. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.
Reference No. of Document Being Continued | Page 21 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.
(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.
(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.
(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.
(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for
(1) | progress payments, or |
(2) | termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal |
deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.
(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver.
(i) The Contractor shall produce both the first article and the production quantity at the same facility.
(End of Clause)
|
I-90
|
52.232-16
|
PROGRESS PAYMENTS
|
APR/2003
|
The Government will make progress payments to the Contractor when requested as work progresses, but not more frequently than monthly in amounts of $2,500 or more approved by the Contracting Officer, under the following conditions:
(a) | Computation of amounts. |
(1) Unless the Contractor requests a smaller amount, the Government will compute each progress payment as 80 percent of the | |
Contractors total costs incurred under this contract whether or not actually paid, plus financing payments to subcontractors (see paragraph (j) of this clause), less the sum of all previous progress payments made by the Government under this contract. The Contracting Officer will consider cost of money that would be allowable under FAR 31.205 -10 as an incurred cost for progress payment purposes.
(2) The amount of financing and other payments for supplies and services purchased directly for the contract are limited to the amounts that have been paid by cash, check, or other forms of payment, or that are determined due will be paid to subcontractors--
(i) | In accordance with the terms and conditions of a subcontract of invoice; and |
(ii) | Ordinarily within 30 days of the submission of the Contractors payment request to the Government. |
(3) | The Government will exclude accrued costs of Contractor contributions under employee pension plans until actually paid unless-- | |
(i) | The Contractors practice is to make contributions to the retirement fund quarterly or more frequently; and | |
(ii) | The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any | |
contribution remaining unpaid shall be excluded from the Contractors total costs for progress payments until paid).
Reference No. of Document Being Continued | Page 22 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(4) | The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause: (i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting |
principles and practices.
|
(ii) | Costs incurred by subcontractors or suppliers. |
(iii) | Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or amortized |
portion of such costs.
|
(iv) | Payments made or amounts payable to the subcontractors or suppliers, except for-- | |
(A) | completed work, including partial deliveries, to which the Contractor has acquired title; and | |
(B) | Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title. | |
(5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.
(6) | The total amount of progress payments shall not exceed 80 percent of the total contract price. |
(7) | If a progress payment or the unliquidated progress payments exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) above, |
the Contractor shall repay the amount of such excess to the Government on demand.
(8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2,500. The Contracting Officer may make exceptions.
(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.
(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:
(1) | The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below). | |
(2) | Performance of this contract is endangered by the Contractors -- | |
(i) | Failure to make progress; or | |
(ii) | Unsatisfactory financial condition. | |
(3) | Inventory allocated to this contract substantially exceeds reasonable requirements. | |
(4) | The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business. | |
(5) | The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract. | |
(6) | The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph | |
(b) | above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above. |
(d) | Title. |
(1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the date | |
of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.
(2) Property, as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.
Reference No. of Document Being Continued | Page 23 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(i) | Parts, materials, inventories, and work in process; |
(ii) | Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract; |
(iii) | Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other similar |
manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract; e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officers approval, but the proceeds shall be credited against the costs of performance.
(5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officers advance approval of the action and the terms. The Contractor shall
(i) | exclude the allocable costs of the property from the costs of contract performance, and |
(ii) | repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or |
credit memorandum.
|
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not --
(i) | Delivered to, and accepted by, the Government under this contract; or |
(ii) | Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the |
Government under this clause.
|
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.
(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.
(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractors books, records, and accounts.
(h) | Special terms regarding default. If this contract is terminated under the Default clause, | |
(i) | the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and | |
(ii) | title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects | |
not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.
(i) | Reservations of rights. | ||
(1) | No payment or vesting of title under this clause shall -- | ||
(i) | Excuse the Contractor from performance of obligations under this contract; or | ||
(ii) | Constitute a waiver of any of the rights or remedies of the parties under the contract. | ||
(2) | The Governments rights and remedies under this clause -- | ||
Reference No. of Document Being Continued | Page 24 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(i) | Shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract; and |
(ii) | Shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such |
exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or divisions, if the following conditions are met:
(1) | The amounts included are limited to -- | |
(i) | The unliquidated remainder of financing payments made; plus | |
(ii) | Any unpaid subcontractor requests for financing payments. | |
(2) | The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work | |
and the first delivery, or, if the subcontractor is a small business concern, 4 months.
(3) If the financing payments are in the form or progress payments, the terms of the subcontract or interdivisional order concerning progress payments --
(i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;
(ii) | Are at least as favorable to the Government as the terms of this clause; |
(iii) | Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor; |
(iv) | Are in conformance with the requirements of FAR 32.504(e); and |
(v) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if --
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
(4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments--
(i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;
(ii) | Are in conformance with the requirements of FAR 32.504(f); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if--
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
(5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments
(i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;
(ii) | Are in conformance with the requirements of FAR 32.504(g); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Governments right to require delivery of the property to the Government if--
(A) | The Contractor defaults; or |
(B) | The subcontractor becomes bankrupt or insolvent. |
Reference No. of Document Being Continued | Page 25 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.
(7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.
(8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.
(9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.
(k) Limitations on undefinitized contract actions. Notwithstanding any other progress payment provisions in this contract, progress payments may not exceed 80 percent of costs incurred on work accomplished under undefinitized contract actions. A contract action is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on Contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at 80 percent of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed 80 percent of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.
(l) Due date. The designated payment office will make progress payments on the -1- day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make a payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provisions of the Prompt Payment Act.
(m) Progress payments under indefinitedelivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.
(End of Clause)
|
I-91
|
52.215-19
|
NOTIFICATION OF OWNERSHIP CHANGES
|
OCT/1997
|
(a) | The Contractor shall make the following notifications in writing: |
(1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in | |
changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.
(2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.
(b) | The Contractor shall -- | |
(1) | Maintain current, accurate, and complete inventory records of assets and their costs; | |
(2) | Provide the ACO or designated representative ready access to the records upon request; | |
(3) | Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining | |
useful lives are identified accurately before and after each of the Contractors ownership changes; and
(4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.
Reference No. of Document Being Continued | Page 26 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k) .
(End of Clause)
|
I-92
|
52.219-28
|
POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
|
JUN/2007
|
(a) Definitions. As used in this clause--
|
"Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217 -8, Option to Extend Services, or other appropriate authority.
"Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts
(i) | Within 60 to 120 days prior to the end of the fifth year of the contract; and |
(ii) | Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. |
(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ .
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code | assigned to contract | |||
number | . [Contractor to sign and date and insert authorized signer's name and title]. | |||
(End of clause) |
Reference No. of Document Being Continued | Page 27 of 30 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC. | |||||||
|
|
|
|
|||||
I-93 | 52.222-39 | NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR | DEC/2004 | |||||
FEES | ||||||||
(a) Definition. As used in this clause-- |
United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.
(b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)).
Notice to Employees
|
Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment.
If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments.
For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number:
National Labor Relations Board
Division of Information 1099 14th Street, N.W. Washington, DC 20570 1-866-667-6572 1-866-316-6572 (TTY) |
To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov
(c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR Part 470, and orders of the Secretary of Labor.
(d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 470, which implements Executive Order 13201, or as are otherwise provided by law.
(e) | The requirement to post the employee notice in paragraph (b) does not apply to-- | |
(1) | Contractors and subcontractors that employ fewer than 15 persons; | |
(2) | Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as | |
the exclusive bargaining representative of the Contractor's employees;
(3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements;
Reference No. of Document Being Continued | Page 28 of 30 | |||
CONTINUATION SHEET | ||||
PIIN/SIIN W52H09-09-D-0128 | MOD/AMD | |||
|
|
|
||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||
|
|
|
(4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that--
(i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and
(ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or
(5) Work outside the United States that does not involve the recruitment or employment of workers within the United States.
(f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall--
(1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs;
(2) | Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or |
(3) | Reproduce and use exact duplicate copies of the Department of Labor's official poster. |
(g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c) . For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR Part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.
(End of Clause) | ||||||
I-94 | 52.252-2 | CLAUSES INCORPORATED BY REFERENCE | FEB/1998 |
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address:
http://www.arnet.gov/far/ | or | http://www.acq.osd.mil/dpap/dars/index.htm | or | https://webportal.saalt.army.mil/saal- | ||||||
zp/procurement/afars.doc | ||||||||||
(End of Clause) | ||||||||||
I-95 | 52.252-6 | AUTHORIZED DEVIATIONS IN CLAUSES | APR/1984 |
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.
(b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.
(a) Definition. SPI process, as used in this clause, means a management or manufacturing process that has been accepted previously by the Department of Defense under the Single Process Initiative (SPI) for use in lieu of a specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives of the Contractor, the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.
(b) Offerors are encouraged to propose SPI processes in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI processes accepted at specific facilities is available via the Internet at http://guidebook.dcma.mil/20/guidebook_process.htm (paragraph 4.2) .
(c) An offeror proposing to use an SPI process in lieu of military or Federal specifications or standards cited in the solicitation shall
(1) | Identify the specific military or Federal specification or standard for which the SPI process has been accepted; |
(2) | Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal |
specifications or standards cited in the solicitation;
|
(3) | Identify the contract line items, subline items, components, or elements affected by the SPI process; and |
(4) | If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the |
Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.
(d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI processes in lieu of military or Federal specifications or standards:
(Offeror insert information for each SPI process)
|
SPI Process:
Facility: |
Military or Federal Specification or Standard:
|
Affected Contract Line Item Number, Subline Item Number, Component, or Element:
(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror
(1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an offer; but
(2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of offers.
(End of clause)
The following documents are hereby attached by reference and may form a part of this acquisition. These documents, available in electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm are Standard Solicitation Attachments. Vendors should ensure that they have the correct attachments in their possession prior to submitting a bid/proposal/quote.
Number | ||||||||||
T_i_t_l_e_ | D_a_t_e_ | o__ P_a_g_e | ||||||||
Address Code Distribution | 2006 | 1 | Pg | |||||||
Address List | 2006 | 1 | Pg | |||||||
AMCCOM Form 71-R | 01 | OCT 88 | 2 | Pgs | ||||||
Data Delivery Description | Engineering Change Proposal | JUL | 2001 | 9 Pgs | ||||||
Data Delivery Description | Notice of Revision | JUL | 2001 | 2 Pgs | ||||||
Data Delivery Description | Request for Deviation | JUL | 2001 | 4 Pgs | ||||||
Disclosure of Lobbying Activities (SF-LLL) | JUL | 1997 | 3 | Pgs | ||||||
Guidance on Documentation of Contract Data | 2 | Pgs | ||||||||
Requirements List (CDRL) | ||||||||||
Instructions for Completing DD Form 1423 | JUN | 1990 | 1 | Pg | ||||||
IOC Form 715-3 | FEB | 1996 | 2 | Pgs | ||||||
Offeror Representations and CertificationsCommercial Items | SEP | 2004 | 8 Pgs | |||||||
Statement and Acknowledgement | MAY | 2003 | 1 | Pg | ||||||
Wage Rate Notification | MAY | 2003 | 2 | Pgs |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued | Page | 2 of 5 | ||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-09-D-0128/0001 | MOD/AMD | |||||
|
|
|
|
|||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||
|
|
|
|
SUPPLEMENTAL INFORMATION
1. THIS DELIVERY ORDER IS ISSUED TO OPTEX SYSTEM INC THIS WILL SATISFY THE MINIMUM GUARANTEED QUANTITY UNDER CONTRACT W52H09-09-D-0128 FOR THE FOLLOWING BELOW ITEM:
CLIN | NOUN | NSN | P/N | QYT | ||||
0002AA | PERICSOPE, ARMORED | 1240-01-319-8995 | 12357792 | 250 |
2. DELIVERY IS FOB DESTINATION. DELIVERY SCHEDULE IS SET FORTH IN SECTION B. EARLY DELIVERIES ARE AUTHORIZED AT NO ADDITIONAL COST TO THE GOVERNMENT.
3. | THERE IS NO FIRST ARTICLE TEST REQUIREMENT FOR THIS AWARD. |
4. | THE UNIT PRICE IS $473.00 |
5. | TOTAL AMOUNT FOR THIS AWARD IS $118,250.00 |
*** END OF NARRATIVE A0001 ***
|
1. ADMINISTRATIVE MODIFICATION, | 01, IS TO CHANGE THE SHIPPING DATE AND QUANTITY FOR CLIN 0002AA. | THE CORRECTION IS AS FOLLOWS AND IS | ||||||||
FOUND IN SCHEDULE B: | ||||||||||
SHIP TO ADDRESS | CURRENT DATE | CURRENT QUANTITY | CORRECT DATE | CORRECT QUANTITY | ||||||
W25G1U | 14-AUG-2009 | 100 | 21-AUG-2009 | 175 | ||||||
W62G2T | 06-OCT-2009 | 75 | 21-SEP-2009 |
TOTAL CONTRACT QUANTITY ON CLIN 0002AA OF 250 EACH REMAINS.
|
2. | ALL OTHER TERMS AND CONDITIONS OF CONTRACT W52H09-09-D-0128 REMAIN THE SAME. |
3. | POC FOR THIS ACTION IS KEVIN GILMORE@US.ARMY.MIL |
*** END OF NARRATIVE A0002 ***
|
APPENDIX C
|
SOLICITATION
|
RESPONSE
|
The response to this bid proposal is not available to Optex Systems, Inc. It was prepared by the original owners of Optex (two companies ago) and was not filed with the other contract information. It is assumed that since the critical information of the response was captured in the contract, that the previous owners discarded these documents.
CONTRACT ATTACHED
|
Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214 -7 or 52.215 -1. All offers are subject to all terms and conditions contained in this solicitation.
10. For Information | Name LINDA M MAES | Telephone No. (Include Area Code) (NO Collect Calls) | ||||||||||||
Call: | E-mail address: MAESL@RIA.ARMY.MIL | (309)782-3657 | ||||||||||||
|
|
|
|
|
|
|
||||||||
11. Table Of Contents | ||||||||||||||
|
||||||||||||||
(X) | Section | Description | Page(s) | (X) | Section | Description | Page(s) | |||||||
|
|
|
|
|
|
|
|
|||||||
Part I - The Schedule | Part II - Contract Clauses | |||||||||||||
|
|
|
|
|
|
|
|
|||||||
X | A | Solicitation/Contract Form | 1 | X | I | Contract Clauses | 24 | |||||||
|
|
|
|
|
|
|
|
|||||||
X | B | Supplies or Services and Prices/Costs | 9 | Part III - List Of Documents, Exhibits, And Other Attachments | ||||||||||
|
|
|
|
|
|
|||||||||
X | C | Description/Specs./Work Statement | 11 | X | J | List of Attachments | 36 | |||||||
|
|
|
|
|
|
|
|
|||||||
X | D | Packaging and Marking | 13 | Part IV - Representations And Instructions | ||||||||||
|
|
|
|
|
|
|
|
|||||||
X | E | Inspection and Acceptance | 15 | K | Representations, Certifications, and | |||||||||
|
|
|
|
|||||||||||
X | 37 | |||||||||||||
X | F | Deliveries or Performance | 19 | Other Statements of Offerors | ||||||||||
|
|
|
|
|
|
|
|
|||||||
G | Contract Administration Data | X | L | Instrs., Conds., and Notices to Offerors | 42 | |||||||||
|
|
|
|
|
|
|
|
|||||||
X | H | Special Contract Requirements | 22 | X | M | Evaluation Factors for Award | 46 | |||||||
|
|
|
|
|
|
|
|
OFFER (Must be fully completed by offeror) | ||
|
||
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. | ||
|
||
12. In compliance with the above, the undersigned agrees, if this offer is accepted within | calendar days (60 calendar day s unless a different period is |
inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
SCD | PAS | ADP PT | ||||||
|
|
|
|
|
||||
26. Name of Contracting Officer (Type or Print) | 27. United States Of America | 28. Award Date |
/SIGNED/
(Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
NSN 7540-01-152-8064 | 33-132 | Standard Form 33 (Rev. 4-85) | ||
PREVIOUS EDITIONS NOT USABLE | Prescribed By GSA-FAR (48 CFR) 53.214(c) |
Reference No. of Document Being Continued Page 2 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION A - SUPPLEMENTAL INFORMATION EXECUTIVE SUMMARY:
1. THIS SOLICITATION W52H09-05-R-0051, ISSUED ON A FULL AND OPEN COMPETITIVE BASIS, FOR THE M137A2, AND THE M137A3 PANORAMIC TELESCOPE, WILL RESULT IN THE AWARD OF A 5-YEAR FIRM-FIXED PRICE, INDEFINITE QUANTITY (IDIQ) CONTRACT. THIS CONTRACT INCLUDES FIVE ORDERING PERIODS AS SET FORTH IN THE PARAGRAPH BELOW.
2. EVALUATION OF OFFERS WILL BE IN ACCORDANCE WITH SECTION M OF THIS SOLICITATION. ONE AWARD WILL BE MADE FOR THIS ITEM. THE
GOVERNMENT STRONGLY ADVISES REVIEWING SECTIONS L & M PRIOR TO SUBMITTING A PROPOSAL.
IT SHOULD BE NOTED THAT, IN ACCORDANCE WITH FAR PART 19.704, A SUBCONTRACTING PLAN IS REQUIRED AT TIME OF PROPOSAL SUBMISSION FROM ALL OFFERORS OTHER THAN SMALL BUSINESS CONCERNS.
3. PLEASE NOTE THAT THIS SOLICITATION CONTAINS A SECTION B, "SUPPLIES OR SERVICES AND PRICES/COSTS" SECTION, WHICH IS FOR ITEM
IDENTIFICATION ONLY. THE CONTRACTOR SHALL FILL IN PRICES ON THE PRICING EVALUATION SHEET IDENTIFIED AS ATTACHMENT 001. AFTER CONTRACT AWARD, EACH DELIVERY ORDER ISSUED AGAINST THE RESULTANT CONTRACT SHALL CONTAIN A SECTION B BASED ON THE PRICING EVALUATION SHEET IN ATTACHMENT 001.
4. FIRST ARTICLE TESTING (FAT) IS REQUIRED FOR THE M137A2 PANORAMIC TELESCOPE. SEE CLAUSES ES6016 & IF7116. ALL COSTS FOR THSE TESTS
ARE TO BE BORNE BY THE CONTRACTOR. INSPECTION /ACCEPTANCE FOR ALL FIRST ARTICLE REPORTS WILL BE ORIGIN/DESTINATION; FOB IS DESTINATION.
5. PRIOR TO FIRST ARTICLE APPROVAL, THE ACQUISITION OF MATERIAL OR COMPONENTS FOR, OR THE COMMENCEMENT OF PRODUCTION OF, THE BALANCE OF
THE CONTRACT QUANTITY IS AT THE SOLE RISK OF THE CONTRACTOR. ONLY THE CONTRACTING OFFICER, BY WRITTEN AUTHORIZATION, MAY ALLOW THE CONTRACTOR TO ACQUIRE SPECIFIC MATERIAL OR COMPONENTS BEYOND THOSE REQUIRED FOR FIRST ARTICLE TEST. PLEASE SEE CLAUSE ES6016.
AS CALLED OUT IN CLAUSE ES6030, CONFIRMATORY TESTING WILL BE REQUIRED FOR THE M137A2 PANORAMIC TELESCOPE. SHIPMENT OF THE CONFIRMATORY TEST SAMPLES SHALL BE IMMEDIATELY AFTER COMPLETION OF THE FIRST ARTICLE TEST AND UPON AUTHORIZATION FROM THE CONTRACTING OFFICER. DISPOSITION OF THE FIRST ARTICLE TEST REPORT WILL BE IN ACCORDANCE WITH ES6016 REGARDLESS OF COMPLETION STATUS OF CONFIRMATORY TEST.
6. AT THE GOVERNMENT'S DISCRETION, PHYSICAL CONFIGURATION AUDIT OF ALL ITEMS DEEMED APPROPRIATE, MAY BE CONDUCTED AT THE CONTRACTOR'S
FACILITY.
7. THE FOLLOWING ITEMS ARE BEING SOLICITED:
CLIN 0001: | M137A2 | PANORAMIC TELESCOPE - GUARANTEED MINIMUM QUANTITY IS 138 EACH | ||
NSN: | 1240-01-483-6103 | |||
P/N: | 12984713 | |||
CLIN 0002; | M137A3 | PANORAMIC TELESCOPE | ||
NSN: | 1240-01-483-6100 | |||
P/N: | 12984775 |
8. DURING THE LIFE OF THIS CONTRACT (FROM AWARD DATE UNTIL 30 JUNE 2010), THE GOVERNMENT IS ENTITLED TO ORDER A MAXIMUM TOTAL QUANTITY
OF 1100 EACH M137A2 AND 1000 EACH M137A3 PANORAMIC TELESCOPE.
9. AN AWARD UNDER THIS SOLICITATION IN NO WAY OBLIGATES THE GOVERNMENT TO PURCHASE ANY QUANTITY UNDER THE RESULTANT CONTRACT, EXCEPT
FOR THE GUARANTEED MINIMUM QUANTITY LISTED PARAGRAPH 7. EACH DELIVERY ORDER STANDS ON ITS OWN ISOFAR AS IT OBLIGATES THE GOVERNMENT.
10. THE PRICING RANGES SHOWN ON ATTACHMENT 001 ARE PROVIDED FOR THE PURPOSE OF ESTABLISHING REASONABLE QUANTITIES AGAINST WHICH TO PROVIDE PRICES. OFFERORS ARE REQUIRED TO COMPLETE AND SUBMIT THE "PRICING EVALUATION SHEET" AT ATTACHMENT 001. PLEASE PROVIDE PRICES FOR ALL YEARS, AND ALL RANGES, INCLUDING THE BREAKOUT OF FIRST ARTICLE TEST. PROPOSALS OFFERING PRICES FOR QUANTITIES OR RANGES OTHER THAN THOSE SOLICITED WILL NOT BE CONSIDERED.
CLIN 0001, NSN: | 1240-01-483-6103, P/N: | 12984713, M137A2 PANORAMIC TELESCOPE | ||
OP | ESTIMATED BUY |
Reference No. of Document Being Continued | Page | 3 of 46 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
01 | 218 | |||||||
02 | 105 | |||||||
03 | 72 | |||||||
04 | 25 | |||||||
05 | 25 | |||||||
CLIN 0002. NSN: | 1240-01-483-6100, P/N: 12984775, M137A3 PANORAMIC TELESCOPE | |||||||
OP | ESTIMATED BUY | |||||||
01 | 40 | |||||||
02 | 40 | |||||||
03 | 40 | |||||||
04 | 40 | |||||||
05 | 40 |
13. | SHIPMENTS WILL BE FOB DESTINATION TO ONE OR MORE OF THE FOLLOWING LOCATIONS: | |
DODAAC: W52H1C | ||
ADDRESS: XR W0K8 USA MAC | ||
ROCK ISLAND ARSENAL,BLDG 299 | ||
GILLESPIE AVE AND BECK LANE | ||
ROCK ISLAND,IL 61299-5000 | ||
ATTN: DAVE HERRERA (309)782-6869 | ||
POC: ROD KEENEY/AMSTA-LC-CFTL/(309)782-6649 | ||
DODAAC: W31G1Z | ||
XR W0L7 ANNISTON MUNITIONS CENTER | ||
TRANS OFFICER 256 235 6837 CL V | ||
7 FRANKFORD AVE BLDG 380 | ||
ANNISTON AL 36201-4199 | ||
DODAAC: W62G2T | ||
XU DEF DIST DEPOT SAN JOAQUIN | ||
25600 S CHRISMAN ROAD | ||
REC WHSE 10 PH 209 839 4307 | ||
TRACY CA 95304-5000 | ||
DODAAC: W25G1U | ||
XU TRANSPORTATION OFFICER | ||
DDSP NEW CUMBERLAND FACILITY | ||
BUILDING MISSION DOOR 113 134 | ||
NEW CUMBERLAND PA 17070-5001 | ||
14. | DELIVERIES TO DDSP NEW CUMBERLAND FACILITY MUST BE SCHEDULED IN ADVANCE; APPOINTMENTS MAY BE SCHEDULED AS EARLY AS TEN DAYS IN |
ADVANCE OF THE ANTICIPATED DELIVERY DATE AND MAY BE MADE BY CALLING (800) 307=8496. THE FOLLOWING ADDITIONAL INFORMATION WILL BE REQUIRED AT TIME OF APPOINTMENT SCHEDULING:
A. | CONTRACT NUMBER |
B. | COMMODITY/NOUN NAME |
C. | NSN, IF SOLID LOAD |
D. | TOTAL WEIGHT AND CUBE |
E. | VENDOR |
15. | ALL DELIVERY ORDERS WILL BE ISSUED UNILATERALLY BY TACOM-RI, AMSTA-LC-CFA, WITH FIRM DELIVERY DATES. |
16. | DELIVERY PRODUCTION RATES SHALL BE AS FOLLOWS: (ADA = AFTER DATE OF AWARD) |
CLIN | 0001AA | - FIRST ARTICLE TEST REPORT/ | 300 | ADA | 5 EACH | |||||||
CLIN | 0001AB | - PRODUCTION QUANT WITH FAT/ | 450 | ADA | QUANTITIES WILL BE INITIAL PRODUCTION OF 10, WITH 10 | PER MONTH HEREAFTER. | ||||||
CLIN | 0002AA | - PRODUCTION QUANT WITHOUT FAT/ 390 ADA | QUANTITIES WILL BE AN INITIAL PRODUCTION OF 10, WITH | 10 PER MOHTH | ||||||||
THEREAFTER. | ||||||||||||
17. EARLIER DELIVERY IS ACCEPTABLE IF ACCOMPLISHED AT NO ADDITIONAL COST TO THE GOVERNMENT. |
Reference No. of Document Being Continued Page 4 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
18. THE TDPS FOR THESE ITEMS CONTAIN SOURCE CONTROLLED DRAWINGS: 10549273, 12984722, 12984724, 12984801, 12984810, 12984815, 12984836,
13005051, 13005077, 13005078, AND 8215837. SOURCE CONTROLLED PARTS MUST BE OBTAINED ONLY FROM THE APPROVED SOURCES ON THE DRAWINGS, AND NO ALTERNATE SOURCES WILL BE ALLOWED FOR THESE SPECIFIED SOURCE CONTROLLED PARTS.
19. MANUFACTURE OF THESE ITEMS REQUIRES LIGHT PHOSPHATE TT-C-490 (FINISH SERIES 5.1 OF MIL-STD-171). SEE CLAUSE AS7002 AND CDRL/EXHIBIT ITEM NUMBER A004.
20. IN ORDER TO ACCOMPLISH COORDINATION BETWEEN THE CONTRACTOR AND THE GOVERNMENT IN PERFORMANCE OF THIS EFFORT, THE STATEMENT OF WORK AT ATTACHMENT 008 IS A REQUIREMENT OF ANY CONTRACT RESULTING FROM THIS SOLICITATION.
21. | A POST-AWARD CONFERENCE WILL BE CONDUCTED AT THE CONTRACTOR'S FACILITY 30 DAYS AFTER AWARD OF CONTRACT. |
22. | POINT OF CONTACT FOR THIS SOLICITATION IS LINDA MAES, PHONE 309-782-3657, FAX 309-782-1616, EMAIL MAESL@RIA.ARMY.MIL. |
*** END OF NARRATIVE A 001 *** | ||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
|
||||||
A-1 | 52.204-4504 | ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) | JAN/2005 | |||
INSTRUCTIONS |
Effective 1 Jan 2005, contractors are required to use the On-line Representations and Certifications Application (ORCA). Contractors will complete and update the on-line provisions in ORCA (_h_t_t_p_:_/_/_w_w_w_._b_p_n_._g_o_v_/_o_r_c_a) on at least a yearly basis. When submitting a quote/offer/bid in response to this solicitation, contractors will attest that, at the time of their submission, their ORCA records are current, accurate, and complete, and applicable to the solicitation (including the business size standard applicable to the NAICS code for this solicitation). This is accomplished by completing the provision at FAR 52.204 -8, Annual Representations and Certifications, or FAR 52.212 -3, Offeror Representations and Certifications -- Commercial Items (& Alternates I & II), whichever is included in this solicitation. If this solicitation also includes the provision at FAR 52.204 -7, Central Contractor Registration, paragraph (b) of clause 52.204 -8 applies. Representations and certifications that are to be completed through ORCA are not repeated in this solicitation. However, this solicitation may include other representation and certification requirements not covered by ORCA, which must be completed and returned with your quote/offer/bid.
The NAICS code for this solicitation is 333314 and the small business size standard is 500 employees.
(End of Provision) (AS6100)
A-2 | 52.246-4311 | AS6002 WAS DELETED 30 MAR 2005 AND REPLACED BY AS7001, HIGHER-LEVEL | JUL/2004 | |||
TACOM-RI | CONTRACT QUALITY REQUIREMENT |
This contract requires the offeror to be in compliance with the higher level quality requirement listed in Section E on date of award. Compliance is defined as meeting the intent of the higher level quality requirement. The contractor shall have documentation attesting to the compliance available to the Government upon request.
Note: It is not mandatory that a contractor be registered by the Registration Accreditation Board.
(End of Clause) (AS6002)
A-3 HQ, DA NOTICE TO OFFERORS - USE OF CLASS I OZONE-DEPLETING SUBSTANCES JUL/1993
(a) In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act, 42 U.S.C. 7671a(a), or that can be met only through the use of such a substance unless such use has been approved, on an
Reference No. of Document Being Continued Page 5 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
individual basis, by a senior acquisition official who determines that there is no suitable substitute available.
(b) To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C with the disposition determined in each case.
(c) If offerors possess any special knowledge about any other ODSs required directly or indirectly at any level of contract performance, the U.S. Army would appreciate if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information in accordance with FAR 52.214 -6 or 52.215 -14 as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so.
(End of Clause)
|
(AA7020)
|
A-4 | 52.201-4501 | NOTICE ABOUT TACOM-RI OMBUDSMAN | AUG/2004 | |||
TACOM-RI | ||||||
a. | We have an Ombudsman Office here at TACOM-RI. Its purpose is to open another channel of communication with TACOM-RI | |||||
contractors. |
b. | If you think that this solicitation: | |
1. | has inappropriate requirements; or | |
2. | needs streamlining; or | |
3. | should be changed | |
you should first contact the buyer or the Procurement Contracting Officer (PCO).
c. | The buyer's name, phone number and address are on the cover page of this solicitation. |
d. | If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can |
contact the Ombudsman Office. The address and phone number are:
U.S. Army, TACOM-Rock Island 1 Rock Island Arsenal ATTN: AMSTA-AQ-AR (OMBUDSMAN) Rock Island IL 61299-7630 Phone: (309) 782-3223/3224 Electronic Mail Address: ombudsman@ria.army.mil |
(End of clause)
|
(AS7006)
|
A-5 | 52.204-4505 | DISCLOSURE OF UNIT PRICE INFORMATION | FEB/2003 | |||
TACOM-RI |
This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such release prior to submission of initial proposals.
Reference No. of Document Being Continued | Page 6 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
(End of clause) | ||||||||
AS7909 | ||||||||
A-6 | 52.204-4506 | PUBLIC ACTIVITY INVOLVEMENT | FEB/2003 | |||||
TACOM-RI |
Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red river Army Depot have expressed interest in securing subcontracting opportunities under
this RFP. | For information related to the capabilities of these facilities, and Points of Contact, see | _w_w_w_._g_s_i_e_._a_r_m_y_._m_i_l | ||||
(End of Clause) | ||||||
AS7005 | ||||||
A-7 | 52.210-4500 | NOTICE OF PHOSPHATE COATING REQUIREMENT | MAR/1988 | |||
TACOM-RI |
This solicitation and any resulting purchase order are subject to Federal Specification TT-C-490, Type I, Cleaning Methods for Ferrous Surfaces and Pretreatments for Organic Coatings.
(End of Clause)
|
(AS7002)
|
A-8 | 52.210-4516 | COMMERCIAL EQUIVALENT ITEM(S) | JUN/1998 | |||
TACOM-RI | ||||||
THE GOVERNMENT HAS A PREFERENCE TO SATISFY ITS NEEDS THROUGH THE ACQUISITION OF COMMERCIAL ITEMS. | IF YOU KNOW OF ANY COMMERCIAL | |||||
EQUIVALENT ITEM(S) FOR THOSE LISTED IN THIS SOLICITATION, PLEASE CONTACT THE CONTRACTING OFFICE. | INFORMATION PROVIDED WILL BE | |||||
CONSIDERED FOR FUTURE PROCUREMENTS. |
(End of Clause)
|
(AS7003)
|
A-9 | 52.211-4506 | INSTRUCTIONS REGARDING SUBSTITUTIONS FOR MILITARY AND FEDERAL | DEC/1997 | |||
TACOM-RI | SPECIFICATIONS AND STANDARDS |
(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.
(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:
SPI MILITARY/FEDERAL LOCATION OF FACILITY ACO SPEC/STANDARD REQUIREMENT
(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.
(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.
(e) The price that is provided by the offeror in the Schedule in Section B will be considered as follows:
Reference No. of Document Being Continued Page 7 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the proposed SPI.
(2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.
(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:
CLIN | PRICE | $ | ||
CLIN | PRICE | $ | ||
CLIN | PRICE | $ | ||
CLIN | PRICE | $ |
(End of clause)
|
(AS7008)
|
A-10 | 52.215-4503 | NOTICE TO OFFERORS - ELECTRONIC | BID/OFFER | RESPONSE REQUIRED | FEB/2002 | |||||
TACOM-RI | ||||||||||
1. | In accordance with Management Reform Memorandum (MRM) #2 | from the Department of Defense (DoD), all Services are required to |
eliminate paper from their acquisition process by January 1, 2000 (see information at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_i_d_e_/_d_o_c_u_m_e_n_t_s_/_m_r_m_2_._p_d_f_)_.
2. In response to this mandate, TACOM-RI has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM-RI Solicitation Page has been activated to fully automate the response process (see h _t_t_p_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x _._h_t_m_)_
3. I_M_P_O_R_T_A_N_T_: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format. Hard copy bids/proposals/quotes WILL NOT BE ACCEPTED. Bids/proposals/quotes submitted by electronic fax to 309-782-2047 will be accepted as these bids/proposals/quotes are considered to be electronic commmunication.
4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:
LS7011, Electronic Bids/Offers - TACOM-RI (TACOM-RI 52.215 -4510)
LS7013, Electronic Award Notice - TACOM-RI (TACOM-RI 52.215 -4511)
(End of clause)
|
(AS7004)
|
A-11 | 52.233-4503 | AMC-LEVEL PROTEST PROGRAM | JUN/1998 | |||
TACOM-RI |
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to:
HQ Army Materiel Command Office of Command Counsel
Reference No. of Document Being Continued | Page | 8 of 46 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
ATTN: AMCCC-PL | ||||||||
9301 Chapek Rd | 2-1SE3401 | |||||||
Fort Belvoir VA | 22060-5527 | |||||||
Facsimile number (703) 806-8866/8875 | ||||||||
Voice Number (703) 806-8762 | ||||||||
The AMC-level protest procedures are found at: | ||||||||
http://www.amc.army.mil/amc/command_counsel/protest/bidprotest.html |
If Internet access is not available, contact the Contracting Officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
(End of Clause)
|
(AS7010)
|
A-12 | 52.243-4510 | DIRECT VENDOR DELIVERY | JAN/1999 | |||
TACOM-RI |
In accordance with the Changes clause of this contract, the contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the contractor may be directed to use best commercial packaging. The contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:
(End of clause)
|
(AS7012)
|
Reference No. of Document Being Continued | Page | 10 of 46 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: | ||||||||||||
|
|
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
ROCK ISLAND | IL 61299-5000 | |||||||||||
MARK FOR: ATTN: DAVE HERRERA | ||||||||||||
0002 | NSN: 1240-01-483-6100 | |||||||||||
FSCM: 1240 | ||||||||||||
PART NR: 12984775 | ||||||||||||
SECURITY CLASS: Unclassified | ||||||||||||
0002AA | P_R_O_ D Q_T_Y_ W_/_O F_A_T | EA $ | $ | |||||||||
|
||||||||||||
NOUN: M137A3 PANORAMIC TELESCOPE | ||||||||||||
D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_ r S_t_a_t_e_m_e_n_t | ||||||||||||
TOP DRAWING NR: 12984775 | ||||||||||||
DATE: 04-NOV-2004 | ||||||||||||
P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g | ||||||||||||
I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e | ||||||||||||
INSPECTION: Origin | ACCEPTANCE: Origin | |||||||||||
FOB POINT: Destination | ||||||||||||
0003 | D_A_T_ A I_T_E_M_ | $ | *_*__N_S_P_ *_* $ | *_*__N_S_P__*_*_ | ||||||||
|
NOUN: CONTRACT DATA REQ LIST
SECURITY CLASS: Unclassified CONTRACTOR WILL PREPARE AND DELIVER THE TECHNICAL DATA IN ACCORDANCE WITH THE REQUIREMENTS, QUANTITIES AND SCHEDULES SET FORTH IN THE CONTRACT DATA REQUIREMENTS LISTS (DD FORM 1423), EXHIBIT A. IT IS REQUIRED THAT DATA ITEMS BE DELIVERED USING ELECTRONIC MEDIA. REFER TO THE DD FORM 1423 FOR MORE SPECIFIC ELECTRONIC DELIVERY INFORMATION A DD250 IS NOT REQUIRED (End of narrative A001) |
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.
The following drawing(s) and specifications are applicable to this procurement.
CLIN 0001
Drawings and Specifications in accordance with enclosed Technical Data Package Listing - TDPL 12984713 with revisions in effect as of 02/08/2005 (except as follows): FOR ENGINEERING EXCEPTIONS SEE ATTACHMENT OO2,
CLIN 0002
Drawings and Specifications in accordance with enclosed Technical Data Package Listing - TDPL 12984775 with revisions in effect as of 11/04/2004 (except as follows): FOR ENGINEERING EXCEPTIONS SEE ATTACHMENT 003.
(CS6100)
C-2 | 52.211-4505 | AVAILABLE TECHNICAL DATA PACKAGE (TDP) | APR/2000 | |||
TACOM RI |
The Technical Data Package(s) (TDP) for this solicitation is currently accessible on the Internet in the National Stock Number/TDP column of the Open Solicitations Web Page listing associated with this solicitation (address: _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s_ h _b_/_i_n_d_e_x_._h_t_m_l_).e Contractors who are interested in bidding, offering, or quoting on the item(s) being solicited must download a copy of the TDP so that they will have access to the TDP in accordance with the solicitation. Hard
copies of the TDP will NOT be provided during the solicitation process. | At time of award, the TDP will continue to be accessible on the | |||||
Internet on the Award Web Page for an additional 30 days. | ||||||
(End of Clause) | ||||||
(CS7102) | ||||||
C-3 | 52.248-4502 | CONFIGURATION MANAGEMENT DOCUMENTATION | JUL/2001 | |||
TACOM RI |
The contractor may submit Engineering Change Proposals (ECPs), Value Engineering change Proposals (VECPs), (Code V shall be assigned to an engineering change that will effect a net life cycle cost), including Notice of Revisions (NORs), and Request for Deviations (RFDs), for the documents in the Technical Data Package (TDP). The contractor shall prepare these documents in accordance with the Data Item Descriptions cited in block 04 on the enclosed DD Form 1423, Contract Data Requirements List.
Contractor ECPs/VECPs shall describe and justify all proposed changes and shall included NORs completely defining the change to be made. Contractors may also submit RFD, which define a temporary departure from the Technical Data package or other baseline documentation under Government control. The contractor shall not deliver any units incorporating any change/deviation to Government documentation until notified by the Government that the change/deviation has been approved and the change/deviation has been incorporated in the contract.
If the Government receives the same or substantially the same VECPs from two or more contractors, the contracts whose VECP is received first will be entitled to share with the Government in all instant, concurrent, future, and collateral savings under the terms of the VE clause in the contract.
Duplicate VECPs, which are received subsequently, will be returned to the contractor(s) without formal evaluation, regardless of whether or not the first VECP has been approved and accepted by the Government.
(End of Clause)
|
(CS7110)
|
C-4 THE M137A2 AND M137A3 PANORAMIC TELESCOPES SHALL BE MANUFACTURED IN ACCORDANCE WITH THE REQUIREMENTS OF CLAUSE C-1, DRAWINGS AND
Reference No. of Document Being Continued Page 12 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SPECIFICATIONS AND THE STATEMENT OF WORK AT ATTACHMENT 008.
*** END OF NARRATIVE C 001 ***
Reference No. of Document Being Continued | Page 13 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
SECTION D - PACKAGING AND MARKING | ||||||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
D-1 | 52.211-4501 | PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS) | FEB/2004 |
A. Military preservation, packing, and marking shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction contained in the TDP.
Preservation: MILITARY Level of Packing: B
Quantity Per Unit Package: 001
SPI Number: AM12984713 , 30 MAR 05 (CLIN 0001), AND P12984775, 11 JUL 03 (CLIN 0002)
B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.
C. | Marking: In addition to any special markings called out on the SPI; |
C.1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in | |
accordance with MIL-STD-129, Revision P, Change Notice 2, Date 10 Feb 04, including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel.
C.2. Contractors and vendors shall apply identification and address markings with bar codes in accordance with this standard. For shipments moving to overseas locations and for mobile deployable units, the in-the-clear address must also include the host country geographic address and the APO/FPO address. The MSL will include both linear and 2D bar codes per the standard. The DD Form 250 or the commercial packing list shall have bar coding applied as per Direct Vendor Delivery Shipments in the standard (except for deliveries to DLA Distribution Depots; e.g. New Cumberland, San Joaquin, Red River, Anniston). Packing lists are required in accordance with the standard, see paragraph 5.3.
C.3. Contractor to contractor shipments shall have the address markings applied to the identification marked side of the exterior shipping container or to the unitized load markings. The following shall be marked "FROM: name and address of consignor and TO: name and address of consignee".
C.4. Military Shipping Label. The following website (Computer Automated Transportation Tool, CAAT) provides detailed instructions for downloading and installing the Military Shipment Label/Issue Receipt Document (CATT MSL/IRRD) software that will generate a Military Shipping Label to include the required Code 39 and 2D(PDF417) bar codes on the label: http://www.asset- trak.com/catt/msl_irrd/mslirrdmain.htm. This program was developed by the Army and is free to those with government contracts. Two contractors have introduced a version of the MSL software that can be purchased by contractors. Both programs produce labels that appear to be in compliance with the requirements of MIL-STD-129P. Contractors are MILPAC (_h_t_t_p_:_/_/_m_i_l_p_a_c_._c_o_m) and Easysoft Corporation (h_t_t_p_:_/_/_e_a_s_y_s_o_f_t_c_o_r_p_._c_o_m_). Insure that the "ship to" and "mark for" in-the-clear delivery address is complete including: consignee's name, organization, department name, office, building, room, street address, city, state, country code, & DODAAC.
D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard. Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program.
E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided the contractor provides the PCO and ACO with notification 60 days
Reference No. of Document Being Continued Page 14 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to the PCO and ACO. The Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.
F. | Hazardous Materials: |
F.1. Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to | |
be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)
F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents:
International Air Transport Association (IATA) Dangerous Goods Regulations International Maritime Dangerous Goods Code (IMDG) Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49
Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO P4030.19/DLAM 4145.3 (for military air shipments)
F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations. Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.
F.4. A Product Material Safety Data Sheet (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.
G. SUPPLEMENTAL INSTRUCTIONS:
CLIN 0001: SPI provided at Attachment 006.
Cleaning shall be as follows: CLEANING OF OPTICAL SURFACES SHALL BE AS FOLLOWS: LOOSE PARTICLES OF DUST SHALL BE REMOVED FROM THE SURFACE OF THE OPTICAL ELEMENTS WITH A CAMEL HAIR BRUSH. THE SURFACES SHALL BE WIPED WITH A CIRCULAR MOTION USING COTTON, LENS TISSUE PAPER OR FRESHLY LAUNDERED CHEESECLOTH WHICH IS SATURATED WITH ALCOHOL. CAUTION: ONLY LENS TISSUE PAPER OR BATISTE CLOTH SHALL BE USED TO CLEAN PLASTIC ELEMENTS. THE SURFACES SHALL BE DRIED BY WIPING WITH CLEAN COTTON, LENS PAPER OR FRESHLY LAUNDERED CHEESECLOTH. A SWAB SHALL BE MADE BY WRAPPING ONE PIECE OF LENSE TISSUE PAPER AROUND THE END OF AN ORANGE STICK OR EQUAL. ONE OR TWO DROPS OF ALCOHOL SHALL BE ADDED ON THE TIP OF THE SWAB. EXERT LIGHT DOWNWARD PRESSURE ON THE SWAB END WHILE MOVING IN A CIRCULAR MOTION BEGINNING AT THE CENTER OF THE POLISHED SURFACE. INCREASE RADIUS OF SWABBING AREA UNTIL THERE IS NO TRACE OF DIRT, LINT, OR SMEARS ON THE SWABBED SURFACE. A RUBBER SYRINGE SHALL BE USED AS BELLOWS TO REMOVE ANY PARTICLES REMAINING ON THE CLEANED SURFACE.
(End of clause) (DS6419)
Reference No. of Document Being Continued Page 15 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION E - INSPECTION AND ACCEPTANCE
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at
these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(EA7001)
|
a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package. The first article shall consist of: 5 EACH M137A2 PANORAMIC TELESCOPES, P/N 12984713, SUBASSEMBLIES & COMPONENTS. VISUAL & DIMENSIONAL MEASUREMENTS REQUIRED. THE FIRST ARTICLE TEST REPORT SHALL BE BASED ON 3 EACH M137A2 PANORAMIC TELESCOPE, AND THE REMAINING TWO SHALL BE SENT OUT FOR CONFIRMATORY TESTING. PLEASE SEE CLAUSE ES6030 BELOW..
b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.
c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:
(1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.
(2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.
(3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.
(4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.
(5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.
Reference No. of Document Being Continued Page 16 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
d. The Contractor shall provide to the Contracting Officer at least 20 calendar days advance notice of the scheduled date for final inspection and test of the first article. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.
e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be submitted through the Administrative Contracting Officer to the Contracting Officer with a copy furnished to AMSRD-AAR-QEP-A.
f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.
(End of Clause)
|
(ES6016)
|
E-5 | 52.209-4513 | FIRST ARTICLE CONFIRMATORY TEST | MAY/1994 | |||
TACOM-RI |
a. When notified by the Contracting Officer that First Article Confirmatory Testing will be imposed, the contractor shall submit upon completion of First Article contractor testing, the following items identified below for confirmatory testing:
QUANTITY | ITEM NOMENCLATURE | DRAWING | ||||
2 EACH | M137A2 | PANORAMIC TELESCOPE | 12984713 |
b. Shipment of the confirmatory test sample shall be accomplished on or before the submission date of the contractor's First Article Test Report.
c. The confirmatory test sample shall be packaged and packed by the contractor in accordance with contractual requirements and marked "For Confirmatory Test". The sample shall be shipped to the location identified below at Contractor's expense:
XR WOK8 USA MAC
ROCK ISLAND ARSENAL, BLDG 299 GILLESPIE AVE AND BECK LANE ROCK ISLAND, IL 61299-5000 ATTN: DAVE HERRERA
POC: ROD KEENEY AMSTA-LC-CFTL/(309)782-6649
The accompanying Material Inspection and Receiving Report (DD Form 250) shall be marked "For Confirmatory Test, No Charge". Two copies of the DD Form 250 shall be forwarded to: THE CONTRACTING OFFICE BY ELECTRONIC MAIL: MAESL@RIA.ARMY.MIL, OR FAX: 309-782-1616, ATTN: LINDA MAES.
d. Failure of the confirmatory test sample to meet contractual requirements shall NOT be cause for disapproval of the first article. Notification of approval, conditional approval, or disapproval of the first article shall be in accordance with the First Article Approval - Contractor Testing Clause.
e. At the Contracting Officer's discretion, the confirmatory test units with unused repair parts may be returned to contractor for refurbishing and may subsequently be shipped as deliverable contract items. Inspection and acceptance of the refurbished test units shall be in accordance with contractual requirements. The costs of refurbishing will be negotiated between the parties.
(End of Clause)
|
(ES6030)
|
E-6
|
52.246-4533
|
SURFACE QUALITY STANDARDS
|
MAR/2001
|
Reference No. of Document Being Continued Page 17 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
TACOM-RI a. Surface quality standards for optical elements (Scratch and Dig) per MIL-PRF-13830B, are required to perform acceptance inspection under this contract and are available as listed in APPENDIX I (Attachment 007) of this contract. The standards will be furnished to the Contractor on a loan basis for use on this contract. The standards shall not be used on other contracts unless written authorization is received from the Contracting Officer. The Administering Contracting Officer (ACO) designated by the agency administering the contract, or the Contracting Officer (CO) if an ACO was not assigned shall submit the Contractor's request for equipment to COMMANDER-ARDEC, ATTN: AMSRD-AAR-QEW PICATINNY ARSENAL NJ 07806-5000. Shipping costs shall be borne by the shipper.
b. The contractor shall hereby indicate the facility to which this Government Furnished Property should be shipped:
c. Upon receipt, the Contractor should retain shipping containers for return of the standards. All costs of packing, packaging, shipping, and insurance shall be borne by the Contractor.
d. The Contractor shall be responsible for shipping the surface quality standards to the Government for certification at 12 month intervals. Notification and shipping instructions shall be provided to the Contractor by SAME AS ABOVE. The notification shall include the standard's serial number and will be sent 30 days prior to the actual due date for certification.
e. Within 30 calendar days after completion of delivery of all items on this contract requiring scratch and digs, the Contractor shall assure that the Government owned standards referenced in paragraph a above are in the same condition as when received. Upon verification by a Government representative that the standards are undamaged. the Contractor shall prepare the standards for delivery in accordance with best commercial practices. The Contractor shall ship the standards with a DD Form 1149 to SAME AS ABOVE.
(End of Clause)
(ES6018) | ||||||
E-7 | 52.246-4528 | REWORK AND REPAIR OF NONCONFORMING MATERIAL | MAY/1994 | |||
TACOM-RI |
a. | Rework and Repair are defined as follows: |
(1) Rework - The reprocessing of nonconforming material to make it conform completely to the drawings, specifications or | |
contract requirements.
|
(2) Repair - The reprocessing of nonconforming material in accordance with approved written procedures and operations to reduce, but not completely eliminate, the nonconformance. The purpose of repair is to bring nonconforming material into a usable condition. Repair is distinguished from rework in that the item after repair still does not completely conform to all of the applicable drawings, specifications or contract requirements.
b. Rework procedures along with the associated inspection procedures shall be documented by the Contractor and submitted to the Government Quality Assurance Representative (QAR) for review prior to implementation. Rework procedures are subject to the QAR's disapproval.
c. Repair procedures shall be documented by the Contractor and submitted on a Request for Deviation/Waiver, to the Contracting Officer for review and written approval prior to implementation.
d. Whenever the Contractor submits a repair or rework procedure for Government review, the submission shall also include a description of the cause for the nonconformances and a description of the action taken or to be taken to prevent recurrence.
e. The rework or repair procedure shall also contain a provision for reinspection which will take precedence over the Technical Data Package requirements and shall, in addition, provide the Government assurance that the reworked or repaired items have met reprocessing requirements.
Reference No. of Document Being Continued Page 18 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(End of Clause) (ES7012)
Reference No. of Document Being Continued Page 19 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION F - DELIVERIES OR PERFORMANCE
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(FA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
F-1 | 52.242-17 | GOVERNMENT DELAY OF WORK | APR/1984 | |||
F-2 | 52.247-34 | F.O.B. DESTINATION | NOV/1991 | |||
F-3 | 52.247-35 | F.O.B. DESTINATION, WITHIN CONSIGNEE'S PREMISES | APR/1984 | |||
F-4 | 52.247-48 | F.O.B. DESTINATION - EVIDENCE OF SHIPMENT | FEB/1999 | |||
F-5 | 252.211-7003 | ITEM IDENTIFICATION AND VALUATION | JAN/2004 |
[NOTE: The following clause requires unique item identification marking, or a DoD recognized unique identification equivalent, for all items delivered under the contract for wihch the Government's acquisition cost (as defined under 'Definitions' below) is $5,000 or more. Unique item identification marking is also required for items listed in paragraphs (c)(1)(ii) of the clause. Unique item identification marking is required for embedded subassemblies, components, and parts if listed in paragraph (c)(1(ii), or if listed elsewhere in the solicitation or resulting contract. In the event that the Government has not yet identified these items or embedded parts, paragraph (c)(1)(ii) will read "TBD" for "to be determined". If these items are identified by the Government before the time proposals are due, an amendment to the solicitation will be issued which identifies them. If not, award will be made on the basis of them not being identified; however, the contract may be later modified to include such identification marking. This clause also requires the contractor to report the Government's acquisition cost for each item delivered under the contract. Information concerning these requirements is available at http://www.acq.osd.mil/uid.]
(a) Definitions. As used in this clause--Automatic identification device means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media.
Commonly accepted commercial marks means any system of marking products for identification that is in use generally throughout commercial industry or within commercial industry sectors. Some examples of commonly accepted commercial marks are: EAN.UCC Global Trade Item Number; Automotive Industry Action Group B-4 Parts Identification and Tracking Application Standard, and B-2 Vehicle Identification Number Bar Code Label Standard; American Trucking Association Vehicle Maintenance Reporting Standards; Electronic Industries Alliance EIA 802 Product Marking Standard; and Telecommunications Manufacturers Common Language Equipment Identification Code.
Concatenated unique item identifier means--
(1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part number, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, original part number, and serial number within the part number.
Data qualifier means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows.
DoD recognized unique identification equivalent means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_._
DoD unique item identification means marking an item with a unique item identifier that has machine-readable data elements to distinguish it from all other like and unlike items. In addition-- (1) For items that are serialized within the enterprise identifier, the unique identifier shall include the data elements of issuing agency code, enterprise identifier, and a unique serial number.
(2) For items that are serialized within the part number within the enterprise identifier, the unique identifier shall include the data elements of issuing agency code, enterprise identifier, the original part number, and the serial number.
Enterprise means the entity (i.e., a manufacturer or vendor) responsible for assigning unique item identifiers to items. Enterprise identifier means a code that is uniquely assigned to an enterprise by a registration (or controlling) authority. Government's unit acquisition cost means--
(1) | For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; | |||
and | (2) For cost-type line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government |
for each item at the time of delivery.
Issuing agency code means a code that designates the registration (or controlling) authority.
Item means a single hardware article or unit formed by a grouping of subassemblies, components, or constituent parts required to be
Reference No. of Document Being Continued Page 20 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
delivered in accordance with the terms and conditions of this contract.
Machine-readable means an automatic information technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards.
Original part number means a combination of numbers or letters assigned by the enterprise at asset creation to a class of items with the same form, fit, function, and interface.
Registration (or controlling) authority means an organization responsible for assigning a non-repeatable identifier to an enterprise (i.e., Dun & Bradstreet's Data Universal Numbering System (DUNS) Number, Uniform Code Council (UCC)/EAN International (EAN) Company Prefix, or Defense Logistics Information System (DLIS) Commercial and Government Entity (CAGE) Code).
Serial number within the enterprise identifier or unique serial number means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise.
Serial number within the part number or serial number means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part number assignment.
Serialization within the enterprise identifier means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again.
The enterprise is responsible for ensuring unique serialization within the enterprise identifier.
Serialization within the part number means each item of a particular part number is assigned a unique serial number within that part number assignment. The enterprise is responsible for ensuring unique serialization within the part number within the enterprise identifier.
Unique item identification means marking an item with machine-readable data elements to distinguish it from all other like and unlike items.
Unique item identifier means a set of data marked on items that is globally unique, unambiguous, and robust enough to ensure data information quality throughout life and to support multi-faceted business applications and users.
Unique item identifier type means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_.
(b) | The Contractor shall deliver all items under a contract line, subline, or exhibit line item. |
(c) | Unique item identification. |
(1) The Contractor shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for-- | ||||||
(i) All items for which the Government's unit acquisition cost is | $5,000 | or more; and | ||||
(ii) The following items for which the Government's unit acquisition cost is less than $5,000: | ||||||
T_B_ | ||||||
(iii) Subassemblies, components, and parts embedded within items as specified in Exhibit Number _T_B_D or Contract Data Requirements |
List Item Number T_B_D_.
(2) The unique item identifier and the component data elements of the unique item identifier shall not change over the life of the item.
(3) Data syntax and semantics. The Contractor shall--
(i) Mark the encoded data elements (except issuing agency code) on the item using any of the following three types of data qualifiers, as specified elsewhere in the contract:
(A) | Data Identifiers (DIs) (Format 06). |
(B) | Application Identifiers (AIs) (Format 05), in accordance with ISO/IEC International Standard 15418, Information Technology-- |
EAN/UCC Application Identifiers and ASC MH 10 Data Identifiers and ASC MH 10 Data Identifiers and Maintenance.
(C) Text Element Identifiers (TEIs), in accordance with the DoD collaborative solution ``DD'' format for use until the final solution is approved by ISO JTC1/SC 31. The DoD collaborative solution is described in Appendix D of the DoD Guide to Uniquely Identifying Items, available at _h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_.
(ii) Use high capacity automatic identification devices in unique identification that conform to ISO/IEC International Standard 15434, Information Technology--Syntax for High Capacity Automatic Data Capture Media.
(4) Marking items.
(i) Unless otherwise specified in the contract, data elements for unique identification (enterprise identifier, serial number, and, for serialization within the part number only, original part number) shall be placed on items requiring marking by paragraph (c)(1) of this clause in accordance with the version of MIL-STD-130, Identification Marking of U.S. Military Property, cited in the contract Schedule.
(ii) The issuing agency code--
(A) | Shall not be placed on the item; and |
(B) | Shall be derived from the data qualifier for the enterprise identifier. |
(d) Commonly accepted commercial marks. The Contractor shall provide commonly accepted commercial marks for items that are not required to have unique identification under paragraph (c) of this clause.
(e) Material Inspection and Receiving Report. The Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information:
(1) | Description.* |
(2) | Unique identifier**, consisting of-- |
(i) | Concatenated DoD unique item identifier; or |
(ii) | DoD recognized unique identification equivalent. |
Reference No. of Document Being Continued Page 21 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(3) | Unique item identifier type.** |
(4) | Issuing agency code (if DoD unique item identifier is used).** |
(5) | Enterprise identifier (if DoD unique item identifier is used).** |
(6) | Original part number.** |
(7) | Serial number.** |
(8) | Quantity shipped.* |
(9) | Unit of measure.* |
(10) | Government's unit acquisition cost.* |
(11) | Ship-to code. |
(12) | Shipment date. |
(13) | Contractor's CAGE code or DUNS number. |
(14) | Contract number. |
(15) | Contract line, subline, or exhibit line item number.* |
(16) | Acceptance code. |
* | Once per contract line, subline, or exhibit line item. |
** | Once per item. |
(f) Material Inspection and Receiving Report for embedded subassemblies, components, and parts requiring unique item identification. The Contractor shall report at the time of delivery, as part of the Material Inspection and Receiving Report specified elsewhere in this contract, the following information: (1) Unique item identifier of the item delivered under a contract line, subline, or exhibit line item that contains the embedded subassembly, component, or part.
(2) Unique item identifier of the embedded subassembly, component, or part, consisting of--
(i) | Concatenated DoD unique item identifier; or |
(ii) | DoD recognized unique identification equivalent. |
(3) | Unique item identifier type.** |
(4) | Issuing agency code (if DoD unique item identifier is used).** |
(5) | Enterprise identifier (if DoD unique item identifier is used).** |
(6) | Original part number.** |
(7) | Serial number.** |
(8) | Unit of measure. |
(9) | Description. |
** Once per item.
|
(g) The Contractor shall submit the information required by paragraphs (e) and (f) of this clause in accordance with the procedures at h_t_t_p_:_/_/_w_w_w_._a_c_q_._o_s_d_._m_i_l_/_u_i_d_._ (h) Subcontracts. If paragraph (c)(1)(iii) of this clause applies, the Contractor shall include this clause, including this paragraph (h), in all subcontracts issued under this contract.
(End of clause)
|
(FA6002)
|
Reference No. of Document Being Continued Page 22 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION H - SPECIAL CONTRACT REQUIREMENTS
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(HA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
H-1 | 252.247-7023 | TRANSPORTATION OF SUPPLIES BY SEA | MAY/2002 | |||
DFARS | ||||||
H-2 | 252.247-7024 | NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA | MAR/2000 | |||
DFARS | ||||||
H-3 | 52.232-4506 | PROGRESS PAYMENT LIMITATION | MAR/1988 | |||
TACOM-RI |
Prior to first article approval, only costs incurred for the first article are allowable for progress payments; however, such payments shall not exceed 10 percent (10%) of the initial award value of the contract.
(End of Clause)
|
(HS6002)
|
H-4 | 52.246-4500 | MATERIAL INSPECTION & RECEIVING REPORTS (DD FORM 250) | NOV/2001 | |||
TACOM-RI |
(a) Material Inspection and Receiving Report(s) (DD Form 250), are required to be prepared and furnished to the Government under the clause of this contract entitled 'Material Inspection and Receiving Report'. Distribution of reports to the Purchasing Office (in accordance with DoD FAR Supplement Appendix F) shall be accomplished electronically.
(b) Two copies of the DD Form 250 are required to be submitted to the Purchasing Office. To satisfy this submission requirement electronically, the completed documents may be transmitted via electronic mail, or data fax. The electronic mail address for submission is CARSONC@RIA.ARMY.MIL or MAESL@RIA.ARMY.MIL. The data fax number for submission is 309-782-1616, ATTN: LINDA MAES or CHRIS CARSON.
(c) Any additional copies required in accordance with Appendix F may be submitted to the addresses identified below via the U. S. Postal Service:
(1) | The FMS/MAP copies may be submitted to: N/A |
(End of Clause)
|
(HS6510)
|
H-5 | 52.247-4545 | PLACE OF CONTRACT SHIPPING POINT, RAIL INFORMATION | MAY/1993 | |||
TACOM-RI |
The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.
Shipped From:
|
Reference No. of Document Being Continued Page 23 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
For contracts involving F.O.B. Origin shipments furnish the following rail information:
Does Shipping Point have a private railroad siding? YES NO
If YES, give name of rail carrier serving it:
If NO, give name and address of nearest rail freight station and carrier serving it:
Rail Freight Station Name and Address: Serving Carrier:
(End of Clause) (HS7600)
Reference No. of Document Being Continued Page 24 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION I - CONTRACT CLAUSES
This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the clause requires additional or unique information, then that information is provided immediately after the clause title.
(IA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
I-1 | 52.202-1 | DEFINITIONS | JUL/2004 | |||
I-2 | 52.203-3 | GRATUITIES | APR/1984 | |||
I-3 | 52.203-5 | COVENANT AGAINST CONTINGENT FEES | APR/1984 | |||
I-4 | 52.203-8 | CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR | JAN/1997 | |||
IMPROPER ACTIVITY | ||||||
I-5 | 52.203-10 | PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY | JAN/1997 | |||
I-6 | 52.203-12 | LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS | JUN/2003 | |||
I-7 | 52.204-4 | PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER | AUG/2000 | |||
I-8 | 52.204-7 | CENTRAL CONTRACTOR REGISTRATION | OCT/2003 | |||
I-9 | 52.209-6 | PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH | JAN/2005 | |||
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT | ||||||
I-10 | 52.211-5 | MATERIAL REQUIREMENTS | AUG/2000 | |||
I-11 | 52.211-15 | DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS | SEP/1990 | |||
I-12 | 52.215-2 | AUDIT AND RECORDS - NEGOTIATION | JUN/1999 | |||
I-13 | 52.215-14 | INTEGRITY OF UNIT PRICES | OCT/1997 | |||
I-14 | 52.219-8 | UTILIZATION OF SMALL BUSINESS CONCERNS | OCT/2000 | |||
I-15 | 52.219-9 | SMALL BUSINESS SUBCONTRACTING PLAN | JAN/2002 | |||
I-16 | 52.219-16 | LIQUIDATED DAMAGES - SUBCONTRACTING PLAN | JAN/1999 | |||
I-17 | 52.222-19 | CHILD LABOR - COOPERATION WITH AUTHORITIES AND REMEDIES | JUN/2004 | |||
I-18 | 52.222-21 | PROHIBITION OF SEGREGATED FACILITIES | FEB/1999 | |||
I-19 | 52.222-26 | EQUAL OPPORTUNITY | APR/2002 | |||
I-20 | 52.222-35 | EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE | DEC/2001 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-21 | 52.222-36 | AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES | JUN/1998 | |||
I-22 | 52.222-37 | EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE | DEC/2001 | |||
VIETNAM ERA, AND OTHER ELIGIBLE VETERANS | ||||||
I-23 | 52.223-6 | DRUG-FREE WORKPLACE | MAY/2001 | |||
I-24 | 52.223-14 | TOXIC CHEMICAL RELEASE REPORTING | AUG/2003 | |||
I-25 | 52.225-13 | RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (DEVIATION) | JAN/2004 | |||
I-26 | 52.227-2 | NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT | AUG/1996 | |||
I-27 | 52.229-3 | FEDERAL, STATE, AND LOCAL TAXES | APR/2003 | |||
I-28 | 52.230-2 | COST ACCOUNTING STANDARDS | APR/1998 | |||
I-29 | 52.230-6 | ADMINISTRATION OF COST ACCOUNTING STANDARDS | APR/2005 | |||
I-30 | 52.232-1 | PAYMENTS | APR/1984 | |||
I-31 | 52.232-8 | DISCOUNTS FOR PROMPT PAYMENT | FEB/2002 | |||
I-32 | 52.232-11 | EXTRAS | APR/1984 | |||
I-33 | 52.232-17 | INTEREST | JUN/1996 | |||
I-34 | 52.232-23 | ASSIGNMENT OF CLAIMS - ALTERNATE I | APR/1984 | |||
I-35 | 52.232-25 | PROMPT PAYMENT | OCT/2003 | |||
I-36 | 52.232-33 | PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR | OCT/2003 | |||
REGISTRATION | ||||||
I-37 | 52.233-1 | DISPUTES | JUL/2002 | |||
I-38 | 52.233-3 | PROTEST AFTER AWARD | AUG/1996 | |||
I-39 | 52.233-4 | APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM | OCT/2004 | |||
I-40 | 52.242-13 | BANKRUPTCY | JUL/1995 | |||
I-41 | 52.243-1 | CHANGES - FIXED PRICE | AUG/1987 | |||
I-42 | 52.244-6 | SUBCONTRACTS FOR COMMERCIAL ITEMS | DEC/2004 | |||
I-43 | 52.246-1 | CONTRACTOR INSPECTION REQUIREMENTS | APR/1984 | |||
I-44 | 52.247-63 | PREFERENCE FOR U.S. - FLAG AIR CARRIERS | JUN/2003 | |||
I-45 | 52.248-1 | VALUE ENGINEERING | FEB/2000 |
Reference No. of Document Being Continued | Page 25 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
|
|||||
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
||||||||
I-46 | 52.249-2 | TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) | MAY/2004 | |||||
I-47 | 52.249-8 | DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) | APR/1984 | |||||
I-48 | 52.253-1 | COMPUTER GENERATED FORMS | JAN/1991 | |||||
I-49 | *** THIS REFERENCE (IA0707) IS NO LONGER VALID *** | |||||||
I-50 | 252.203-7001 | PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT- | DEC/2004 | |||||
DFARS | RELATED FELONIES | |||||||
I-51 | 252.204-7003 | CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT | APR/1992 | |||||
DFARS | ||||||||
I-52 | 252.205-7000 | PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS | DEC/1991 | |||||
DFARS | ||||||||
I-53 | 252.219-7003 | SMALL, SMALL DISADVANTAGED, AND WOMEN-OWNED SMALL BUSINESS | APR/1996 | |||||
DFARS | SUBCONTRACTING PLAN (DOD CONTRACTS) | |||||||
I-54 | 252.225-7002 | QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS | APR/2003 | |||||
DFARS | ||||||||
I-55 | 252.225-7004 | REPORTING OF CONTRACT PERFORMANCE OUTSIDE THE UNITED STATES | APR/2003 | |||||
I-56 | 252.225-7012 | PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES | MAY/2004 | |||||
DFARS | ||||||||
I-57 | 252.225-7013 | DUTY-FREE ENTRY | JAN/2004 | |||||
DFARS | ||||||||
I-58 | 252.225-7014 | PREFERENCE FOR DOMESTIC SPECIALTY METALS - ALTERNATE I | APR/2003 | |||||
DFARS | ||||||||
I-59 | 252.225-7016 | RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS | MAY/2004 | |||||
DFARS | ||||||||
I-60 | 252.225-7021 | TRADE AGREEMENTS | DEC/2004 | |||||
DFARS | ||||||||
I-61 | 252.225-7025 | RESTRICTION ON ACQUISITION OF FORGINGS | APR/2003 | |||||
DFARS | ||||||||
I-62 | 252.226-7001 | UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC | SEP/2004 | |||||
DFARS | ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (OCT 2003) | |||||||
I-63 | 252.231-7000 | SUPPLEMENTAL COST PRINCIPLES | DEC/1991 | |||||
DFARS | ||||||||
I-64 | 252.232-7003 | ELECTRONIC SUBMISSION OF PAYMENT REQUESTS | JAN/2004 | |||||
DFARS | ||||||||
I-65 | 252.232-7004 | DOD PROGRESS PAYMENT RATES | OCT/2001 | |||||
DFARS | ||||||||
I-66 | 252.242-7000 | POSTAWARD CONFERENCE | DEC/1991 | |||||
DFARS | ||||||||
I-67 | 252.242-7004 | MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM | DEC/2000 | |||||
DFARS | ||||||||
I-68 | 252.243-7001 | PRICING OF CONTRACT MODIFICATIONS | DEC/1991 | |||||
DFARS | ||||||||
I-69 | 252.243-7002 | REQUESTS FOR EQUITABLE ADJUSTMENT | MAR/1998 | |||||
DFARS | ||||||||
I-70 | 252.244-7000 | SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL COMPONENTS (DOD | MAR/2000 | |||||
DFARS | CONTRACTS) | |||||||
I-71 | 252.246-7000 | MATERIAL INSPECTION AND RECEIVING REPORT | MAR/2003 | |||||
DFARS | ||||||||
I-72 | 52.216-18 | ORDERING | OCT/1995 | |||||
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders |
by the individuals or activities designated in the Schedule. Such orders may be issued from DATE OF AWARD through 30 JUN 2010 .
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.
(End of Clause) (IF6155)
I-73
|
52.216-19
|
ORDER LIMITATIONS
|
OCT/1995
|
Reference No. of Document Being Continued Page 26 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 15 EACH, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor -
(1) | Any order for a single item in excess of 220 EACH; |
(2) | Any order for a combination of items in excess of N/A; or |
(3) | A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in |
subparagraph (1) or (2) above.
|
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216 -21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.
(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of Clause)
|
(IF6029)
|
I-74 52.216 -22 INDEFINITE QUANTITY OCT/1995
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The
Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum".
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract FOR ORDERS PLACE AFTER 30 JUN 2010.
(End of clause)
|
(IF6036)
|
I-75
|
52.232-16
|
PROGRESS PAYMENTS - ALTERNATE III
|
APR/2003
|
The Government will make progress payments to the Contractor when requested as work progresses, but not more frequently than monthly in amount of $2500 or more approved by the Contracting Officer, under the following conditions:
(a) | Computation of amounts. |
(1) Unless the Contractor requests a smaller amount, the Government will compute each progress payment as 80 percent of the | |
Contractor's total costs incurred under this contract whether or not actually paid, plus financing payments to subcontractors (see paragraph (j) of this clause), less the sum of all previous progress payments made by the Government under this contract. The Contracting Officer will consider cost of money that would be allowable under FAR 31.205 -10 as an incurred cost for progress payment purposes.
(2) The amount of financing and other payments for supplies and services purchased directly for the contract are limited to the amounts that have been paid by cash, check, or that are determined due and will be paid to subcontractors -
Reference No. of Document Being Continued Page 27 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(i) | In accordance with the terms and conditions of a subcontract of invoice; and | |
(ii) | Ordinarily within 30 days of the submission of the Contractor's next payment request to the Government. | |
(3) | The Government will exclude accrued costs of Contractor contributions under employee pension plans until actually paid unless - | |
(i) | The Contractor's practice is to make contributions to the retirement fund quarterly or more frequently; and | |
(ii) | The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any | |
contribution remaining unpaid shall be excluded from the Contractor's total costs for progress payments until paid).
(4) The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause:
(i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting principles and practices.
(ii) | Costs incurred by subcontractors or suppliers. |
(iii) | Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or |
amortized portion of such costs.
|
(iv) | Payments made or amounts payable to subcontractors or suppliers, except for-- | |
(A) | Completed work, including partial deliveries, to which the Contractor has acquired title; and | |
(B) | Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title. | |
(5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.
(6) | The total amount of progress payments shall not exceed eighty percent (80%) of the total contract price. |
(7) | If a progress payment or the unliquidated progress payment exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) |
above, the Contractor shall repay the amount of such excess to the Government on demand.
(8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2500. The Contracting Officer may make exceptions.
(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or eighty percent (80%) of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.
(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:
(1) | The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below). |
(2) | Performance of this contract is endangered by the Contractor's (i) failure to make progress or (ii) unsatisfactory financial |
condition.
|
(3) | Inventory allocated to this contract substantially exceeds reasonable requirements. |
(4) | The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business. |
(5) | The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract. |
(6) | The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in |
paragraph (b) above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above.
Reference No. of Document Being Continued Page 28 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(d) | Title. |
(1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the | |
date of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.
(2) "Property," as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.
(i) | Parts, materials, inventories, and work in process; | |||
(ii) | Special tooling and special test equipment to which the Government is to acquire title under any other clause of this | |||
contract; | ||||
(iii) | Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other |
similar manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and
(iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.
(3) Although title to property is in the Government under this clause, other applicable clauses of this contract, e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.
(4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officer's approval, but the proceeds shall be credited against the costs of performance.
(5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officer's advance approval of the action and the terms. The Contractor shall (i) exclude the allocable cost of the property from the costs of contract performance, and (ii) repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or credit memorandum.
(6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not--
(i) | Delivered to, and accepted by, the Government under this contract; or |
(ii) | Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested |
in the Government under this clause.
|
(7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.
(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.
(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.
(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractor's books, records, and accounts.
(h) Special terms regarding default. If this contract is terminated under the Default clause, (i) the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and (ii) title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.
(i) | Reservations of rights. |
(1) No payment or vesting of title under this clause shall (i) excuse the Contractor from performance of obligations under this | |
contract or (ii) constitute a waiver of any of the rights or remedies of the parties under the contract.
(2) The Government's rights and remedies under this clause (i) shall not be exclusive but rather shall be in addition to any other
Reference No. of Document Being Continued Page 29 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
rights and remedies provided by law or this contract and (ii) shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.
(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or division, if the following conditions are met:
(1) | The amounts included are limited to - | |
(i) | The unliquidated reminder of financing payments made; plus | |
(ii) | any unpaid subcontractor requests for financing payments. | |
(2) The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work and the first delivery, or, if the subcontractor is a small business concern, 4 months.
(3) If the financing payments are in the form of progress payments, the terms of the subcontract or interdivisional order concerning progress payments -
(i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;
(ii) | Are at least as favorable to the Government as the terms of this clause; |
(iii) | Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor; |
(iv) | Are in conformance with the requirements of FAR 32.504(e); and |
(v) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if (A) the Contractor defaults or (B) the subcontractor becomes bankrupt or insolvent.
(4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments -
(i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;
(ii) | Are in conformance with the requirements of FAR 32.504(f); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if - (A) The Contractor defaults; or (B) The subcontractor becomes bankrupt or insolvent.
(5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments -
(i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;
(ii) | Are in conformance with the requirements of FAR 32.504(g); and |
(iii) | Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the |
Government's right to require delivery of the property to the Government if - (A) The Contractor defaults; or (B) The subcontractor becomes bankrupt or insolvent.
(6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.
(7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.
(8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor's has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the
Reference No. of Document Being Continued Page 30 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.
(9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.
(k) Limitations on Undefinitized Contract Actions. Notwithstanding any other progress payment provision in this contract, progress payments may not exceed eighty percent (80%) of costs incurred on work accomplished under undefinitized contract actions. A "contract action" is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at eighty percent (80%) of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed eighty percent (80%) of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.
(l) Due date. The designated payment office will make progress payments on the 30TH day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provision of the Prompt Payment Act.
(m) Progress payments under indefinite-delivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.
(n) The provisions of this clause will not be applicable to individual orders at or below the simplified acquisition threshold.
(End of Clause) | ||||||
(IF6193) | ||||||
I-76 | 52.203-6 | RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT | JUL/1995 |
(a) Except as provided in (b) below, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (including computer software) made or furnished by the subcontractor under this contract or under any follow-on production contract.
(b) The prohibition in (a) above does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation.
(c) The Contractor agrees to incorporate the substance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed $100,000.
(End of Clause)
|
(IF7210)
|
I-77
|
52.203-7
|
ANTI-KICKBACK PROCEDURES
|
JUL/1995
|
(a) Definitions.
|
Kickback, as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided, directly or indirectly, to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contract or in connection with a subcontract relating to a prime contract.
Person, as used in this clause, means a corporation, partnership, business association of any kind, trust, joint-stock company, or individual.
Reference No. of Document Being Continued Page 31 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
Prime contract, as used in this clause, means a contract or contractual action entered into by the United States for the purpose of obtaining supplies, materials, equipment, or services of any kind.
Prime Contractor, as used in this clause, means a person who has entered into a prime contract with the United States.
Prime Contractor employee, as used in this clause, means any officer, partner, employee, or agent of a prime Contractor.
Subcontract, as used in this clause, means a contract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract.
Subcontractor, as used in this clause (1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and (2) includes any person who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor.
Subcontractor employee, as used in this clause, means any officer, partner, employee, or agent of a subcontractor.
(b) | The Anti-Kickback of 1986 (41 U.S.C. 51.58) (the Act), prohibits any person from-- | |
(1) | Providing or attempting to provide or offering to provide any kickback; | |
(2) | Soliciting, accepting, or attempting to accept any kickback; or | |
(3) | Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the | |
United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor.
(c)(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relationships.
(2) When the Contractor has reasonable grounds to believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Department of Justice.
(3) The Contractor shall cooperate fully with any Federal agency investigating a possible violation described in paragraph (b) of this clause.
(4) The Contracting Officer may (i) offset the amount of the kickback against any monies owed by the United States under the prime contract and/or (ii) direct that Prime Contractor withhold from sums owed a subcontractor under the prime contract the amount of the kickback. The Contracting Officer may order that monies withheld under subdivision (c)(4)(ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c)(4)(i) of this clause. In either case, the Prime Contractor shall notify the Contracting Officer when the monies are withheld.
(5) The Contractor agrees to incorporate the substance of this clause, including subparagraph (c)(5) but excepting subparagraph (c)(1), in all subcontracts under this contract which exceed $100,000.
(End of Clause)
|
(IF7211)
|
I-78 | 52.209-3 | FIRST ARTICLE APPROVAL-CONTRACTOR TESTING, ALTERNATE I AND ALTERNATE | JAN/1997 | |||||||
II | ||||||||||
(a) | The Contractor shall test | * | unit(s) of Lot/Item * as specified in this contract. At least twenty (20) calendar days before |
the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.
(b) The Contractor shall submit the first article test report within ** calendar days from the date of this contract to * marked ''FIRST ARTICLE TEST REPORT: Contract No. ,Lot/Item No. .'' Within thirty (30) calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.
Reference No. of Document Being Continued Page 32 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.
(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.
(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.
(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.
(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.
(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver.
(i) The Contractor shall produce both the first article and the production quantity at the same facility.
* | (See instructions regarding submission of First Article clause) |
** | (See Schedule B) |
End of Clause)
|
(IF7116)
|
I-79
|
52.215-8
|
ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT
|
OCT/1997
|
Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: (a) the Schedule (excluding the specifications); (b) representations and other instructions; (c) contract clauses; (d) other documents, exhibits, and attachments; and (e) the specifications.
NOTE: The Order of Precedence within the specifications (paragraph (e) above) is: (1) Detailed specifications (including gage designs) for item(s) being procured; (2) Detailed specifications for material or operations; (3) General Specifications for class or items, and (4) General Specifications for class of materials.
(End of Clause)
|
(IF7003)
|
I-80 | 52.219-4 | NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS | OCT/2004 | |||
CONCERNS. | ||||||
(a) Definition. | HUBZone small business concern, as used in this clause, means a small business concern that appears on the | |||||
List of Qualified HUBZone Small Business concerns maintained by the Small Business Administration. |
(b) | Evaluation preference. | ||
(1) | Offers will be evaluated by adding a factor of 10 percent to the price of all offers except-- | ||
(i) | Offers from HUBZone small business concerns that have not waived the evaluation preference. | ||
(ii) | Otherwise successful offers from small business concerns. | ||
Reference No. of Document Being Continued Page 33 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(iii) Otherwise successful offers of eligible products under the Trade Agreements Act when the dollar threshold for application of the Act is exceeded (see 25.402 of the Federal Acquisition Regulation (FAR); and
(iv) Otherwise successful offers where application of the factor would be inconsistent with a Memorandum of Understanding or other international agreement with a foreign government.
(2) The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor.
(3) A concern that is both a HUBZone small business concern and a small disadvantaged business concern will receive the benefit of both the HUBZone small business price evaluation preference and the small disadvantaged business price evaluation adjustment (see FAR clause 52.219 -23). Each applicable price evaluation preference or adjustment shall be calculated independently against an offeror's base offer. These individual preference amounts shall be added together to arrive at the total evaluated price for that offer.
(c) Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraph (d) of this clause do not apply if the offeror has waived the evaluation preference.
Offeror elects to waive the evaluation preference.
(d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other HUBZone small business concerns.
(e) A HUBZone joint venture agrees that in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the HUBZone small business participant or participants.
(f) A HUBZone small business concern nonmanufacturer agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business manufacturer concerns. This paragraph does not apply in connection with construction or service contracts.
(End of clause)
NOTE: The small disadvantaged business price evaluation adjustment described in Paragraph | (b)(3) of this clause is currently suspended | |||||
and will not be incorporated in this solicitation. | ||||||
(IF7004) | ||||||
I-81 | 52.222-20 | WALSH-HEALEY PUBLIC CONTRACTS ACT | DEC/1996 |
(a) All stipulations required by the Act and regulations issued by the Secretary of Labor (41 CFR Chapter 50) are incorporated by reference. These stipulations are subject to all applicable rulings and interpretations of the Secretary of Labor that are now, or may hereafter, be in effect.
(b) All employees whose work relates to this contract shall be paid not less than the minimum wage prescribed by regulations issued by the Secretary of Labor (41 CFR 50-202.2) . Learners, student learners, apprentices, and handicapped workers may be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) to the same extent that such employment is permitted under Section 14 of the Fair Labor Standards Act (41 U.S.C. 40).
(End of clause)
|
(IF7114)
Reference No. of Document Being Continued Page 34 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
I-82 52.227 -1 AUTHORIZATION AND CONSENT JUL/1995
(a) The Government authorizes and consents to all use and manufacture, in performing this contract or any subcontract at any tier, of any invention described in and covered by a United States patent (1) embodied in the structure or composition of any article the delivery of which is accepted by the Government under this contract or (2) used in machinery, tools, or methods whose use necessarily results from compliance by the Contractor or a subcontractor with (i) specifications or written provisions forming a part of this contract or (ii) specific written instructions given by the Contracting Officer directing the manner of performance. The entire liability to the Government for infringement of a patent of the United States shall be determined solely by the provisions of the indemnity clause, if any, included in this contract or any subcontract hereunder (including any lower-tier subcontract), and the Government assumes liability for all other infringement to the extent of the authorization and consent hereinabove granted.
(b) The Contractor agrees to include, and require inclusion of, this clause, suitably modified to identify the parties, in all subcontracts at any tier for supplies or services (including construction, architect-engineer services, and materials, supplies, models, samples, and design or testing services expected to exceed the simplified acquisition threshold); however, omission of this clause from any subcontract, including those at or below the simplified acquisition threshold, does not affect this authorization and consent.
(End of Clause)
|
(IF7220)
|
I-83
|
52.252-6
|
AUTHORIZED DEVIATIONS IN CLAUSES
|
APR/1984
|
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ''(DEVIATION)'' after the date of the clause.
(b) The use in this solicitation or contract of any DOD FAR SUPPLEMENT (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ''(DEVIATION)'' after the name of the regulation.
(End of clause) | ||||||
(IF7016) | ||||||
I-84 | 252.211-7005 | SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS | FEB/2003 | |||
DFARS |
(a) D_e_f_i_n_i_t_i_o_n_. ''SPI process,'' as used in this clause, means a management or manufacturing process that has been accepted previously by the department of defense under the Single Process Initiative (SPI) for use in lieu of specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives from the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.
(b) Offerors are encouraged to propose SPI process in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI process accepted at specific facilities is available via the Internet in Excel format at http://www.dcma.mil/onebook/7.0/7.2/7.2.6/reports/modified. xls
(c) An offeror proposing to use an SPI process in lieu of military or Federal specifications or standard cited in the solicitation shall--
(1) | Identify the specific military or Federal specification or standard for which the SPI process has been accepted, |
(2) | identify each facility at which the offeror proposed to use the specific SPI process in lieu of military or Federal |
specifications or standards cited in the solicitation;
|
(3) | Identify the contract line items, subline items, components, or elements affected by the SPI process; and |
(4) | If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at |
the Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.
(d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI processes in lieu of military or Federal specifications or standards:
(Offeror insert information for each SPI process)
|
Reference No. of Document Being Continued Page 35 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SPI Process:
Facility: |
Military or Federal Specification or Standard:
|
Affected Contract Line Item Number, Subline Item Number, Component, or Element:
(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror -
(1) | May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an | |
offer;but | ||
(2) | Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of | |
offers. |
(End of Clause)
|
(IA7009)
|
The following documents are hereby attached by reference and form a part of this acquisition. | These documents are available in | |||||||||||||
electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm. | Vendors should ensure that they have the correct | |||||||||||||
revisions in their possession prior to submitting a bid proposal/quote. | ||||||||||||||
List of | Number | |||||||||||||
A_d_d_e_n_d_a_ | T_i_t_l_e_ | D_a_t_e_ | o__ P_a_g_e_s | |||||||||||
Attachment | 1A | Instructions for Completing DD Form 1423 | JUN | 90 | 1 | Pg | ||||||||
Attachment | 2A | IOC Form 715-3 | FEB | 96 | 2 | Pgs | ||||||||
Attachment | 3A | AMCCOM Form 71-R | 01OCT88 | 2 | Pgs | |||||||||
Attachment | 4A | Guidance on Documentation of Contract | 2 | Pgs | ||||||||||
Data Requirements List (CDRL) | ||||||||||||||
Attachment | 5A | Disclosure of Lobbying Activities (SF-LLL) | 3 | Pgs | ||||||||||
Attachment | 6A | Data Delivery Description - Engineering Change Proposal | JUL | 01 | 9 | Pgs | ||||||||
Attachment | 7A | Data Delivery Description - Notice of Revision | JUL | 01 | 2 | Pgs | ||||||||
Attachment | 8A | Data Delivery Description - Request for Deviation | JUL | 01 | 4 | Pgs | ||||||||
(End of Clause) | ||||||||||||||
(JS7001) |
Reference No. of Document Being Continued Page 37 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(KA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
K-1 | 52.203-11 | CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN | APR/1991 | |||
FEDERAL TRANSACTIONS | ||||||
K-2 | 52.204-6 | DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER | OCT/2003 | |||
K-3 | 252.209-7001 | DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST | SEP/2004 | |||
DFARS | COUNTRY | |||||
K-4 | 252.209-7004 | SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE | MAR/1998 | |||
DFARS | GOVERNMENT OF A TERRORIST COUNTRY | |||||
K-5 | 252.225-7031 | SECONDARY ARAB BOYCOTT OF ISRAEL | APR/2003 | |||
K-6 | 52.204-8 | ANNUAL REPRESENTATIONS AND CERTIFICATIONS | JAN/2005 |
(a)(1) If the clause at 52.204 -7, Central Contractor Registration, is included in this solicitation, paragraph (b) of this provision applies.
(2) If the clause at 52.204 -7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (b) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:
( ) (i) Paragraph (b) applies.
( ) (ii) Paragraph (b) does not apply and the offeror has completed the individual representations and certifications in the solicitation.
(b) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. _After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
---------------------------------------------------------------------------------------------------------------------------------
FAR Clause Title Date Change
---------------------------------------------------------------------------------------------------------------------------------
---------------------------------------------------------------------------------------------------------------------------------
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.
(End of Provision)
|
(KF7004)
|
Reference No. of Document Being Continued Page 38 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
K-7 52.207 -4 ECONOMIC PURCHASE QUANTITY - SUPPLIES AUG/1987
(a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government.
(b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well.
OFFEROR RECOMMENDATIONS | ||||
PRICE I_T_E_M_ | ||||
Q_U_A_N_T_I_T_Y_ | Q_U_O_T_A_T_I_O_N_ | T_O_T_A_ |
(c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired.
(End of Provision)
|
(KF7003)
|
K-8 52.230 -1 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION JUN/2000
Note:
|
This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III.
Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract.
If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201 -2(c)(5) or 9903.201 -2(c)(6), respectively.
I. DISCLOSURE STATEMENT - COST ACCOUNTING PRACTICES AND CERTIFICATION.
(a) Any contract in excess of $500,000 resulting from this solicitation, will be subject to the requirements of the Cost Accounting Standards Board (48 CFR Chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201 -1.
(b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR, 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision.
CAUTION: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data.
Reference No. of Document Being Continued Page 39 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(c) Check the appropriate box below:
( )(1)Certificate of Concurrent Submission of Disclosure Statement.
The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) Original and one copy to the cognizant Administrative Contracting Officer (ACO) or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the cognizant Federal auditor.
(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable, Forms may be obtained from the cognizant ACO or Federal official and/or from the loose-leaf version of the Federal Acquisition Regulation)
Date of Disclosure Statement:
|
Name and Address of Cognizant ACO or Federal Official Where Filed:
|
The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement.
( ) (2) Certificate of Previously Submitted Disclosure Statement.
|
The offeror hereby certifies that the required Disclosure Statement was filed as follows:
Date of Disclosure Statement:
|
Name and Address of Cognizant ACO or Federal Official Where Filed:
|
The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.
( )(3) Certificate of Monetary Exemption.
The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately.
( ) (4) Certificate of Interim Exemption.
The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202 -1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a review certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.
CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50n million or more in the current cost accounting period may not claim this exemption(4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded.
II. COST ACCOUNTING STANDARDS - ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE.
If the offeror is eligible to use the modified provisions of 48 CFR 9903.201 -2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.
The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR Subpart 9903.201 -2(b) and certifies that the offeror is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an
Reference No. of Document Being Continued Page 40 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
award resulting from this proposal, the offeror will advise the Contracting Officer immediately.
CAUTION: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more.
III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS
The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts.
( ) YES
|
( ) NO
|
(End of Provision)
|
(KF7060) | ||||||
K-9 | 252.225-7020 | TRADE AGREEMENTS CERTIFICATE | JAN/2004 | |||
DFARS |
(a) Definitions. Caribbean Basin country end product, designated country end product, Free Trade Agreement country end product, nondesignated country end product, qualifying country end product, and U.S. made end product have the meanings given in the Trade Agreements clause of this solicitation.
(b) Evaluation. The Government -
|
(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and
(2) Will consider only offers of end products that are U.S.-made, qualifying country, designated country, Caribbean Basin country, or Free Trade Agreement country end products, unless the Government determines that -
(i) | There are no offers of such end products; |
(ii) | The offers of such end products are insufficient to fulfill the Government's requirements; or |
(iii) | A national interest exception to the Trade Agreements Act applies. |
(c) | Certification and identification of country of origin. |
(1) For all line items subject to the Trade Agreements clause of this solicitation, the offeror certifies that each end product to be delivered under this contract, except those listed in paragraph (c)(2) of this provision, is a U.S.-made, qualifying country, designated country, Caribbean Basin Country, or Free Trade Agreement country end product.
(2) The following supplies are other nondesignated country end products:
(Line Item Number)
|
(Country of Origin)
|
(End of provision)
|
(KA7510)
Reference No. of Document Being Continued | Page 41 of 46 | |||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-R-0051 | MOD/AMD | |||||||
|
|
|
|
|
||||
Name of Offeror or Contractor: | ||||||||
|
|
|
||||||
K-10 | 252.247-7022 | REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA | AUG/1992 | |||||
DFARS |
(a) The Offeror shall indicate by checking the appropriate blank in paragraph (b) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation.
(b) | Representation. |
The Offeror represents that it-- | |
Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.
Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation.
(c) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Far Supplement clause at 252.247 -7024, Notification of Transportation of Supplies by Sea.
(End of Provision)
|
(KA7500)
|
Reference No. of Document Being Continued Page 42 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(LA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||
L-1 | 52.211-2 | AVAILABILITY OF SPECIFICATIONS LISTED IN THE DOD INDEX OF | JAN/2004 | |||
SPECIFICATIONS AND STANDARDS (DODISS) AND DESCRIPTIONS LISTED IN THE | ||||||
ACQUISITION MANAGEMENT SYSTEMS AND DATA REQUIREMENTS CONTROL LIST, | ||||||
DOD 5010.12-L | ||||||
L-2 | 52.215-1 | INSTRUCTIONS TO OFFERORS - COMPETITIVE ACQUISITION | JAN/2004 | |||
L-3 | 52.222-38 | COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS | DEC/2001 | |||
L-4 | 52.232-13 | NOTICE OF PROGRESS PAYMENTS | APR/1984 | |||
L-5 | 252.225-7003 | REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES | APR/2003 | |||
DFARS | ||||||
L-6 | 52.211-14 | NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE | SEP/1990 |
Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS)(15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.
(LF6014)
|
L-7 | 52.215-20 | REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST | OCT/1997 | |||
OR PRICING DATA, ALTERNATE III |
(a) | Exceptions from cost or pricing data. |
(1) In lieu of submitting cost or pricing data, offerors may submit a written request for exception by submitting the | |
information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable.
(i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office.
(ii) Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial marketplace that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include--
(A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale , original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities.
(B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market.
(C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item.
Reference No. of Document Being Continued Page 43 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(2) The offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace.
(b) Requirements for cost or pricing data. If the offeror is not granted an exception from the requirement to submit cost or pricing data, the following applies:
(1) | The offeror shall submit cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408. |
(2) | As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as |
letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed in Far 15.406 -2.
(c) Submit the cost portion of the proposal via the following electronic media ANY WINDOWS/IBM COMPATABLE FORMAT.
(End of provision)
|
(LF6027)
|
L-8
|
52.216-1
|
TYPE OF CONTRACT
|
APR/1984
|
The Government contemplates award of a FIRM FIXED PRICE, INDEFINITE DELIVERY, INDEFINITE QUANTITY contract resulting from this solicitation.
(End of Provision)
|
(LF6008)
|
L-9
|
52.233-2
|
SERVICE OF PROTEST
|
AUG/1996
|
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from TACOM-RI, ATTN: VICKI L. AHLGRIM, AMSTA-LC-CFA-C, ROCK ISLAND IL 61299-7630. A protest to be filed with HQ, AMC, in accordance with the clause in Section A entitled HQ, AMC-Level Protest Program, shall be addressed to: HQ, Army Materiel Command, Office of Command Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Avenue, Alexandria, VA 22333- 0001. (Facsimile number (703) 617-5680/617-4999.)
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of Provision) | ||||||
(LF6255) | ||||||
L-10 | 52.252-5 | AUTHORIZED DEVIATIONS IN PROVISIONS | APR/1984 | |||
(a) | The use in this solicitation of any Federal Acquisition Regulation (48 | CFR Chapter 1) provision with an authorized deviation | ||||
is indicated by the addition of ''(DEVIATION)'' after the date of the clause. | ||||||
(b) | The use in this solicitation of any DOD FAR SUPPLEMENT (48 CFR Chapter | 2) provision with an authorized deviation is indicated | ||||
by the addition of ''(DEVIATION)'' after the name of the regulation. | ||||||
(End of Provision) | ||||||
(LF7015) |
L-11
|
52.215-4510
|
ELECTRONIC BIDS/OFFERS
|
NOV/2001
|
Reference No. of Document Being Continued Page 44 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
TACOM-RI
1. Quotes/bids/proposals to the Government shall be signed by a MEMBER OF THE FIRM AUTHORIZED TO BIND THE COMPANY. This requirement is in accordance with (IAW) Federal Acquisition Regulation (FAR) 4.102.
2. Quoters/Bidders/Offerors are required to submit their quotes/bids/proposals for this solicitation via electronic response on the TACOM-RI Business Opportunities, open Solicitations web page, or via facsimile (datafax) to 309/782-2047.
NOTE: ELECTRONIC RESPONSES: You may submit multiple files against a solicitation. However, all the files must only pertain to the one solicitation. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/ separately and must be properly identified.
FACSIMILE RESPONSES: Facsimile bids or offers should only be sent to our secure facsimile machine at Area Code (309) 782-2047. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/separately against that solicitation, and must be properly identified.
TACOM-RI will not be responsible for electronic or facsimile responses that are not submitted correctly and/or are improperly identified.
3. Prior to submission of your quote, bid, or proposal, read the latest electronic bid/proposal instructions at web page,
"h_t_t_p_s_:_/_/_a_a_i_s_b_i_d_s_._r_i_a_._a_r_m_y_._m_i_l_"_,_ and click on the icon for additional information.
4. Assuming that your quote/bid/proposal was electronically transmitted successfully, you will receive the following message:
"A directory for your Cage Code, XXXX, was created under Solicitation W52H09XXXXXXX, and your file was moved to it. If you have any other files to send, use the "Back" arrow on your browser. IF YOU EXPERIENCE ANY PROBLEMS WITH THIS PROCESS, CONTACT THE CONTRACT SPECIALIST LISTED ON THE OPEN SOLICITATION PAGE, _"_h_t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s w_e_b_/_i_n_d_e_x_._h_t_m_l_"_.
5. If you receive an error message of any type, your quote/bid/proposal was not transmitted and must be resubmitted if you wish it to be considered for award. You may resubmit by repeating the steps for electronic submittal or by datafaxing your quote/bid/proposal to Area Code (309)782-2047.
6. Quotes/bids/proposals must arrive in their entirety by the time specified in the solicitation. Quoters/Bidders/Offerors bear the responsibility of timely transmission of their quotes/bids/proposals to ensure the availability of an open transmission line and to take into consideration the length of time required to complete the required upload transaction prior to the time established in the solicitation.
a. Any contract awarded as result of this solicitation will be posted to the Internet for downloading and paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept an electronic award transmitted in the manner described above.
b. Notice of award to the awardee will be issued only via electronic mail. Venders who wish to be notified if they receive an award as a result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to
provide an electronic mail address, then a separate notice of award will not be provided and it shall be the sole responsibility of the vendor to periodically check the Internet to determine if he/she has received an award. In this event, the vendor's failure to check the Internet and download a copy of the award in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension.
c. Notice of award to unsuccessful offerors shall be issued only via the Federal Business Opportunities (FedBusOpps)or electronic mail. Vendors who wish to receive an electronic mail notice if they are unsuccessful must provide an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided, and it shall be the sole responsibility of the vendor to periodically check the FedBusOpps to determine if an award has been made. In this event, the vendor's failure to check the FedBusOpps to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed in regulations.
Vendor's Electronic Mail Address:
Reference No. of Document Being Continued Page 45 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
(End of Provision)
|
(LS7013)
PRICE |
1. THE OFFEROR SHALL ENTER FIRM FIXED UNIT PRICES FOR EACH ORDERING PERIOD AND QUANTITY RANGE, ON THE APPLICABLE PRICING EVALUATION
SHEET. THE OFFEROR SHALL ALSO ENTER FIRST ARTICLE TEST (FAT) PRICE IN THE SPACE PROVIDED ON THE PRICING EVALUATION SHEET. ALL UNIT PRICES PROPOSED WILL BE BINDING.
2. THE GOVERNMENT RESERVES THE RIGHT TO REQUIRE THE SUBMISSION OF ANY DATA (I.E. COST OR PRICING DATA) NECESSARY TO VALIDATE THE
REASONABLENESS OF AN OFFER.
*** END OF NARRATIVE L 001 ***
Reference No. of Document Being Continued Page 46 of 46 CONTINUATION SHEET
PIIN/SIIN W52H09-05-R-0051 MOD/AMD
Name of Offeror or Contractor:
SECTION M - EVALUATION FACTORS FOR AWARD
This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses: http://www.arnet.gov/far/ or http://www.acq.osd.mil/dpap/dars/index.htm
If the provision requires additional or unique information, then that information is provided immediately after the provision title.
(MA7001)
|
R e_g_u_l_a_t_o_r__ C_i_t_e | T_i_t_l_e_ | D_a_t_e_ | ||||||
|
|
|||||||
M-1 | 52.215-4507 | EVALUATION OF OFFERS | MAR/1988 | |||||
TACOM-RI |
An offeror must quote on all items in this solicitation to be eligible for award. All items will be awarded only as a unit. Evaluation of offers will be based, among other factors, upon the total price quoted for all items.
(End of Provision)
|
(MS7100)
PRICE |
1. THE GOVERNMENT WILL EVALUATE OFFERS BASED ON PRICES PROPOSED FOR ALL ORDERING PERIODS AND ANY OTHER PRICE RELATED FACTORS REQUIRED
BY THE SOLICITATION.
2. FOR EACH PROPOSAL, THE GOVERNMENT WILL CALCULATE A TOTAL EVALUATED PRICE BY MULTIPLYING THE PROPOSED UNIT PRICES FOR EACH RANGE AND
ORDERING PERIOD BY THEIR RESPECTIVE WEIGHT AND MAXIMUM QUANTITY, AND SUMMING THEIR TOTALS. THE WEIGHT ASSOCIATED WITH EACH RANGE REPRESENTS THE LIKELIHOOD THAT AN ORDER, IF PLACED, WOULD BE PLACED WITHIN THAT RANGE.
FOR PURPOSES OF EVALUATION, FAT PRICE (FOR CLIN 0001) WILL BE ADDED TO THE TOTAL EVALUATED CLIN PRICE, AS APPLICABLE. FAILURE TO PROPOSE FAT MAY BE CONSIDERED A REASON FOR DISQUALIFICATION. THE PRICE FOR FAT WILL BE AMORTIZED INTO THE UNIT PRICE FOR THE INITIAL DELIVERY ORDER.
3. THE TOTAL EVALUATED PRICE IS THE SUM OF THE WEIGHTED EVALUATION PRICE FOR ALL ORDERING PERIODS PLUS FAT PRICE.
*** END OF NARRATIVE M 001 ***
AWARD/CONTRACT | 1. This Contract Is A Rated Order | Rating DOA5 | Page 1 Of 5 | |||||||||||||||||||||
Under DPAS (15 CFR 700) | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
2. Contract (Proc. Inst. Ident) No. | 3. Effective Date | 4. Requisition/Purchase Request/Project No. | ||||||||||||||||||||||
W52H09-05-D-0260 | 2005AUG03 | SEE SCHEDULE | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
5. Issued By | Code | W52H09 | 6. Administered By (If Other Than Item 5) | Code S4402A | ||||||||||||||||||||
|
|
|||||||||||||||||||||||
TACOM-ROCK ISLAND | DCMA DALLAS | |||||||||||||||||||||||
AMSTA-LC-CFA-C | 600 NORTH PEARL STREET | |||||||||||||||||||||||
CHRISTINE CARSON (309)782-4301 | SUITE 1630 | |||||||||||||||||||||||
ROCK ISLAND IL | 61299-7630 | DALLAS TX 75201-2843 | ||||||||||||||||||||||
e-mail address: CHRISTINE.CARSON@US.ARMY.MIL | SCD A PAS S4402A5703APC ADP PT HQ0339 | |||||||||||||||||||||||
|
|
|
|
|||||||||||||||||||||
7. Name And Address Of Contractor (No. Street, City, County, State, And Zip Code) | 8. Delivery | |||||||||||||||||||||||
OPTEX SYSTEMS INC | FOB Origin X Other (See Below) SEE SCHEDULE | |||||||||||||||||||||||
|
|
|||||||||||||||||||||||
1420 | PRESIDENTIAL DR | 9. Discount For Prompt Payment | ||||||||||||||||||||||
RICHARDSON, TX 75081-2769 | ||||||||||||||||||||||||
|
|
|
|
|
||||||||||||||||||||
10. Submit Invoices | Item | |||||||||||||||||||||||
TYPE BUSINESS: Other Small Business Performing in U.S. | (4 Copies Unless Otherwise Specified) | 12 | ||||||||||||||||||||||
|
|
|
||||||||||||||||||||||
Code | 0BK64 | Facility Code | To The Address Shown In: | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
11. Ship To/Mark For | Code | 12. Payment Will Be Made By | Code HQ0339 | |||||||||||||||||||||
|
|
|||||||||||||||||||||||
SEE SCHEDULE | DFAS COLUMBUS CENTER | |||||||||||||||||||||||
DFAS-CO/WEST ENTITLEMENT OPERATIONS | ||||||||||||||||||||||||
PO BOX 182381 | ||||||||||||||||||||||||
COLUMBUS OH | 43218-2381 | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
||||||||||||||
13. Authority For Using Other Than Full And Open Competition: | 14. Accounting And Appropriation Data | |||||||||||||||||||||||
10 U.S.C. 2304(c)( | ) | 41 U.S.C. 253(c)( | ) | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
15A. Item No. | 15B. Schedule Of Supplies/Services | 15C. Quantity | 15D. Unit | 15E. Unit Price | 15F. Amount | |||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
SEE SCHEDULE | CONTRACT TYPE: | KIND OF CONTRACT: | ||||||||||||||||||||||
Firm-Fixed-Price | Supply Contracts and Priced Orders | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
Contract Expiration Date: 2010JUN30 | 15G. Total Amount Of Contract | $0.00 | ||||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
16. Table Of Contents | ||||||||||||||||||||||||
|
||||||||||||||||||||||||
(X) | Section | Description | Page(s) (X) | Section | Description | Page(s) | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
Part I - The Schedule | Part II - Contract Clauses | |||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
X | A | Solicitation/Contract Form | 1 | I | Contract Clauses | |||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||||
X | B | Supplies or Services and Prices/Costs | 3 | Part III - List Of Documents, Exhibits, And Other Attachments | ||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
C | Description/Specs./Work Statement | X | J | List of Attachments | 5 | |||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
D | Packaging and Marking | Part IV - Representations And Instructions | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
E | Inspection and Acceptance | K | Representations, Certifications, and | |||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
F | Deliveries or Performance | Other Statements of Offerors | ||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
G | Contract Administration Data | L | Instrs., Conds., and Notices to Offerors | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
H | Special Contract Requirements | M | Evaluation Factors for Award | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
Contracting Officer Will Complete Item 17 Or 18 As Applicable | ||||||||||||||||||||||||
|
||||||||||||||||||||||||
17. | Contractor's Negotiated Agreement (Contractor is | 18. X | Award (Contractor is not required to sign this document.) Your offer on | |||||||||||||||||||||
required to sign this document and return | copies to | Solicitation Number W52H0905R0051 | including the additions or | |||||||||||||||||||||
issuing office.) Contractor agrees to furnish and deliver all items | changes made by you which additions or changes are set forth in full above, is | |||||||||||||||||||||||
or perform all the services set forth or otherwise identified above | hereby accepted as to the items listed above and on any continuation sheets. This | |||||||||||||||||||||||
and on any continuation sheets for the consideration stated herein. | award consummates the contract which consists of the following documents: (a) | |||||||||||||||||||||||
The rights and obligations of the parties to this contract shall be | the Government's solicitation and your offer, and (b) this award/contract. No | |||||||||||||||||||||||
subject to and governed by the following documents: (a) this | further contractual document is necessary. | |||||||||||||||||||||||
award/contract, (b) the solicitation, if any, and (c) such provisions, | ||||||||||||||||||||||||
representations, certifications, and specifications, as are attached | ||||||||||||||||||||||||
or incorporated by reference herein. (Attachments are listed | ||||||||||||||||||||||||
herein.) | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
|
|||||||||||||
19A. Name And Title Of Signer (Type Or Print) | 20A. Name Of Contracting Officer | |||||||||||||||||||||||
VICKI AHLGRIM | ||||||||||||||||||||||||
VICKI.AHLGRIM@US.ARMY.MIL (309)782-3220 | ||||||||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||||||||
19B. Name of Contractor | 19c. Date Signed | 20B. United States Of America | 20C. Date Signed | |||||||||||||||||||||
By | By | /SIGNED/ | 2005AUG03 | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||||
(Signature of person authorized to sign) | (Signature of Contracting Officer) | |||||||||||||||||||||||
|
|
|
|
|
|
|||||||||||||||||||
NSN 7540-01-152-8069 | 25-106 | Standard Form 26 (Rev. 4-85) | ||||||||||||||||||||||
PREVIOUS EDITIONS UNUSABLE | GPO : 1985 0 - 478-632 | Prescribed By GSA-FAR (4.8 CFR) 53.214(a) |
5. | THE PERIOD OF PERFORMANCE UNDER THIS IDIQ CONTRACT IS FIVE YEARS. THE ORDERING PERIODS (OP) ARE AS FOLLOWS: |
ORDERING PERIOD (OP) 1: AWARD DATE - 30 JUN 2006 ORDERING PERIOD (OP) 2: 1 JUL 2006 - 30 JUN 2007 ORDERING PERIOD (OP) 3: 1 JUL 2007 - 30 JUN 2008 ORDERING PERIOD (OP) 4: 1 JUL 2008 - 30 JUN 2009 ORDERING PERIOD (OP) 5: 1 JUL 2009 - 30 JUN 2010 | |
6. | THE FIRM FIXED PRICES FOR ALL PERFORMANCE PERIODS ARE REFLECTED ON ATTACHMENT 001, DATED JULY 8, 2005, AS PROVIDED BY THE CONTRACTOR |
IN RESPONSE TO SOLICITATION W52H09-05-R-0051, AS AMENDED.
|
7. ALL DELIVERIES ARE TO BE FOB DESTINATION. EACH DELIVERY ORDER WILL PROVIDE THE SHIPPING DESTINATIONS. EACH DELIVERY ORDER WILL
REFLECT THE PRICE FOR THE QUANTITY RANGE THAT APPLIES. ALL DELIVERY ORDERS WILL BE ISSUED UNILATERALLY BY THE GOVERNMENT WITH FIRM DELIVERY DATES.
8. THE GOVERNMENT'S PROJECTED MINIMUM QUANTITY, IDENTIFIED IN SOLICITATION W52H09-05-R-0051, WAS AMENDED BY DISCUSSION LETTER DATED
JUNE 30, 2005, AS FOLLOWS: 254 EACH, FOR CLIN 0001. THE GOVERNMENT'S ONLY LIABILITY UNDER THIS CONTRACT IS FOR THE MINIMUM QUANTITY IDENTFIED ABOVE FOR THE FIRST PERFORMANCE PERIOD. THE GUARANTEED MINIMUM QUANTITY WILL BE OBLIGATED AT TIME OF AWARD OF THIS IDIQ CONTRACT AS DELIVERY ORDER 0001.
9. ALL TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL W52H09-05-R-0051, AMENDMENTS THERETO, AND THE CONTRACTOR'S FINAL PROPOSAL REVISION, DATED JULY 8, 2005, ARE HEREBY INCORPORATED.
*** END OF NARRATIVE A 003 ***
NOUN: CONTRACT DATA REQ LIST
SECURITY CLASS: Unclassified CONTRACTOR WILL PREPARE AND DELIVER THE TECHNICAL DATA IN ACCORDANCE WITH THE REQUIREMENTS, QUANTITIES AND SCHEDULES SET FORTH IN THE CONTRACT DATA REQUIREMENTS LISTS (DD FORM 1423), EXHIBIT A. IT IS REQUIRED THAT DATA ITEMS BE DELIVERED USING ELECTRONIC MEDIA. REFER TO THE DD FORM 1423 FOR MORE SPECIFIC ELECTRONIC DELIVERY INFORMATION A DD250 IS NOT REQUIRED (End of narrative A001) |
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00001
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION TO BASIC AWARD W52H09-05-D-0260 IS TO:
1) | INCORPORATE AN ASSIGNMENT OF CLAIMS PER FAR 32.801 |
2) | DELETE ALL REFERENCE TO TRITIUM THROUGHOUT THIS AWARD, MIL SPEC, TDP, OR ANY OTHER ATTACHMENT ASSOCIATED WITH THIS AWARD. |
3) | DELETE REFERENCE TO QAPS AND AIE. THEY DO NOT APPLY. |
4) | INCORPORATE THE FOLLOWING ECPS AT NO COST TO THE GOVERNMENT: |
H04A2062, H04A5016, H04A5005, H04A2074, H05A2044.
|
5) Incorporate the following verbiage in regards to the TDP, ECPs, ect.:
"On all drawings where Finish 4.10 is called out as a cleaning operation, any method of vapor degreasing or solvent cleaning that leaves a clean and water break free surface, and removes any organic contaminants or other interfering films is acceptable."
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A 005 ***
|
Reference No. of Document Being Continued | Page 3 of 4 | |||||
CONTINUATION SHEET | ||||||
PIIN/SIIN W52H09-05-D-0260 | MOD/AMD P00001 | |||||
|
|
|
|
|||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||
|
|
|
|
|||
SECTION I - CONTRACT CLAUSES | ||||||
S t_a_t_u___ R __ o_ C_i_t_e | T _i_t_l_e | D_a_t_e_ | ||||
|
||||||
I-1 ADDED 52.232-23 | ASSIGNMENT OF CLAIMS | JAN/1986 |
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00002
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION IS TO:
1) | INCORPORATE ECPS H04A2076, H04A5007, H04A5012. |
2) | AS A RESULT OF THE INCORPORATION THE THE ECPS, THE UNIT PRICES FOR CLINS 0001 AND 0002 HAVE INCREASED BY $22.09 PER UNIT. REVISED |
PRICING SHEET IS ATTACHED.
|
3) | CORRECT VERBIAGE IN | MIL-T-48554: | ||||||
a) | In paragraph | 3.6.2, | " | 3.5.8 through 3.5.9.2 inclusive " should be replaced by " 3.11.6 through 3.11.7.2 inclusive and | ||||
3.11.2.5 " | ||||||||
b) | In paragraph | 3.6.3, | the sentence "15 in each direction of 3 mutually perpendicular axes" and the word "each" at the end of the | |||||
sentence: "Vertical: +50g | half sine wave .010 sec. +/- .001 sec. duration, 15 each" should be removed. | |||||||
c) | In paragraph | 3.6.4.2, | in the last sentence " shall exhibit no evidence of damage or physical failure and shall meet the |
requirements of this specification."" the word "the" should be replaced with the word "all".
d) | In the table heading "At -50 degrees F and +150 degrees F" in paragraph 3.11.6, "+150" should be replaced with "+145" |
e) | In paragraph 4.2, the last sentence should read "The 3 telescopes shall be tested in accordance with, and meet the requirements of, |
Tables I and II and paragraphs 4.9.2 and 4.9.3."
|
f) In Table I, the requirement for Vibration "B" should be changed from "3.6.5" to "3.6.4.2" and the Test procedure for Collimation Change should be changed from "4.7.2" to "4.7.3" .
g) | The reliability assurance testing, if performed, will be done by the government |
h) | In paragraph 4.9.1, "3.7.1" should be changed to "3.6.1", also "3.12" should be changed to "3.11.6 through 3.11.7.2 inclusive"" and |
"3.7.6" should be changed to "3.7 through 3.14 inclusive".
i) In paragraph 4.9.3, the first sentence should read "This test is applicable to the Reliability Assurance Samples and First Article Samples only."
j) In paragraph 4.9.4, the two references to "3.6.5" should both be changed to "3.6.4.2"
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 006 ***
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00003
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION P00003 TO W52H09-05-D-0260 IS TO:
1) | INCORPORATE THE ECPS H05A5003, H05A2035, H06A2018, H06A2027 (NORS 1-7 ONLY), H06A5003 |
2) | INCORPORATE REQUESTS FOR DEVIATION (RFD)s H06A7022, |
3) | INCORPORATE THE FOLLOWING VERBIAGE IN REGARDS TO THE TECHNICAL DATA PACKAGE: |
a) | On THE TOP VIEW OF drawing 8587347, the ".144 +.005/-.001 dia" should read ".144 +.005/-.001 dia, .32+.01 deep, 2 holes." |
b) | For P/N 13012648 (Singlet): |
-Note 3. Equivalent F.L. (NOMINAL) = 2.484" -Note 4. Back Focal Length = 2.403" +/-0.009" | |
For P/N 13012649 (Doublet):
-Note 5. Equivalent Focal Length (NOMINAL) = 5.986"
-Back Focal Length was not specified in the original, and as such, may be left unstated.
THE ABOVE IS ACCOMPLISHED AT NO ADDITIONAL COST TO THE GOVERNMENT.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A 007 ***
|
PIIN/SIIN | W52H09-05-D-0260 | |
MOD/AMD | P00003 | |
ATT/EXH ID | Attachment 011 | |
PAGE | 1 |
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00004
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICTION P00004 IS TO:
1) | INCORPORATE ECPS H06A2031, H06A2064, H07A2001, H06A2091, H07A5002, |
2) | INCORPORATE REQUESTS FOR WAIVERS (RFWs) H06A6051, H06A6052, H06A6053, H06A6061, H06A6083, H06A6084, H06A7060, H06A7061, H06A7053, |
H07A6011, H07A6032, H07A6033, H07A6034, H07A6035, H07A6036, H07A6037.
3) THE DODAAC FOR SHIPMENT OF FIRST ARTICLE TEST REPORT IS CORRECTED TO W52H09.
THE ABOVE IS INCORPORATED AT NO ADDITIONAL COST TO THE GOVERNMENT.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0008 ***
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00005
Name of Offeror or Contractor:
OPTEX SYSTEMS INC
SECTION A - SUPPLEMENTAL INFORMATION THE PURPOSE OF THIS MODIFICATION P00005 TO W52H0905D0260 IS TO: |
1) | INCORPORATE ECP H07A2020. |
2) | AS A RESULT OF THE ABOVE CHANGE THE UNIT PRICE IS INCREASED BY $23.08 PER UNIT. SEE ATTACHED REVISED PRICING SPREADSHEET. |
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A0009 ***
|
Reference No. of Document Being Continued Page 2 of 3 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260 MOD/AMD P00006
Name of Offeror or Contractor: OPTEX SYSTEMS INC.
SECTION A - SUPPLEMENTAL INFORMATION
1. The purpose of this modification is to incorporate the following Engineering Change Proposal for Packaging changes:
H09A2003, 9 pgs
|
2. As a result of the incorporation of the Packaging ECP, the unit prices for CLINS 0001 and 0002 have increase by $42.68 and $47.68. Revised pricing spreadsheet is attached as pg 2a.
3. All other terms and conditions remain unchanged.
|
*** END OF NARRATIVE A0010 ***
|
PAGE 1 OF
8
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||
(YYYYMMMDD) | ||||||||
W52H09-05-D-0260 | 0001 | 2005AUG03 | SEE SCHEDULE | DOA5 | ||||
|
|
|
|
|
||||
6. ISSUED BY | CODE W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | ||||
|
|
|||||||
TACOM-ROCK ISLAND | ||||||||
AMSTA-LC-CFA-C | DCMA DALLAS | |||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | DESTINATION | ||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | DALLAS TX 75201-2843 | X OTHER |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 8 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC SUPPLEMENTAL INFORMATION
1. THIS DELIVERY ORDER, 0001, TO CONTRACT W52H09-05-D-0260 IS FOR 254 EACH M137A2 PANORAMIC TELESCOPE, NSN: 1240-01-483-6103 FOR CLINS
0001AB (179) AND 0001AC (75), AND 50 EACH M137A3 PANORAMIC TELESCOPE, NSN: 1240-01-483-6100 FOR CLIN 0002AA.
2. UNIT PRICES HAVE BEEN ADJUSTED ON THIS DELIVERY ORDER TO AMORTIZE FIRST ARTICLE TEST COSTS. FUTURE DELIVERY ORDERS WILL USE UNIT
PRICES PROPOSED BY THE CONTRACTOR FOR THE APPROPRIATE QUANTITY RANGES AND ORDERING PERIOD, AS SUBMITTED BY THE CONTRACTOR 8 JULY 2005.
3. | THIS ORDER IS ISSUED DURING ORDERING PERIOD 1 (DATE OF AWARD - 30 JUN 2006) FOR A TOTAL PRICE OF $3,291,724.90. |
4. | FIRST ARTICLE TEST (FAT) IS REQUIRED. FOR CLIN 0001AA, FAT INCLUDES 5 EACH M137A2 PANORAMIC TELESCOPES. FAT REPORT IS DUE 1 JUN |
2006 (300 DAYS AFTER AWARD).
|
5. FOR CLINS 0001AB AND 0001AC, DELIVERY OF THE INITIAL QUANTITY OF 25 EACH IS DUE 30 OCT 06 (450 DAYS AFTER AWARD), FOB DESTINATION, AND 25 EACH PER MONTH THEREAFTER.
FOR CLIN 0002AA, DELIVERY OF THE INITIAL QUANTITY OF 10 EACH IS DUE 30 OCT 06 (450 DAYS AFTER AWARD), FOB DESTINATION, AND 10 PER MONTH THEREAFTER.
6. | EARLY DELIVERIES ARE AUTHORIZED AT NO ADDITIONAL COST TO THE GOVERNMENT. |
7. | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A 001 ***
|
Reference No. of Document Being Continued | Page | 5 of 8 | ||||||||||
CONTINUATION SHEET | ||||||||||||
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD | ||||||||||||
|
|
|
|
|
|
|||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||||||
|
|
|
|
|||||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||||||
|
|
|
|
|
||||||||
D_e_l_i_v_e_r_i_e__ o_r P_e_r_f_o_r_m_a_n_c_e DOC | SUPPL | |||||||||||
R_E___C_D_ M_I_L_S_T_R_I_P_ | A_D_D__ | S_I__ C_D M_A_R__ F_O_R T__ C_D | ||||||||||
001 W52H095207H983 W31G1Z | J | 1 | ||||||||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||||||||
001 | 13 | 30-OCT-2006 | ||||||||||
002 | 13 | 30-NOV-2006 | ||||||||||
003 | 11 | 29-DEC-2006 |
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W31G1Z) XR W0L7 ANNISTON MUNITIONS CENTER TRANS OFFICER 256 235 6837 CL V 7 FRANKFORD AVE BLDG 380 ANNISTON AL 36201-4199 _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ C O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0260/0001 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095207H984 | W62G2T J | 1 | ||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 2 | 29-DEC-2006 | ||||
002 | 13 | 30-JAN-2007 | ||||
003 | 13 | 28-FEB-2007 | ||||
004 | 10 | 30-MAR-2007 |
FOB POINT: Destination
|
NSN: 1240-01-483-6100 | ||||||||||||||
0002 | FSCM: 19200 | |||||||||||||
PART NR: 12984775 | ||||||||||||||
SECURITY CLASS: Unclassified | ||||||||||||||
P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y | ||||||||||||||
0002AA | 50 | EA | $ 1_2_,_3_2_0_._0_0_0_0_0_ | $ | 6_1_6_,_0_0_0_._0_0_ | |||||||||
NOUN: TELESCOPE,PANORAMIC | ||||||||||||||
PRON: M151F193M1 PRON AMD: 01 | ACRN: AB | |||||||||||||
AMS CD: 060011 |
FOB POINT: Destination
|
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095205H984 | W62G2T J | 1 | ||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 5 | 29-DEC-2006 | ||||
002 | 10 | 30-JAN-2007 | ||||
003 | 10 | 28-FEB-2007 |
FOB POINT: Destination
|
SHIP TO: F_R_E_I_G_H__
A_D_D_R_E_S_S
(W62G2T) XU DEF DIST DEPOT SAN JOAQUIN 25600 S CHRISMAN ROAD REC WHSE 10 PH 209 839 4307 TRACY CA 95304-5000 C _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0260/0001 |
D _A_T_
A
_T_E_M_I
|
0003
|
$ _*__N_S_P_ *
*_* $
|
* _*__N_S_P__*_*_
|
NOUN: CONTRACT DATA REQ LIST
SECURITY CLASS: Unclassified |
Reference No. of Document Being Continued | Page | 7 of 8 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD | ||||||||
|
|
|
|
|||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||
|
|
|
|
|||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||
|
|
|
|
|
CONTRACTOR WILL PREPARE AND DELIVER THE
TECHNICAL DATA IN ACCORDANCE WITH THE REQUIREMENTS, QUANTITIES AND SCHEDULES SET FORTH IN THE CONTRACT DATA REQUIREMENTS LISTS (DD FORM 1423), EXHIBIT A. IT IS REQUIRED THAT DATA ITEMS BE DELIVERED USING ELECTRONIC MEDIA. REFER TO THE DD FORM 1423 FOR MORE SPECIFIC ELECTRONIC DELIVERY INFORMATION A DD250 IS NOT REQUIRED (End of narrative B001) |
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||
INSPECTION: Origin | ACCEPTANCE: Destination |
Reference No. of Document Being Continued | Page 8 of 8 | |||||||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||||||
PIIN/SIIN | W52H09-05-D-0260/0001 | MOD/AMD | ||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||||
CONTRACT ADMINISTRATION DATA | ||||||||||||||||||||||
PRON/ | JOB | |||||||||||||||||||||
LINE | AMS CD/ | OBLG | ORDER | ACCOUNTING | OBLIGATED | |||||||||||||||||
I T_E___ | M I_P__ | A R_ N S T_ _ A C_O_U_N_T_I_ N C_L_A_S_S_I_F_I_C_A_T_I_O_N | N U_M_B_E_R_ | S A_T_ O__ | A_M_O_U_N__ | |||||||||||||||||
|
||||||||||||||||||||||
0001AB | W15AFC06M1 | AA | 2 | 21 | 52033000056D6D02P33104526KB | S11116 | 576C06 | W52H09 | $ | 1,885,648.65 | ||||||||||||
33104540041 | ||||||||||||||||||||||
2C5AF1081ALF | ||||||||||||||||||||||
0001AC | M151F192M1 | AB | 2 | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 790,076.25 | ||||||||||||
060011 | ||||||||||||||||||||||
0002AA | M151F193M1 | AB | 2 | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 616,000.00 | ||||||||||||
060011 | ||||||||||||||||||||||
|
||||||||||||||||||||||
TOTAL | $ | 3,291,724.90 | ||||||||||||||||||||
SERVICE | ACCOUNTING | OBLIGATED | ||||||||||||||||||||
N A_M__ | _T_O_T_A_L | BY _Y | A _C_R_N | A | N_T_I_N__ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_A_T_I_O_N | A_M_O_U_N_T | |||||||||||||||
|
|
|
||||||||||||||||||||
Army | AA | 21 | 52033000056D6D02P33104526KB | S11116 | W52H09 | $ | 1,885,648.65 | |||||||||||||||
Army | AB | 97 | X4930AC9G 6D | 26KB | S11116 | W52H09 | $ | 1_,_4_0_6_,_0_7_6_._2_5 | ||||||||||||||
TOTAL | $ | 3,291,724.90 |
Reference No. of Document Being Continued Page 2 of 7 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 01 TO W52H09-05-D-0260 DELIVERY ORDER 0001 IS TO:
1) AS A RESULT OF INCORPORATING ECPS H04A2076, H04A5007, H04A5012, THE UNIT PRICE OF CLINS 0001AB, 0001AC, AND 0002AA HAVE BEEN
INCREASED BY $22.09 PER UNIT.
2) | THIS IS A TOTAL INCREASE TO DELIVERY ORDER 0001 OF $6715.36. |
3) | AS A RESULT OF CORRECTIONS TO THE TECHNICAL DATA PACKAGE, THE DUE DATE FOR THE FIRST ARTICLE TEST REPORT IS REVISED |
FROM: 01-JUN-2006 TO: 28-JUL-2006.
4) ALLOW FOR THE PURCHASE OF LONG LEAD ITEMS PRIOR TO FIRST ARTICLE APPROVAL TO FACILITATE ON-TIME DELIVERY, IN ACCORDANCE WITH CLAUSE
I-78 OF THE CONTRACT, FAR 52.209 -3, FIRST ARTICLE APPROVAL - CONTRACTOR TESTING, aLTERNATE I AND ALTERNATE II.
THE FOLLOWING ITEMS ARE HEREBY AUTHORIZED AS LONG LEAD ITEMS. THE COST ASSOCIATED WITH THESE ITEMS MAY INCLUDE THE PURCHASE OF MATERIALS AS WELL AS PRODUCTION TO THE EXTENT ESSENTIAL TO MEET THE DELIVERY SCHEDULE.
MATERIAL | PO AMOUNT | |
BEARINGS | $8246.00 | |
CASTINGS | 69,269.58 | |
CIRCUIT CARD | 12,825.00 | |
COUNTER | 742,924.00 | |
FIBER OPTIC | 7,936.00 | |
GEAR | 274,908.80 | |
HARDWARE | 27,915.36 | |
ID PLATE | 1,568.00 | |
MACHINED COMPONENTS | 400,692.16 | |
OPTICS | 158,365.50 | |
PACKING | 2,719.94 | |
RELIEF VALVE | 30,720.00 | |
SEAL | 4,214.40 | |
SPRING | 3,447.30 | |
SWITCH | 2_,_0_9_9_._2 | |
$1,747,851.00 |
IN ACCORDANCE WITH THE DOD PROGRESS PAYMENTS CLAUSE, DFARS 252.232 -7004, BY REFERENCE CLAUSE I-65 OF THE CONTRACT, PAYMENT REQUESTS MAY BE SUBMITTED FOR NO MORE THAN 90% OF THE ABOVE AMOUNT, OR $1,573,065.90, ACCOMPANIED BY SUPPORTING DOCUMENTATION.
5) AS A RESULT OF NUMBER 4 ABOVE, FAR 52.232 -4506 PROGRESS PAYMENT LIMITATION, IS HEREBY SUPERCEDED BY THE ABOVE.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
|
*** END OF NARRATIVE A 002 ***
|
P _a_c_k_a_g_i_n__
a_n_d
M_a_r_k_i_n_g
|
_n_s_p_e_c_t_i_o__ I
a_n_d
A_c_c_e_p_t_a_n_c_e
INSPECTION: Origin ACCEPTANCE: Destination Government Approval/Disapproval Days: 30 |
D _e_l_i_v_e_r_i_e__
o_r
P_e_r_f_o_r_m_a_n_c_e DOC
SUPPL
|
SHIP TO: TACOM-ROCK ISLAND
ATTN: AMSTA-LC-CFA CHRISTINE CARSON ROCK ISLAND IL 61299-7630 (End of narrative F001) |
FOB POINT: Destination
|
SHIP TO: P_A_R_C_E__
P_O_S_T
A_D_D_R_E_S_S
(W31G1Z) XR W0L7 ANNISTON MUNITIONS CENTER TRANS OFFICER 256 235 6837 CL V 7 FRANKFORD AVE BLDG 380 ANNISTON AL 36201-4199 _O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ C O_R_D_E_R N_U_M_B_E_R W52H09-05-D-0260/0001 |
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095207H984 | W62G2T J | 1 | ||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 2 | 29-DEC-2006 | ||||
002 | 13 | 30-JAN-2007 | ||||
003 | 13 | 28-FEB-2007 | ||||
004 | 10 | 30-MAR-2007 |
FOB POINT: Destination
|
NSN: 1240-01-483-6100 | ||
0002 | FSCM: 19200 | |
PART NR: 12984775 | ||
SECURITY CLASS: Unclassified |
P _R_O_D_U_C_T_I_O__
Q_U_A_N_T_I_T_Y
|
0002AA
|
50 EA $ _2_,_3_4_2_._0_9_0_0_0_1 $
|
6 _1_7_,_1_0_4_._5_0_
|
FOB POINT: Destination
|
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095205H984 | W62G2T J | 1 | ||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 5 | 29-DEC-2006 | ||||
002 | 10 | 30-JAN-2007 | ||||
003 | 10 | 28-FEB-2007 |
FOB POINT: Destination
|
Reference No. of Document Being Continued Page 2 of 6 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 02 TO W52H0905D0260 DELIVERY ORDER 0001 IS TO REVISE THE DELIVERY SCHEDULE. THIS SCHEDULE REVISION IS NECESSARY BECAUSE OF ONGOING TECHNICAL DATA ISSUES, ENGINEERING CHANGE PROPOSALS, ETC. THEREFORE, THE SCHEDULE REVISION IS DONE AT NO COST TO EITHER PARTY.
SEE SCHEDULE B FOR REVISED DELIVERY DATES.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A 0003 ***
P _a_c_k_a_g_i_n__
a_n_d
M_a_r_k_i_n_g
|
_n_s_p_e_c_t_i_o__ I
a_n_d
A_c_c_e_p_t_a_n_c_e
INSPECTION: Origin ACCEPTANCE: Destination Government Approval/Disapproval Days: 30 |
D _e_l_i_v_e_r_i_e__
o_r
P_e_r_f_o_r_m_a_n_c_e DOC
SUPPL
|
SHIP TO: TACOM-ROCK ISLAND
ATTN: AMSTA-LC-GAWC CHRISTINE CARSON BLDG 104, 2ND FLR, SE ROCK ISLAND IL 61299-7630 MARK FOR ATTN: CHRISTINE CARSON |
(End of narrative F001)
|
P_R_O_D_U_C_T_I_O__ | Q_U_A_N_T_I_T_Y | |||||||||||||||
0001AB | 179 | EA | $ 1_0_,_5_5_6_._4_4_0_0_0 | $ | 1_,_8_8_9_,_6_0_2_._7_6 | |||||||||||
NOUN: TELESCOPE,PANORAMIC | ||||||||||||||||
PRON: W15AFC06M1 | PRON AMD: 02 ACRN: AA | |||||||||||||||
AMS CD: 33104540041 | ||||||||||||||||
CUSTOMER ORDER NO: 2C5AF1081ALF | ||||||||||||||||
P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g | ||||||||||||||||
I_n_s_p_e_c_t_i_o__ | a_n_d A_c_c_e_p_t_a_n_c_e | |||||||||||||||
INSPECTION: Origin | ACCEPTANCE: Origin | |||||||||||||||
D_e_l_i_v_e_r_i_e__ | o_r P_e_r_f_o_r_m_a_n_c_e |
Reference No. of Document Being Continued | Page | 5 of 6 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD 02 | ||||||||
|
|
|
|
|||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||
|
|
|
|
|||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT UNIT PRICE | AMOUNT | |||||
|
|
|
|
|||||
003 | 5 | 30-JUL-2007 | ||||||
004 | 5 | 30-AUG-2007 | ||||||
005 | 5 | 30-SEP-2007 | ||||||
006 | 5 | 30-OCT-2007 | ||||||
007 | 7 | 30-NOV-2007 |
FOB POINT: Destination
|
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095207H984 W62G2T J | 1 | |||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 5 | 30-MAY-2007 | ||||
002 | 5 | 30-JUN-2007 | ||||
003 | 5 | 30-JUL-2007 | ||||
004 | 5 | 30-AUG-2007 | ||||
005 | 5 | 30-SEP-2007 | ||||
006 | 5 | 30-OCT-2007 | ||||
007 | 8 | 30-NOV-2007 |
FOB POINT: Destination
|
0002AA | P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y | 50 | EA | $ 1_2_,_3_4_2_._0_9_0_0_0_ | $ | 6_1_7_,_1_0_4_._5_0_ | ||||||||
NOUN: TELESCOPE,PANORAMIC | ||||||||||||||
PRON: M151F193M1 PRON AMD: 02 | ACRN: AB | |||||||||||||
AMS CD: 060011 |
FOB POINT: Destination
|
DOC | SUPPL R_E___C_D_ M_I_L_S_T_R_I_P_ | |||||
A_D_D__ | S_I__ | C_D M_A_R__ F_O_R T__ C_D | ||||
002 W52H095205H984 | W62G2T J | 1 | ||||
D_E___R_E_L_ C_D | Q_U_A_N_T_I_T_Y | _D_E_L__D_A_T_E_ | ||||
001 | 5 | 30-JUN-2007 | ||||
002 | 5 | 30-JUL-2007 | ||||
003 | 5 | 30-AUG-2007 | ||||
004 | 5 | 30-SEP-2007 | ||||
005 | 5 | 30-OCT-2007 |
FOB POINT: Destination
|
Reference No. of Document Being Continued Page 2 of 7 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 03 TO W52H0905D0260 DO 0001 IS TO:
1) TO INCREASE THE UNIT PRICE OF 0001AB, 0001AC, AND 0002AA BY $23.08 EACH, DUE TO INCORPORATION OF ECP H07A2020 INTO BASIC AWARD.
THIS IS A TOTAL INCREASE TO DELIVERY OREDER 0001 OF $7016.32, FROM $3,298,440.26 TO $3,305,456.58.
2) TO REVISE THE DELIVERY SCHEDULE. SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0004 ***
2) For Administrative purposes, the diverted shipments from Tracy and Annistion (CLIN 0001AC DOC REL CODE 001 and 002) to Rock Island will be under CLIN 0001AD.
3) | CLIN 0001AC is being deleted and being replaced with CLIN 0001AD. |
4) | ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. |
*** END OF NARRATIVE A0006 ***
|
NSN: 1240-01-483-6103
|
(End of narrative B001)
|
Reference No. of Document Being Continued | Page | 4 of 5 | ||||||
CONTINUATION SHEET | ||||||||
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD | 04 | |||||||
|
|
|
|
|||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||
|
|
|
|
|||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT | UNIT PRICE | AMOUNT | ||||
|
|
|
|
|
||||
W52H09-05-D-0260/0001 |
SHIP TO:
(W52H1C) XU W0K8 USA Rock Isl Arsenal BLDG 299 Gillespie Av and Beck Lane Rock Island IL 61299-5000 |
(End of narrative F001)
|
Reference No. of Document Being Continued Page 2 of 6 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0001 MOD/AMD 05
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
The purpose of this modification 05 to W52H09-05-D-0260 to DO 0001 is to:
1. | Increase the unit price from $12,365.17 by $47.68, for a new unit price of $12,412.85. |
2. | For Administrative purposes, this increase will be represented on CLIN 1002AA. |
3. | Therefore, for each Panoramic Telescope shipped against CLIN 0002AA, the contractor shall bill against CLIN 0002AA ($12,365.17), and |
1002AA ($47.68) for a total unit price of $12,412.85.
4. To date, the total quantity left for delivery for CLIN 0002AA is 50 each, Panoramic Telescope, NSN: 1240-01-483-6100, PN: 12984775. All other CLINS have been delivered in full.
5. Revised the delivery schedule, see section B.
All other terms and conditions remain unchanged.
*** END OF NARRATIVE A0009 ***
|
Reference No. of Document Being Continued | Page | 6 of 6 | ||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||
PIIN/SIIN W52H09-05-D-0260/0001 | MOD/AMD 05 | |||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||||||||||||||
|
|
|
|
|
|
|||||||||||||
SECTION G - CONTRACT ADMINISTRATION DATA | ||||||||||||||||||
PRON/ | ||||||||||||||||||
LINE | AMS CD/ | OBLG STAT/ | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||
_ I_ _ TE _E _ _ | _ M_ _ I_ _ P_ R | A C_R_N_ | J O__ O_R_D N_O_ | P_R_I_O_ R A _M_O_U_N_T | A_M_O_U_N_T_ | A_M_O_U_N_T_ | ||||||||||||
|
|
|||||||||||||||||
1002AA | W19ADW35M1 | AD | 2 | $ | 0.00 | $ | 2,384.00 | $ | 2,384.00 | |||||||||
53459562147 | 974W35 | |||||||||||||||||
|
|
|||||||||||||||||
NET CHANGE | $ | 2,384.00 | ||||||||||||||||
SERVICE | NET CHANGE | ACCOUNTING | INCREASE/DECREASE | |||||||||||||||
N _A_M_E | B_Y A_C_R_N | A C_C_O_ N_T_ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_ T_I_O__ | A_M_O__U_N_ T | ||||||||||||||
Army | AD | 21 | 92035000096D6D02P53459525FB S11116 | W52H09 | $ | 2_,_3_8_4_._0_0 | ||||||||||||
NET CHANGE $ | 2,384.00 | |||||||||||||||||
PRIOR AMOUNT | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||||
O _F A_W_A_R_D | A_M_O_U_N_T_ | _O_B_L_I_G__A_M_T__ | ||||||||||||||||
|
||||||||||||||||||
NET CHANGE FOR AWARD: $ | 3,305,456.58 | $ | 2,384.00 | $ | 3,307,840.58 | |||||||||||||
A C_R_N_ | E D___A_C_C_O_U_N_T_I_N_G__C_L_A_S_S_I_F_I_C_A_T_I_O_N | |||||||||||||||||
AD | 21 091120350000 | S11116 96D6D025345956214725FB | 974W35S11116 W52H09 |
PAGE 1 OF
4
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||
(YYYYMMMDD) | ||||||||
W52H09-05-D-0260 | 0002 | 2006AUG18 | SEE SCHEDULE | DOA5 | ||||
|
|
|
|
|
||||
6. ISSUED BY | CODE W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | ||||
|
|
|||||||
TACOM-ROCK ISLAND | ||||||||
AMSTA-LC-CFA-C | DCMA DALLAS | |||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | X DESTINATION | ||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | DALLAS TX 75201-2843 | OTHER |
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0002 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC
SUPPLEMENTAL INFORMATION
|
1. | DELIVERY ORDER 0002 IS ISSUED FOR 152 EACH, M137A2 PANORAMIC TELESCOPE, NSN: 1240-01-483-6103. |
2. | THE UNIT PRICE OF $11,167.09 EACH REFLECTS THE UNIT PRICE FOR CLIN 0001 FOR ORDERING PERIOD 02, 1 JULY 2006 THROUGH 30 JUNE 2007. |
THE TOTAL VALUE OF THIS DELIVERY ORDER IS $1,697,397.68.
3. THE MAXIMUM ALLOWABLE QUANTITY UNDER THE LONG TERM CONTRACT IS 1457 EACH. TO DATE, THE TOTAL QUANTITY OBLIGATED UNDER THE CONTRACT
IS 456 EACH.
4. | THE DELIVERY SCHEDULE IS ESTABLISHED IN SECTION B. EARLY DELIVERY IS AUTHORIZED IF AT NO ADDITIONAL COST TO THE GOVERNMENT. |
5. | THIS DELIVERY ORDER IS SUBJECT TO THE TERMS AND CONDITIONS OF BASIC CONTRACT W52H09-05-D-0260. |
*** END OF NARRATIVE A 001 ***
|
Reference No. of Document Being Continued | Page 4 of 4 | |||||||||||||||
CONTINUATION SHEET | ||||||||||||||||
PIIN/SIIN W52H09-05-D-0260/0002 | MOD/AMD | |||||||||||||||
|
|
|
|
|
|
|
|
|||||||||
Name of Offeror or Contractor: | OPTEX SYSTEMS INC | |||||||||||||||
|
|
|
|
|
|
|||||||||||
CONTRACT ADMINISTRATION DATA | ||||||||||||||||
PRON/ | JOB | |||||||||||||||
LINE | AMS CD/ | OBLG | ORDER | ACCOUNTING | OBLIGATED | |||||||||||
I T_E___ | M I_P__ | A R_ N S T_ _ A C_O_U_N_T_I_ N C_L_A_S_S_I_F_I_C_A_T_I_O_N | N U_M_B_E_R_ | S A_T_ O__ | A_M_O_U_N__ | |||||||||||
|
||||||||||||||||
0001AB | 2C6AH1261A | AA 2 | 21 | 62033000065R5R13P32101326KB S28017 | 6RM169 | W52H09 | $ | 1,697,397.68 | ||||||||
32101366046 | ||||||||||||||||
A16P30462R2C | ||||||||||||||||
|
||||||||||||||||
TOTAL | $ | 1,697,397.68 | ||||||||||||||
SERVICE | ACCOUNTING | OBLIGATED | ||||||||||||||
N A_M__ | _T_O_T_A_L BY _Y A _C_R_N | A | N_T_I_N__ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_A_T_I_O_N | A_M_O_U_N_T | |||||||||||
|
|
|
||||||||||||||
Army | AA | 21 | 62033000065R5R13P32101326KB S28017 | W52H09 | $ | 1_,_6_9_7_,_3_9_7_._6_8 | ||||||||||
TOTAL | $ | 1,697,397.68 |
Reference No. of Document Being Continued Page 2 of 4 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0002 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 01 TO W52H0905D0260 DO 0002 IS TO:
1) TO INCREASE THE UNIT PRICE OF 0001AB BY $23.08 EACH, DUE TO INCORPORATION OF ECP H07A2020 INTO BASIC AWARD. THIS IS A TOTAL
INCREASE TO DELIVERY ORDER 0002 OF $3508.16, FROM $1,697,397.68 TO $1,700,905.84.
2) TO REVISE THE DELIVERY SCHEDULE. SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0002 ***
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0002 MOD/AMD 02
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
The purpose of this modification 02 to W52H09-05-D-0260 to DO 0002 is to:
1. | Increase the unit price from $11,190.17 by $42.68, for a new unit price of $11,232.85. |
2. | For Administrative purposes, this increase will be represented on CLIN 1001AB. |
3. | Therefore, for each Panoramic Telescope shipped against CLIN 0001AB, the contractor shall bill against CLIN 0001AB ($11,190.17), and |
1001AB ($42.68) for a total unit price of $11,232.85.
|
4. | To date, the total left to deliver for CLIN 0001AB is 150 each for the Panoramic Telescope, NSN: 1240-01-483-6103, PN:12984713. |
5. | Revised the delivery schedule, see section B. |
All other terms and conditions remain unchanged.
|
*** END OF NARRATIVE A0003 ***
|
Reference No. of Document Being Continued | Page | 5 of 5 | ||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||
PIIN/SIIN W52H09-05-D-0260/0002 | MOD/AMD 02 | |||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||||||||||||||
|
|
|
|
|
|
|||||||||||||
SECTION G - CONTRACT ADMINISTRATION DATA | ||||||||||||||||||
PRON/ | ||||||||||||||||||
LINE | AMS CD/ | OBLG STAT/ | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||
_ I_ _ TE _E _ _ | _ M_ _ I_ _ P_ R | A C_R_N_ | J O__ O_R_D N_O_ | P_R_I_O_ R A _M_O_U_N_T | A_M_O_U_N_T_ | A_M_O_U_N_T_ | ||||||||||||
|
|
|||||||||||||||||
1001AB | W19ACW35M1 | AB | 2 | $ | 0.00 | $ | 6,402.00 | $ | 6,402.00 | |||||||||
53459562147 | 974W35 | |||||||||||||||||
|
|
|||||||||||||||||
NET CHANGE | $ | 6,402.00 | ||||||||||||||||
SERVICE | NET CHANGE | ACCOUNTING | INCREASE/DECREASE | |||||||||||||||
N _A_M_E | B_Y A_C_R_N | A C_C_O_ N_T_ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_ T_I_O__ | A_M_O__U_N_ T | ||||||||||||||
Army | AB | 21 | 92035000096D6D02P53459525FB S11116 | W52H09 | $ | 6_,_4_0_2_._0_0 | ||||||||||||
NET CHANGE $ | 6,402.00 | |||||||||||||||||
PRIOR AMOUNT | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||||
O _F A_W_A_R_D | A_M_O_U_N_T_ | _O_B_L_I_G__A_M_T__ | ||||||||||||||||
|
||||||||||||||||||
NET CHANGE FOR AWARD: $ | 1,700,905.84 | $ | 6,402.00 | $ | 1,707,307.84 | |||||||||||||
A C_R_N_ | E D___A_C_C_O_U_N_T_I_N_G__C_L_A_S_S_I_F_I_C_A_T_I_O_N | |||||||||||||||||
AB | 21 091120350000 | S11116 96D6D025345956214725FB | 974W35S11116 W52H09 |
PAGE 1 OF
5
|
ORDER FOR SUPPLIES OR SERVICES
|
1. CONTRACT PURCH ORDER/AGREEMENT NO. | 2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL | 4. REQUISITION/PURCH REQUEST NO. | 5. PRIORITY | |||||||||||
(YYYYMMMDD) | ||||||||||||||
W52H09-05-D-0260 | 0003 | 2007JUN15 | SEE SCHEDULE | DOA5 | ||||||||||
|
|
|
|
|
|
|||||||||
6. ISSUED BY | CODE | W52H09 | 7. ADMINISTERED BY (If other than 6) | CODE S4402A | 8. DELIVERY FOB | |||||||||
|
|
|||||||||||||
TACOM-ROCK ISLAND | ||||||||||||||
AMSTA-LC-GAWC-B | DCMA DALLAS | |||||||||||||
CHRISTINE CARSON (309)782-4301 | 600 NORTH PEARL STREET | X DESTINATION | ||||||||||||
ROCK ISLAND IL 61299-7630 | SUITE 1630 | |||||||||||||
DALLAS TX 75201-2843 | OTHER | |||||||||||||
EMAIL: CHRISTINE.CARSON@US.ARMY.MIL | (See Schedule if | |||||||||||||
SCD: A | PAS: NONE | ADP PT: HQ0339 | other) | |||||||||||
|
|
|
|
|
|
|
|
|||||||
9. CONTRACTOR | CODE | 0BK64 | FACILITY | 10. DELIVER TO FOB POINT BY (Date) | 11. X IF BUSINESS IS | |||||||||
|
||||||||||||||
(YYYYMMMDD) | ||||||||||||||
o | o | X SMALL | ||||||||||||
OPTEX SYSTEMS INC | ||||||||||||||
1420 PRESIDENTIAL DR | SEE SCHEDULE | SMALL | ||||||||||||
|
||||||||||||||
NAME | RICHARDSON, TX 75081-2769 | 12. DISCOUNT TERMS | DISADVANTAGED | |||||||||||
AND | ||||||||||||||
ADDRESS | WOMAN-OWNED | |||||||||||||
|
|
|
||||||||||||
o | o | 13. MAIL INVOICES TO THE ADDRESS IN BLOCK | ||||||||||||
|
|
|
|
TYPE BUSINESS: Other Small Business Performing in U.S. See Block 15
DD FORM 1155, DEC 2001
|
PREVIOUS EDITION IS OBSOLETE.
|
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0003 MOD/AMD
Name of Offeror or Contractor: OPTEX SYSTEMS INC
SUPPLEMENTAL INFORMATION
|
1. | DELIVERY ORDER 0003 IS ISSUED FOR 200 EACH M137A2 PANORAMIC TELESCOPE, NSN 1240-01-483-6103, PN 12984713. |
2. | THE UNIT PRICE OF $11,167.09 EACH REFLECTS THE UNIT PRICE FOR CLIN 0001 FOR ORDERING PERIOD 02, 1 JUL 2006 THROUGH 30 JUN 2007. THE |
TOTAL VALUE OF THIS DELIVERY ORDER IS $2,233,418.00.
|
3. THE MAXIMUM ALLOWABLE QUANTITY UNDER THE LONG TERM CONTRACT IS 1457 EACH OF M137A2 AND 1000 EACH M137A3. TO DATE, THE TOTAL
QUANTITY OBLIGATED UNDER THE CONTRACT IS 606 EACH M137A2 AND 50 EACH M137A3.
4. | THE DELIVERY SCHEDULE IS ESTABLISHED IN SECTION B. EARLY DELIVERY IS AUTHORIZED IF AT NO ADDITIONAL COST TO THE GOVERNMENT. |
5. | THIS DELIVERY ORDER IS SUBJECT TO THE TERMS AND CONDITIONS OF CONTRACT W52H09-05-D-0260. |
*** END OF NARRATIVE A0001 ***
|
Reference No. of Document Being Continued Page 2 of 5 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0003 MOD/AMD 01
Name of Offeror or Contractor: OPTEX SYSTEMS INC SECTION A - SUPPLEMENTAL INFORMATION
THE PURPOSE OF THIS MODIFICATION 01 TO W52H0905D0260 DO 0003 IS TO:
1) TO INCREASE THE UNIT PRICE OF 0001AB BY $23.08 EACH, DUE TO INCORPORATION OF ECP H07A2020 INTO BASIC AWARD. THIS IS A TOTAL
INCREASE TO DELIVERY ORDER 0003 OF $4616.00, FROM $2,333,418.00 TO $2,238,034.00.
2) TO REVISE THE DELIVERY SCHEDULE. SEE SECTION B.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
*** END OF NARRATIVE A0002 ***
2) | For administrative purposes, the diverted shipments from Annistion, Tracy, and New Cumberland (CLIN 0001AB DOC REL CODE 001, 002, |
003) | to Rock Island will be under Clin 0001AC. |
3) | The total dollar value of CLIN 0001AB is decreased by $1,958,279.70 from $2,238,034.00 to $279,754.25. CLIN 0001AC is added for |
$$1,958,279.70.
4) All other terms and conditions remain the same.
*** END OF NARRATIVE A0003 ***
Reference No. of Document Being Continued | Page | 4 of 5 | ||||||||
CONTINUATION SHEET | ||||||||||
PIIN/SIIN W52H09-05-D-0260/0003 MOD/AMD 02 | ||||||||||
|
|
|
|
|
||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC | ||||||||||
|
|
|
|
|||||||
ITEM NO | SUPPLIES/SERVICES | QUANTITY UNIT UNIT PRICE | AMOUNT | |||||||
|
|
|
|
|||||||
REC WHSE 16B PH 209 839 4307 | ||||||||||
TRACY | CA 95304-5000 | |||||||||
C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R | ||||||||||
W52H09-05-D-0260/0003 | ||||||||||
DOC | SUPPL R_E___C_D_ | M_I_L_S_T_R_I_P_ | ||||||||
A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D | ||||||||||
003 | DELETED |
Ship To:
(W52H1C) XU W0K8 USA Rock Island Arsenal Bldg 299 Gillespie Av amd Beck Lane Rock Island IL 61299-5000 |
(End of narrative F001)
|
Reference No. of Document Being Continued Page 2 of 6 CONTINUATION SHEET
PIIN/SIIN W52H09-05-D-0260/0003 MOD/AMD 03
Name of Offeror or Contractor: OPTEX SYSTEMS INC. SECTION A - SUPPLEMENTAL INFORMATION
The purpose of this modification 03 to W52H09-05-D-0260 to DO 0003 is to:
1. | Increase the unit price for CLINS 0001AB and 0001AC from $11,190.17 by $42.68, for a new unit price of $11,232.85. |
2. | For Administrative purposes, this increase will be represented on CLIN 1001AB. |
3. | Therefore, for each Panoramic Telescope shipped against CLIN 0001AB, the contractor shall bill against CLIN 0001AB ($11,190.17), and |
1001AB ($42.68) for a total unit price of $11,232.85 and for CLIN 0001AC, the contractor shall bill against CLIN 0001AC($11,190.17), and 1001AB ($42.68) for a total unit price of $11,232.85.
4. To date, the total quantity left for delivery for CLIN's 0001AB and 0001AC is 200 each, Panoramic Telescope, NSN: 1240-01-483-6103, PN: 12984713.
5. Revised the delivery schedule, see section B.
All other terms and conditions remain unchanged. |
*** END OF NARRATIVE A0004 ***
|
Reference No. of Document Being Continued | Page | 6 of 6 | ||||||||||||||||
CONTINUATION SHEET | ||||||||||||||||||
PIIN/SIIN W52H09-05-D-0260/0003 | MOD/AMD 03 | |||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
Name of Offeror or Contractor: OPTEX SYSTEMS INC. | ||||||||||||||||||
|
|
|
|
|
|
|||||||||||||
SECTION G - CONTRACT ADMINISTRATION DATA | ||||||||||||||||||
PRON/ | ||||||||||||||||||
LINE | AMS CD/ | OBLG STAT/ | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||
_ I_ _ TE _E _ _ | _ M_ _ I_ _ P_ R | A C_R_N_ | J O__ O_R_D N_O_ | P_R_I_O_ R A _M_O_U_N_T | A_M_O_U_N_T_ | A_M_O_U_N_T_ | ||||||||||||
|
|
|||||||||||||||||
1001AB | W19ABW35M1 | AC | 2 | $ | 0.00 | $ | 8,536.00 | $ | 8,536.00 | |||||||||
53459562147 | 974W35 | |||||||||||||||||
|
|
|||||||||||||||||
NET CHANGE | $ | 8,536.00 | ||||||||||||||||
SERVICE | NET CHANGE | ACCOUNTING | INCREASE/DECREASE | |||||||||||||||
N _A_M_E | B_Y A_C_R_N | A C_C_O_ N_T_ C_L_A_S_S_I_F_I_C_A_T_I_O_N | S_T_ T_I_O__ | A_M_O__U_N_ T | ||||||||||||||
Army | AC | 21 | 92035000096D6D02P53459525FB S11116 | W52H09 | $ | 8_,_5_3_6_._0_0 | ||||||||||||
NET CHANGE $ | 8,536.00 | |||||||||||||||||
PRIOR AMOUNT | INCREASE/DECREASE | CUMULATIVE | ||||||||||||||||
O _F A_W_A_R_D | A_M_O_U_N_T_ | _O_B_L_I_G__A_M_T__ | ||||||||||||||||
|
||||||||||||||||||
NET CHANGE FOR AWARD: $ | 2,238,034.00 | $ | 8,536.00 | $ | 2,246,570.00 | |||||||||||||
A C_R_N_ | E D___A_C_C_O_U_N_T_I_N_G__C_L_A_S_S_I_F_I_C_A_T_I_O_N | |||||||||||||||||
AC | 21 091120350000 | S11116 96D6D025345956214725FB | 974W35S11116 W52H09 |
APPENDIX D
|
SOLICITATION
|
RESPONSE
|
This was an "unsolicitated" offer from Optex Systems, Inc. to the cusdtomer who in turn, accepted the offer by issuing a contract. Therefore, there was no "Response".
CONTRACT ATTACHED
|
OPTEX SYSTEMS, INC.
|
1420 Presidential Dr.
Richardson, TX 75081-2439 Tel (972) 644-0722 Fax (972) 680-0650 optex@optexsys.com |
April 29, 2009
|
General Dynamics Land Systems (GDLS)
Attn: Mary Donohue 38500 Mound Road Sterling Heights, MI 48310 |
Subject: Optex Systems Unsolicited Bid for Additional ICWS Units
Dear Ms. Donohue,
|
In response to the email Danny sent to you on April 16, 2009, Optex Systems, Inc. is pleased to offer the following price breaks for additional ICWS units (P/N 12548774) on an addition to our current contract or a new order placed in the near future.
Quantity | Discount | Unit Price | ||||
|
|
|
|
|||
500 | 2% | $3,310.57 | ||||
|
|
|
|
|||
1000 | 4% | $3,243.00 | ||||
|
|
|
|
|||
2000 | 6% | $3,175.44 | ||||
|
|
|
|
|||
2500 | 8% | $3,107.88 | ||||
|
|
|
|
|||
3000 | 10% | $3,040.32 | ||||
|
|
|
|
The delivery for these parts will be negotiated at the time of formal request for quote from GDLS
Optex Systems reserves the right to re-negotiate its rates, if circumstances beyond our control (i.e. inflation, supply/demand and supplier costs) drive up material prices 10% or more annually.
Optex Systems Inc. looks forward to growing our relationship with GDLS. Please do not hesitate to contact Renita Rutherford-Drake by phone at 972.644.0722 ext. 148 or email at rrdrake@optexsys.com if you have any questions or need additional information.
Ship To: | General Dynamics Land Systems | PO Creation Date: 08-JUN-2009 10:03:27 | ||||
|
|
|||||
Bill to: | General Dynamics Land Systems Division | Revision Date: | ||||
PO Status: APPROVED | ||||||
1161 Buckeye Road | Freight Terms: FCA SP | |||||
Lima, OH 45804-1815 | Freight Carrier: | REFER TO GDLS ROUTING GUI | ||||
United States | Total PO Value: 3,401,907.00 | |||||
|
|
|||||
Payment Terms: | MNS2 | PO Award Code: 3A | ||||
PO Currency: | USD | PO Description: Production PO | ||||
|
|
|
|
|||
SUPPLIER | BUYER | PLANNER | ||||
Company: | Optex Systems Inc | MARY DONOHUE | MARY DONOHUE | |||
Supplier No.: | 503610 | Phone: 586/825-4060 | Phone: 586/825-4060 | |||
Site: | RICHARDSON | Email: donohuem@gdls.com | Email: donohuem@gdls.com | |||
Address: | 1420 Presidential Drive | |||||
Richardson, TX 75081 | ||||||
United States | ||||||
Attn: VCN 23230 - OPTEX SY | ||||||
|
|
|
|
Purchase Order Text
Purchaser agrees to purchase and seller agrees to furnish the supplies or services described below in accordance with the terms and conditions on the face hereof.
This is a rated order for national defense use, and you are required to follow all the provisions of the defense priorities and allocations system regulation (15 CFR, part 700). Supplier is required to place rated orders with sub-tier suppliers for items needed to fill this order.
{POTEXT}
Terms and Conditions
This order is subject to the terms and conditions listed on General Dynamics Land Systems (GDLS) form 84-005-807, 0808 and 0809, and 1032 (time and material) in effect of the date of this order. Terms and conditions can be found at www.gdls.com/procurement/html.
************************************************************************
PROGRESS PAYMENTS IN ACCORDANCE WITH DFAR 232.501 -1 ARE AUTHORIZED FOR THE CONTRACTS AND QUANTITIES LISTED BELOW:
CONTRACT NO. | QUANTITY | |
------------------------ | ---------------- | |
G0006 RW00 | 297 | |
G0006 RX00 | 312 | |
G0006 RY00 | 192 | |
G0006 RZ00 | 297 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT AND MATERIAL FINANCE. FAILURE TO SUBMIT
SCHEDULES PROMPTLY OR SUBSTANTIAL DEVIATIONS TO THE SCHEDULE, FOR ALL CONTRACTS AND QUANTITIES LISTED ABOVE WILL DELAY PAYMENT. ONLY THOSE QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS PAYMENTS. INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED BY AN SF1443 FOR EACH CONTRACT.
*******************************
If a supplier/subcontractor becomes in possession of government owned property the supplier/subcontractor will comply with the instructions for control of government-owned property in the possession of suppliers/ sub-contractors" these instructions are available on the GDLS website at www.gdls.com/procurement/ instructions for control of government owned property in the possession of suppliers/sub-contractors.
{DTC3}
Technical Data Mangement
Technical data furnished by buyer to seller, in order to facilitate seller's execution of this purchase order, is governed by the US international traffic in arms regulations (ITAR) section 124.13. If technical data is to be exported, a state department export license will be requested by the buyer/GDLS contracts department. When this is received, the appropriate license will be lodged with the customs department and the license # will be furnished to you for inclusion on the paperwork in order to allow for transference of data outside of the USA.
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions.
MARY DONOHUE
Seller hereby agrees to:
|
1. | Limit the use of the technical data to the manufacture of the defense articles required by the purchase order only; and |
2. | Prohibit the disclosure of the technical data to any other person except subcontractors within seller's country; and |
3. | Prohibit the acquisition of any rights in the technical data by any foreign person; and |
4. | Assure that any subcontracts issued by seller to sub-contractors within seller's country, in order to facilitate seller's execution of this purchase order, |
include all six (6) limitations contained in this clause; and
5. Destroy or return to buyer all of the technical data exported by buyer pursuant to execution of the purchase order and upon fulfillment of its terms; and 6. Assure delivery of the defense articles manufactured by seller under the terms of this purchase order only to buyer in the US or to an agency of the US Government.
Furthermore, technical data which may be acquired or generated under this purchase order may require appropriate authorization from the department of state, office of defense trade controls or department of commerce, office of export administration before it is released to a foreign person. Therefore, seller understands that, if it is a foreign entity, it shall not re-export or, if it is a US entity, it shall not disclose to any foreign person, any technical data acquired under this purchase order until after notifying buyer and written authorization from the appropriate US Government agency is obtained. {ELR}
Quantity Option
The total quantity of this purchase order may be increased during performance of said contracts at the same price, but may not exceed 20% of the total quantity authorized.
Military Standard
Supplier shall furnish military standard hardware to the drawing revision level contained in the technical data package. If no revision level is specified, parts must be supplied to the latest revision level established by government agencies as of the date of this purchase order.
{MSP}
No Change to Item
Seller shall make no change in design, materials, location, manufacturing processes, or sources of supply, after buyer's acceptance of the first production test item or after acceptance of the first completed end item, without the written approval of the buyer.
For electrical components: the approval of the buyer will not be required for the seller to make changes in the source of supply of component parts which are classified as "passive components" so long as such supply source changes do not affect form, fit, function, quality, reliability or safety of the end item.
{NCG}
Hexavalent Chromium (HC) - (This clause applies to the interim armored vehicle (IAV) Stryker vehicle only and should be ignored for Tank and other applications.)
The contract between US Tank Automotive and Armaments Command (TACOM) and GDLS for the provision of an interim armored vehicle (IAV) to the US Army prohibits the use of hexavalent chromium. GDLS is bound by this requirement. Also, note that no cadmium plated parts or fasteners, other than electrical connectors, are permitted to be incorporated into any component.
All GDLS parts that are chemical agent resistant coating (CARC) painted were originally prepared in accordance with mil-t-704. This military standard authorizes vinyl wash primers containing HC (dod-p-15328 and mil-p-8614) as one of a number of pre-treatments for ferrous and aluminum parts. This standard also allows the use of chromated chemical conversion pre-treatment (per mil-c-5541, class 1a) for aluminum parts. Mil-t-704 is now replaced by mil-c-53072. All parts are to be painted in accordance with mil-c-53072 with the exception of the application of hexavalent chromium based pre-treatments.
GDLS will no longer accept parts utilizing vinyl primers or chemical conversion finishes that contain HC for the BCT IAV program. Your company shall eliminate the use of the subject wash primer and/or conversion finishes from its paint process. The process for each material is defined as follows:
- high hard - abrasive blast, prime and paint per specification (omit the use of vinyl wash primer) mild steel - zinc phosphate, prime and paint per specification.
- | aluminum - alodine 5200 or alodine 5700, prime and paint per specification.* |
- | stainless steel - omit both wash primer and paint, or passivate, prime and paint as specified. |
(*) aluminum parts used for electrical applications, where conductive surface is required for bonds & grounds, may use chemical conversion finish per mil-c-5541, class 3, only when specifically specified and pre-approved by GDLS. Then prime and paint per specification.
{HCB2}
Quality Requirements Details
The detail language for the quality requirements can be found on the General Dynamics Land Systems website at the world wide web address http://www.gdls.com under the procurement button.
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions.
MARY DONOHUE
{WEB}
Invoice Policy
Vendor to invoice each non-deliverable line item exactly as shown on purchase order/release to insure prompt payment. Invoice must show vendor name, purchase order number/release number, line item number, item billed, and price.
{PS2}
Wood Packaging Requirements (WPR)
All non-manufactured coniferous wood (soft woods from coniferous trees and hard woods from non-coniferous trees), shall be treated to insure the wood is bug free. Material shall be heat treated (HT) material certified by an accredited agency and recognized by the American lumber standards committee (ALSC) and marked with the HT lumber is lumber that has been heated to 56 degrees C (core temperature) for 30 minutes and marked with the appropriate quality mark. The material may also be fumigated with methyl bromide (MB). The ALSC approved markings for boxes and crates shall be placed on both ends of the outer packaging between the end cleats or end battens in at least one inch high letters. Marks may be placed above required mil-std-129 markings. Internal blocking and bracing must comply also and be marked if at all possible. For product imported by a domestic supplier from an international source, it is the sole responsibility of the domestic source to insure that this standard (ISPM 15) is met.
{WPR}
Routing Instructions
"For complete freight routing instructions please go to the General Dynamics Land Systems website at http:\\www.gdls.com, click on procurement, then click on transportation routing instructions/routing guide. If you have freight routing questions, please forward them to traffic@gdls.com.
{RTE}
Purchase Order Delivery Schedules
Purchase order delivery schedules must be strictly adhered to. Early/late and/or over/under shipments to scheduled deliveries will not be tolerated. Any deviation to this policy, unless authorized by general dynamics procurement personnel, will result in material being returned at the supplier's expense. GDLS does not recognize any "industry shipping tolerances".
{PDS}
Receiving Acceptance Rate
Reference GDLS standard procurement clause for (RAR) receiving acceptance rate on website: http://procurement.gdls.com {RAR}
Value Engineering Incentive
Value engineering incentive in accordance with FAR52.248 -1 (instant contract saving only) applies. Seller's share is payable to seller promptly after payment of credit by the US Government to buyer.
{VE1}
Byrd Amendment Clause
The undersigned certifies, to the best of his or her knowledge and belief, that: no federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee or a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard form-lll, "disclosure form to report lobbying," in accordance with its instructions.
The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements).
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, US code.
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-JUL-2011 | ||||||||||||||||||
6 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RX00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
12-AUG-2011 | ||||||||||||||||||
7 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RX00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-SEP-2011 | ||||||||||||||||||
8 | 46 | 0 | 3243.00 | 149,178.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 46, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-SEP-2011 | ||||||||||||||||||
9 | 4 | 0 | 3243.00 | 12,972.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 4, Project ABRAMS 2006 PROD BOA, Task RX00NONWBS, Contract | |||||||||||||||||
Lima, OH | 45801-3141 | Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
14-OCT-2011 | ||||||||||||||||||
10 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 1, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, Contract | |||||||||||||||||
Lima, OH | 45801-3141 | Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | Distribution 2: Qty 49, Project ABRAMS 2006 PROD BOA, Task RX00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-NOV-2011 | ||||||||||||||||||
11 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 39, Project ABRAMS 2006 PROD BOA, Task RX00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
|
|
|
|
|
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
C/O Menlo Logistics, Inc | Distribution 1: Qty 16, Project ABRAMS 2006 PROD BOA, Task RY00NONWBS, | |||||||||||||||||
2050 N. Sugar Street | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | |||||||||||||||||
Lima, OH | 45801-3141 | Distribution 2: Qty 63, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | ||||||||||||||||
United States | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | |||||||||||||||||
|
|
|
|
|
|
|||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
20-APR-2012 | ||||||||||||||||||
19 | 21 | 0 | 3243.00 | 68,103.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 21, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-MAY-2012 | ||||||||||||||||||
22 | 43 | 0 | 3243.00 | 139,449.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 43, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-MAY-2012 | ||||||||||||||||||
23 | 32 | 0 | 3243.00 | 103,776.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 32, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-MAY-2012 | ||||||||||||||||||
24 | 25 | 0 | 3243.00 | 81,075.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 25, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-JUN-2012 | ||||||||||||||||||
25 | 39 | 0 | 3243.00 | 126,477.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 39, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
End of Contract
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
*******************
ORACLE REVISION 1 ISSUED 9/28/09 TO INCREASE PURCHASE ORDER QUANTITY BY 610 PIECES AT SAME UNIT COST AND ADJUST PROJECT/TASK CODES TO BETTER MEET PLANT REQUIREMENTS. THE CONTRACTS/QUANTITIES LISTED IN THE PROGRESS PAYMENT CLAUSE HAVE ALSO BEEN ADJUSTED.
****************** *****
ORACLE REVISION 4 ISSUED 11/25/09 TO UPDATE PAYMENT TERMS TO NET30. ******* ****************
ORACLE REVISION 5 ISSUED 12/23/09 TO INCREASE PURCHASE ORDER QUANTITY BY 293 PIECES AT THE SAME UNIT COST. DELIVERIES ADDED TO THE FRONT OF THE PURCHASE ORDER SCHEDULE IN FOUR (4) SHIPMENTS.
**************
Revs. 2 thru 3 created to re-allocate multiple distributions on shipment. Original Purchase Order quantity: 1049 pieces
Purchase Order Text
Purchaser agrees to purchase and seller agrees to furnish the supplies or services described below in accordance with the terms and conditions on the face hereof.
This is a rated order for national defense use, and you are required to follow all the provisions of the defense priorities and allocations system regulation (15 CFR, part 700). Supplier is required to place rated orders with sub-tier suppliers for items needed to fill this order.
{POTEXT}
Terms and Conditions
This order is subject to the terms and conditions listed on General Dynamics Land Systems (GDLS) form 84-005-807, 0808 and 0809, and 1032 (time and material) in effect of the date of this order. Terms and conditions can be found at www.gdls.com/procurement/html.
************************************************************************
PROGRESS PAYMENTS IN ACCORDANCE WITH DFAR 232.501 -1 ARE AUTHORIZED FOR THE CONTRACTS AND QUANTITIES LISTED BELOW:
CONTRACT NO. | QUANTITY | |
------------------------ | ---------------- | |
G0006 RV00 | 700 | |
G0006 RW00 | 480 | |
G0006 RX00 | 139 | |
G0006 RY00 | 120 | |
G0006 RZ00 | 220 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT AND MATERIAL FINANCE. FAILURE TO SUBMIT
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions.
MARY DONOHUE
SCHEDULES PROMPTLY OR SUBSTANTIAL DEVIATIONS TO THE SCHEDULE, FOR ALL CONTRACTS AND QUANTITIES LISTED ABOVE WILL DELAY PAYMENT. ONLY THOSE QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS PAYMENTS. INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED BY AN SF1443 FOR EACH CONTRACT.
*******************************
If a supplier/subcontractor becomes in possession of government owned property the supplier/subcontractor will comply with the instructions for control of government-owned property in the possession of suppliers/ sub-contractors" these instructions are available on the GDLS website at www.gdls.com/procurement/ instructions for control of government owned property in the possession of suppliers/sub-contractors.
{DTC3}
Technical Data Mangement
Technical data furnished by buyer to seller, in order to facilitate seller's execution of this purchase order, is governed by the US international traffic in arms regulations (ITAR) section 124.13. If technical data is to be exported, a state department export license will be requested by the buyer/GDLS contracts department. When this is received, the appropriate license will be lodged with the customs department and the license # will be furnished to you for inclusion on the paperwork in order to allow for transference of data outside of the USA.
Seller hereby agrees to:
|
1. | Limit the use of the technical data to the manufacture of the defense articles required by the purchase order only; and |
2. | Prohibit the disclosure of the technical data to any other person except subcontractors within seller's country; and |
3. | Prohibit the acquisition of any rights in the technical data by any foreign person; and |
4. | Assure that any subcontracts issued by seller to sub-contractors within seller's country, in order to facilitate seller's execution of this purchase order, |
include all six (6) limitations contained in this clause; and
5. Destroy or return to buyer all of the technical data exported by buyer pursuant to execution of the purchase order and upon fulfillment of its terms; and 6. Assure delivery of the defense articles manufactured by seller under the terms of this purchase order only to buyer in the US or to an agency of the US Government.
Furthermore, technical data which may be acquired or generated under this purchase order may require appropriate authorization from the department of state, office of defense trade controls or department of commerce, office of export administration before it is released to a foreign person. Therefore, seller understands that, if it is a foreign entity, it shall not re-export or, if it is a US entity, it shall not disclose to any foreign person, any technical data acquired under this purchase order until after notifying buyer and written authorization from the appropriate US Government agency is obtained. {ELR}
Quantity Option
The total quantity of this purchase order may be increased during performance of said contracts at the same price, but may not exceed 20% of the total quantity authorized.
Military Standard
Supplier shall furnish military standard hardware to the drawing revision level contained in the technical data package. If no revision level is specified, parts must be supplied to the latest revision level established by government agencies as of the date of this purchase order.
{MSP}
No Change to Item
Seller shall make no change in design, materials, location, manufacturing processes, or sources of supply, after buyer's acceptance of the first production test item or after acceptance of the first completed end item, without the written approval of the buyer.
For electrical components: the approval of the buyer will not be required for the seller to make changes in the source of supply of component parts which are classified as "passive components" so long as such supply source changes do not affect form, fit, function, quality, reliability or safety of the end item.
{NCG}
Hexavalent Chromium (HC) - (This clause applies to the interim armored vehicle (IAV) Stryker vehicle only and should be ignored for Tank and other applications.)
The contract between US Tank Automotive and Armaments Command (TACOM) and GDLS for the provision of an interim armored vehicle (IAV) to the US Army prohibits the use of hexavalent chromium. GDLS is bound by this requirement. Also, note that no cadmium plated parts or fasteners, other than electrical connectors, are permitted to be incorporated into any component.
All GDLS parts that are chemical agent resistant coating (CARC) painted were originally prepared in accordance with mil-t-704. This military standard authorizes vinyl wash primers containing HC (dod-p-15328 and mil-p-8614) as one of a number of pre-treatments for ferrous and aluminum parts. This standard also allows the use of chromated chemical conversion pre-treatment (per mil-c-5541, class 1a) for aluminum parts. Mil-t-704 is now replaced by mil-c-53072. All parts are to be painted in accordance with mil-c-53072 with the exception of the application of hexavalent chromium based pre-treatments.
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
GDLS will no longer accept parts utilizing vinyl primers or chemical conversion finishes that contain HC for the BCT IAV program. Your company shall eliminate the use of the subject wash primer and/or conversion finishes from its paint process. The process for each material is defined as follows:
- high hard - abrasive blast, prime and paint per specification (omit the use of vinyl wash primer) mild steel - zinc phosphate, prime and paint per specification.
- | aluminum - alodine 5200 or alodine 5700, prime and paint per specification.* |
- | stainless steel - omit both wash primer and paint, or passivate, prime and paint as specified. |
(*) aluminum parts used for electrical applications, where conductive surface is required for bonds & grounds, may use chemical conversion finish per mil-c-5541, class 3, only when specifically specified and pre-approved by GDLS. Then prime and paint per specification.
{HCB2}
Quality Requirements Details
The detail language for the quality requirements can be found on the General Dynamics Land Systems website at the world wide web address http://www.gdls.com under the procurement button.
{WEB}
Invoice Policy
Vendor to invoice each non-deliverable line item exactly as shown on purchase order/release to insure prompt payment. Invoice must show vendor name, purchase order number/release number, line item number, item billed, and price.
{PS2}
Wood Packaging Requirements (WPR)
All non-manufactured coniferous wood (soft woods from coniferous trees and hard woods from non-coniferous trees), shall be treated to insure the wood is bug free. Material shall be heat treated (HT) material certified by an accredited agency and recognized by the American lumber standards committee (ALSC) and marked with the HT lumber is lumber that has been heated to 56 degrees C (core temperature) for 30 minutes and marked with the appropriate quality mark. The material may also be fumigated with methyl bromide (MB). The ALSC approved markings for boxes and crates shall be placed on both ends of the outer packaging between the end cleats or end battens in at least one inch high letters. Marks may be placed above required mil-std-129 markings. Internal blocking and bracing must comply also and be marked if at all possible. For product imported by a domestic supplier from an international source, it is the sole responsibility of the domestic source to insure that this standard (ISPM 15) is met.
{WPR}
Routing Instructions
"For complete freight routing instructions please go to the General Dynamics Land Systems website at http:\\www.gdls.com, click on procurement, then click on transportation routing instructions/routing guide. If you have freight routing questions, please forward them to traffic@gdls.com.
{RTE}
Purchase Order Delivery Schedules
Purchase order delivery schedules must be strictly adhered to. Early/late and/or over/under shipments to scheduled deliveries will not be tolerated. Any deviation to this policy, unless authorized by general dynamics procurement personnel, will result in material being returned at the supplier's expense. GDLS does not recognize any "industry shipping tolerances".
{PDS}
Receiving Acceptance Rate
Reference GDLS standard procurement clause for (RAR) receiving acceptance rate on website: http://procurement.gdls.com {RAR}
Value Engineering Incentive
Value engineering incentive in accordance with FAR52.248 -1 (instant contract saving only) applies. Seller's share is payable to seller promptly after payment of credit by the US Government to buyer.
{VE1}
Byrd Amendment Clause
The undersigned certifies, to the best of his or her knowledge and belief, that: no federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee or a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid, or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard form-lll, "disclosure form to report lobbying," in accordance with its instructions.
The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements).
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, US code.
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-APR-2011 | ||||||||||||||||||
4 | 70 | 0 | 3243.00 | 0.00 | Closed | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
13-MAY-2011 | ||||||||||||||||||
5 | 70 | 0 | 3243.00 | 0.00 | Closed | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
17-JUN-2011 | ||||||||||||||||||
6 | 50 | 0 | 3243.00 | 0.00 | Closed | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-JUL-2011 | ||||||||||||||||||
7 | 50 | 0 | 3243.00 | 0.00 | Closed | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
12-AUG-2011 | ||||||||||||||||||
8 | 70 | 0 | 3243.00 | 0.00 | Closed | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | This shipment was cancelled on 05-NOV-2009 07:06:19. Cancellation | |||||||||||||||||
C/O Menlo Logistics, Inc | reason: Line cancelled due to VPP re-allocation. | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
9 | 46 | 0 | 3243.00 | 0.00 | 16-SEP-2011 | Closed | ||||||||||||
|
|
|
|
|
|
|
|
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
2050 N. Sugar Street | Distribution 1: Qty 85, Project ABRAM SPARES BOA 07-12, Task FDMPNONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W52H09-07-G-0001, DPAS Rating DOA5 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-FEB-2011 | ||||||||||||||||||
5 | 70 | 0 | 3243.00 | 227,010.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
04-MAR-2011 | ||||||||||||||||||
6 | 58 | 0 | 3243.00 | 188,094.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 58, Project ABRAM SPARES BOA 07-12, Task FDMPNONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W52H09-07-G-0001, DPAS Rating DOA5 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-MAR-2011 | ||||||||||||||||||
7 | 70 | 0 | 3243.00 | 227,010.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-APR-2011 | ||||||||||||||||||
8 | 70 | 0 | 3243.00 | 227,010.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
13-MAY-2011 | ||||||||||||||||||
9 | 70 | 0 | 3243.00 | 227,010.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
17-JUN-2011 | ||||||||||||||||||
10 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-JUL-2011 | ||||||||||||||||||
11 | 50 | 0 | 3243.00 | 162,150.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
Terms and Conditions | ||||||||||||||||||
Please refer to the General Dynamics Land Systems website at | ||||||||||||||||||
www.gdls.com for purchase order terms and conditions. | ||||||||||||||||||
MARY DONOHUE | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 50, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
12-AUG-2011 | ||||||||||||||||||
12 | 70 | 0 | 3243.00 | 227,010.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 70, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-SEP-2011 | ||||||||||||||||||
13 | 46 | 0 | 3243.00 | 149,178.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 46, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-SEP-2011 | ||||||||||||||||||
14 | 4 | 0 | 3243.00 | 12,972.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 4, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, Contract | |||||||||||||||||
Lima, OH | 45801-3141 | Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
14-OCT-2011 | ||||||||||||||||||
15 | 11 | 0 | 3243.00 | 35,673.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 11, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
14-OCT-2011 | ||||||||||||||||||
16 | 49 | 0 | 3243.00 | 158,907.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 49, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18-NOV-2011 | ||||||||||||||||||
17 | 39 | 0 | 3243.00 | 126,477.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 39, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
18 | 21 | 0 | 3243.00 | 68,103.00 | 18-NOV-2011 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 21, Project ABRAMS 2006 PROD BOA, Task RV00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-DEC-2011 | ||||||||||||||||||
19 | 60 | 0 | 3243.00 | 194,580.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 60, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
13-JAN-2012 | ||||||||||||||||||
20 | 80 | 0 | 3243.00 | 259,440.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 80, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
17-FEB-2012 | ||||||||||||||||||
21 | 100 | 0 | 3243.00 | 324,300.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 100, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-MAR-2012 | ||||||||||||||||||
22 | 3 | 0 | 3243.00 | 9,729.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 3, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, Contract | |||||||||||||||||
Lima, OH | 45801-3141 | Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-MAR-2012 | ||||||||||||||||||
23 | 72 | 0 | 3243.00 | 233,496.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 72, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
16-MAR-2012 | ||||||||||||||||||
24 | 65 | 0 | 3243.00 | 210,795.00 | Open | |||||||||||||
12:00:00 | ||||||||||||||||||
|
||||||||||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 65, Project ABRAMS 2006 PROD BOA, Task RW00NONWBS, | |||||||||||||||||
Lima, OH | 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
Terms and Conditions | ||||||||||||||||||
Please refer to the General Dynamics Land Systems website at | ||||||||||||||||||
www.gdls.com for purchase order terms and conditions. | ||||||||||||||||||
MARY DONOHUE | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
C/O Menlo Logistics, Inc | Distribution 1: Qty 30, Project ABRAMS 2006 PROD BOA, Task RZ00NONWBS, | |
2050 N. Sugar Street | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | |
Lima, OH 45801-3141 | ||
United States | ||
|
|
End of Contract
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
APPENENDIX E
|
SOLICITATION
|
This customer has changed their Material Requirements Planning (MRP) system and no longer has the Solicitation on record. Again, since the critical data of the solicitation was captured in the contract, it was discarded.
RESPONSE
|
The response to this bid proposal is not available to Optex Systems, Inc. It was prepared by the original owners of Optex (two companies ago) and was not filed with the other contract information. It is assumed that since the critical information of the response was captured in the contract, that the previous owners discarded these documents.
CONTRACT ATTACHED
|
ORIGINATOR: JULIE M SCHNEIDER | NUMBER: 9726800650 | |||||||||||
MESSAGE: B003 PCL860000 | ||||||||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||||||
DATE: 04/02/2007 | ORDER NO: PCL860000 | |||||||||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||||||||
1420 PRESIDENTIAL DRIVE | ||||||||||||
RICHARDSON TX | 75081 | LAND SYSTEMS DIVISION | 6i5C. | |||||||||
LIMA FACILITY | ||||||||||||
1161 | BUCKEYE RD | |||||||||||
LIMA OH 45804-1815 | ||||||||||||
SUPPLIER NO: 23230 | CATEGORY: S N | INVOICE TO: | GENERAL DYNAMICS | |||||||||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||||||||
F.O.B.: RICHARDSON TX | ACCOUNTING DEPARTMENT | |||||||||||
TERMS: NET 30 DAYS | 1161 | BUCKEYE ROAD | ||||||||||
LIMA | OH 45804-1815 | |||||||||||
EFFECTIVE DATE: 04/02/2007 | EXPIRATION DATE: | 12/30/2008 | ||||||||||
ORIGINAL BLANKET P0 ISSUE DATE - | 04/09/07 | |||||||||||
PART NUMBER : 12548774 | DESCRIPTION: PERISCOPE ASSY |
QUANTITY: 1930 PCS
|
/
|
************************************************************************
PRICES STATED HEREIN ARE CEILING PRICES SUBJECT TO DOWNWARD
ONLY ADJUSTMENT RESULTING FROM BUYER'S OR U.S. GOVERNMENT'S AUDIT REVIEW OF SELLERT S COST AND PRICING DATA AND SUBSEQUENT FINAL NEGOTIATION.
AIJL OTHER UNIT PRICES CONTAINED WITHIN THE BODY OF THIS PURCHASE ORDER ARE ALSO NOT TO EXCEED (NTE) CEILING PRICES SUBJECT TO THE SAME AUDIT/NEGOTIATION AND SHALL ALSO BE ADJUSTED AS
REQUIRED UPON CONTRACT PRICING DEFINITIZATION. SELLER AGREES
TO SUBMIT SUCH DATA IN FORM AND DETAIL ACCEPTABLE TO BUYER NOT LATER THAN THIRTY (30) DAYS FROM THE DATE OF THIS PURCHASE ORDER. PENDING FINAL AGREEMENT OF PRICE, THE AMOUNT ALLOCATED
TO THIS ORDER AND AVAILABLE FOR PAYMENT IS $2,701,891.90 UNLESS INCREASED BY BUYER IN WRITING. FINAL PRICE AGREEMENT WILL BE SET FORTH IN A PURCHASE ORDER CHANGE HERETO NO LATER THAN 180 DAYS FROM DATE HEREOF.
CONVERSION OF NOT TO EXCEED PRICE TO A FIRM | FIXED PRICE | |||
AUTOMATICALLY CANCELS THIS CLAUSE. | ||||
SCHEDULE FOR DEFINITIZATION | ||||
SUBMISSION OF PRICE PROPOSAL | COMPLETE | |||
AUDIT | 5/11/2007 | |||
COMMENCE NEGOTIATIONS | 6/11/2007 | |||
BUYER: | EXPEDITOR: | E003 | ||
|
||||
JULIE M. SCHNEIDER BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 |
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 1 OF | ||||||
GENERAL | DYNAMICS | BLANKET ORDER | ||||||
DATE: 04/02/2007 | ORDER NO: PCL860000 | |||||||
TARGET DATE FOR PRICE | DEFINITIZATION | 7/11/2007 | ||||||
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * | * * * * * * * * * * * * * * * * * ** * * * * * * * * * * * * * | |||||||
THIS ORDER HAS BEEN RELEASED | AS A BLANKET | PURCHASE ORDER. THE |
, SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES THAT WILL CONFIRM
THE SHIPPING SCHEDULE FOR THIS ORDER. ALL SHIPMENTS
AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL HAVE THE SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER,
EXCEPT IT WILL BE SEQUENTIALLY INCREASED BY ONE FOR EACH RELEASE, (IE: BLANKET P.O. NO.: PBAO20000; RELEASES; PBAO20001, PBAO20002, ETC.) {BPL} VALUE ENGINEERING INCENTIVE IN ACCORDANCE WITH FAR52.248 -1 (INSTANT CONTRACT SAVING ONLY) APPLIES. SELLER'S SHARE IS
PAYABLE TO SELLER PROMPTLY AFTER PAYMENT OF CREDIT BY THE
GOVERNMENT TO BUYER. {VE1}
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
.*
* * * * * * * * ** ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES
OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700) . SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS
ORDER. {POTEXT}
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
SELLER SHALL MAKE NO CHANGE IN DESIGN, MATERIALS, MANUFACTURING LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER BUYER'S ACCEPTANCE OF THE FIRST PRODUCTION TEST ITEM OR AFTER ACCEPTANCE OF THE FIRST COMPLETED END ITEM, WITHOUT THE WRITTEN APPROVAL OF THE BUYER.
FOR ELECTRICAL COMPONENTS:
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH
ARE CLASSIFIED | AS "PASSIVE COMPONENTS" | SO LONG AS | SUCH | SUPPLY | ||||
SOURCE CHANGES | DO NOT AFFECT FORM, FIT, FUNCTION, | QUALITY, | ||||||
RELIABILITY OR SAFETY OF THE END ITEM. | ||||||||
{NCG} | ||||||||
|
|
|
|
|||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|||||||
JULIE M. SCHNEIDER | BUYER:B003 | |||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 2 OF |
GENERAL | DYNAMICS | BLANKET ORDER | ||||||
DATE: | 04/02/2007 | ORDER NO: PCL860000 | ||||||
|
|
SCHEDULE ADJUSTMENT CLAUSE
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON DOCK NEED DATE. NOTIFICATION BY GDLS WILL BE RELEASED NO LATER THAN 60 DAYS PRIOR
TO THE DELIVERY DATE IMPACTED. | . | (SAC) | ||
STATISTICAL METHODS AND STATISTICAL PROCESS CONTROL | ||||
(SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO | ||||
CONTROL THE MANUFACTURING PROCESS, CONTINUALLY | ||||
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED | WITH THE | |||
DELIVERABLE END PRODUCT. | ||||
THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND | ||||
SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE | ||||
GDLS SUPPLIER INSTRUCTIONS QCS-83-7. | ||||
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM | SHOULD | |||
BE DIRECTED TO YOUR BUYER. | {SPC1} | |||
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE |
ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR
NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, | LINE | ITEM | NUMBER, | PART | ||||||||
NUMBER, QUANTITY SHIPPED, | AND PRICE. | (P52) | ||||||||||
ALL | COMMUNICATION CONCERNING | THIS P.O. SHOULD | ||||||||||
BE | DIRECTED TO THE UNDERSIGNED GDLS BUYER: |
************************************************************************
THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS LISTED ON GDLS FORM 84-005-807, 0808 AND 0809 IN EFFECT OF THE DATE OF THIS ORDER. TERMS AND CONDITIONS CAN BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML.
(DTC3)
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF .ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE
(TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE
REFLECTING THE MOST RECENT | HARDWARE CONFIGURATION OR TDP | |||||
REQUIREMENTS. | ||||||
* * * * * * * * * * * * * * * * | * * * * * * * * * | * * * * * * * * * * * | ||||
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO | ||||||
FACILITATE SELLER'S EXECUTION | OF THIS PURCHASE | ORDER, IS | ||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 3 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER |
DATE: 04/02/2007 ORDER NO: PCL860000
GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A STATE DEPARTMENT EXPORT LICENSE WILL BE REQUESTED BY THE BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL DATA OUTSIDE OF THE USA.
SELLER HEREBY AGREES TO:
X
FURTHERMORE, TECHNICAL DATA WHICH MAYBE ACQUIRED OR GENERATED UNDER THIS PURCHASE ORDER MAY REQUIRE APPROPRIATE AUTHORIZATION FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS
OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT RE-EXPORT OR, IF IT IS A U.S. ENTITY, IT SHALL NOT DISCLOSE TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR-
IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY | IS OBTAINED. | |||||
{ELR} | ||||||
BYRD AMENDMENT CLAUSE | ||||||
THE UNDERSIGNED CERTIFIES, | TO THE BEST OF HIS OR HER | KNOWLEDGE | ||||
AND BELIEF, THAT: | ||||||
NO FEDERAL APPROPRIATED FUNDS | HAVE BEEN PAID OR WILL | BE | PAID, BUYER: | |||
EXPEDITOR: E003 | ||||||
SUPPLIER NO: 23230 | ||||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 4 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
|
DATE: 04/02/2007
|
.
ORDER NO: PCL860000
|
BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR
INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE
OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE
. MAKING OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN,
THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE
EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
IF ANY FUNDS OTHER THAN FEDEL APPROPRIATED FUNDS HAVE BEEN PAID, OR WILL BE PAID TO ANY PERSON FOR INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OF A MEMBER OF CONGRESS IN CONNECTION WITH THIS FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT, THE
UNDERSIGNED | SHALL COMPLETE AND SUBMIT STANDARD FORM-LLL, | |||||
"DISCLOSURE | FORM TO REPORT LOBBYING," IN ACCORDANCE WITH ITS | |||||
INSTRUCTIONS. | ||||||
THE UNDERSIGNED SHALL REQUIRE THAT THE LANGUAGE | OF THIS | |||||
CERTIFICATION BE INCLUDED IN THE AWARD DOCUMENTS FOR ALL | ||||||
SUBAWARDS AT ALL TIERS (INCLUDING SUBCONTRACTS, | SUBGRANTS, | |||||
AND CONTRACTS UNDER GRANTS, LOANS, AND COOPERATIVE | ||||||
AGREEMENTS). | ||||||
THIS CERTIFICATION IS A MATERIAL REPRESENTATION OF FACT UPON | ||||||
WHICH RELIANCE WAS PLACED WHEN THIS TRANSACTION | WAS MADE OR | |||||
ENTERED INTO. SUBMISSION OF THIS CERTIFICATION | IS A PRE- | |||||
REQUISITE FOR MAKING OR ENTERING INTO THIS TRANSACTION | ||||||
IMPOSED BY SECTION 1352, TITLE 31, U.S. CODE. | (BAC) |
WOOD PACKAGING REQUIREMENTS (WPR) | ||||||||||||
ALL NON-MANUFACTURED CONIFEROUS | WOOD | (SOFT WOODS FROM CONIFEROUS | ||||||||||
TREES AND HARD WOODS FROM | NON-CONIFEROUS TREES), SHALL BE TREATED | |||||||||||
TO INSURE THE WOOD IS BUG | FREE. | MATERIAL SHALL BE HEAT TREATED (HT) | ||||||||||
MATERIAL | CERTIFIED BY AN ACCREDITED | AGENCY AND RECOGNIZED BY THE | ||||||||||
AMERICAN | LUMBER STANDARDS COMMITTEE | (ALSC) AND MARKED WITH THE HT | ||||||||||
STAMP. | ST LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES | |||||||||||
BUYER: | EXPEDITOR: E003 | |||||||||||
SUPPLIER NO: 23230 | ||||||||||||
|
|
|
||||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 5 OF | ||||||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||||||
DATE: 04/02/2007 | ORDER NO: PCL860000 |
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH 0D1993-C021, 0D1995-L008 |
** QUALITY REQUIREMENTS: | ||||||
|
|
|
||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 6 OF | ||||
GENERAL | DYNAMICS | BLANKET ORDER | ||||
DATE: 04/02/2007 | ORDER | NO: PCL860000 | ||||
|
|
|
|
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB
ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON. (WEB)
QG5.2 | (04/18/00) | C = 0 SAMPLING PLAN | ||
QJ21.1 | (12/8/97) | INSPECTION DELEGATION | ||
QP93.0 | (5/1/90) | PACKING SLIP REQUIREMENT | ||
QP6.0 | (1/1/86) | ORDERING DATA SHEETS | ||
QK11.1 | (1/19/99) | PHY/TEST DATA-FILL IN | ||
MIL-STD-171 | ||||
QY2.9 | (09/26/01) | FAT-QCS-4 | ||
(205) | ||||
QY3.5 | (1/22/94) | C.T. - QCS-4A (TDP) | ||
QL31. 0 | (12/4/87) | FUNCTIONAL TEST (FILL-IN) | ||
12548769 | ||||
QJ8.1 | (1/18/88) | GOVERNMENT SELECTIVE EVALUATION | ||
QG2A.4 | (11/21/96) | (MIL-1-45208 ANSi/ISO 9000) | ||
QK9.1 | (1/19/99) | QAP-CERT (FILL-IN) |
4. | CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. |
(12548773) | |
CONTRACTS | ARE ASSIGNED AS | FOLLOWS: | ||||||
ALIAS | SEGMENT | WBS | PRIORITY | RATING | ||||
G0006 | RNOO -- | |||||||
G0006 | RPOO | |||||||
G0006 | RST3 |
BUYER: | EXPEDITOR: E003 | |||||||||
SUPPLIER NO: 23230 | ||||||||||
|
||||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 8 OF 8 | ||||||||
Verified at: 9:43:20 AM on: 4/2/2007 | by | Domino | Process |
ORIGINATOR: JULIE M SCHNEIDER | NUMBER: 9726800650 | |||||
MESSAGE: B003 PCL860000 | ||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 04/11/2007 | ORDER NO: PCL8 60000 | |||||
SUPPL.DATE: 04/11/2007 | SUPPL.NO: 001 | |||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||
1420 PRESIDENTIAL DRIVE | ||||||
RICHARDSON TX | 75081 | LAND SYSTEMS DIVISION | ||||
LIMA FACILITY | ||||||
1161 BUCKEYE RD | ||||||
LIMA OH 45804-1815 | ||||||
SUPPLIER NO: 23230 | CATEGORY: S N | INVOICE TO: | GENERAL DYNAMICS | |||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||
F.O.B.: RICHARDSON TX | ACCOUNTING DEPARTMENT | |||||
TERMS: NET 30 DAYS | 1161 BUCKEYE ROAD | |||||
LIMA OH 45804-1815 | ||||||
EFFECTIVE DATE: 04/02/2007 | EXPIRATION DATE: 12/30/2008 | |||||
ORIGINAL BLANKET P0 ISSUE DATE | - 04/09/07 |
************************************************************************
PART NUMBER : 12548774 DESCRIPTION: PERISCOPE ASSY
ONLY ADJUSTMENT RESULTING FROM BUYER'S OR U.S. GOVERNMENT'S
AUDIT REVIEW OF SELLER'S COST AND PRICING DATA AND SUBSEQUENT FINAL NEGOTIATION.
ALL OTHER UNIT PRICES CONTAINED WITHIN THE BODY OF THIS PURCHASE
ORDER ARE ALSO NOT TO EXCEED (NTE) CEILING PRICES SUBJECT TO THE SAME AUDIT/NEGOTIATION AND SHALL ALSO BE ADJUSTED AS
REQUIRED UPON CONTRACT PRICING DEFINITIZATION. SELLER AGREES
TO SUBMIT SUCH DATA IN FORM AND DETAIL ACCEPTABLE TO BUYER NOT LATER THAN THIRTY (30) DAYS FROM THE DATE OF THIS PURCHASE ORDER. PENDING FINAL AGREEMENT OF PRICE, THE AMOUNT ALLOCATED TO THIS ORDER AND AVAILABLE FOR PAYMENT IS $2,701,891.90 UNLESS INCREASED BY BUYER IN WRITING. FINAL PRICE AGREEMENT WILL BE SET FORTH IN A PURCHASE ORDER CHANGE HERETO NO LATER THAN 180 DAYS FROM DATE HEREOF. |
CONVERSION OF NOT TO EXCEED | PRICE TO A FIRM | FIXED | PRICE | |||
AUTOMATICALLY CANCELS THIS CLAUSE. | ||||||
SCHEDULE FOR | DEFINITIZATION | |||||
BUYER: | EXPEDITOR: E003 | |||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 |
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 1 OF | ||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 04/11/2007 | ORDER NO: PCL860000 | |||
SUPPL.DATE: 04/11/2007 | SUPPL.NO: 001 | |||
SUBMISSION OF PRICE PROPOSAL | COMPLETE | |||
AUDIT | 6/11/2007 | |||
COMMENCE NEGOTIATIONS | 7/11/2007 | |||
TARGET DATE FOR PRICE DEFINITIZATION | 8/11/2007 |
********************************************************************
THIS ORDER HAS BEEN RELEASED AS A BLANKET PURCHASE ORDER. THE SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES THAT WILL CONFIRM THE SHIPPING SCHEDULE FOR THIS ORDER. ALL SHIPMENTS
AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL HAVE THE SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER,
EXCEPT IT WILL BE SEQUENTIALLY INCREASED BY ONE FOR EACH RELEASE, (IE: BLANKET P.O. NO.: PBAO20000; RELEASES; PBAO20001, PBAO20002, ETC.) {BPL} VALUE ENGINEERING INCENTIVE IN ACCORDANCE WITH FAR52.248 -1 (INSTANT CONTRACT SAVING ONLY) APPLIES. SELLERTS SHARE IS
PAYABLE TO SELLER PROMPTLY AFTER PAYMENT OF CREDIT BY THE
GOVERNMENT TO BUYER. {VE1}
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
*****************-*******************************************************
PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS
ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATJONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700) . SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS ORDER. {POTEXT}
************************************************************************
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. SCHNEIDER BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 2 OF |
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 04/11/2007 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 04/11/2007 | SUPPL.NO: 001 | |||||
SELLER SHALL MAKE | NO CHANGE IN DESIGN, MATERIALS, | MANUFACTURING | ||||
LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER | ||||||
BUYER'S ACCEPTANCE | OF THE FIRST PRODUCTION | TEST ITEM OR AFTER | ||||
ACCEPTANCE OF THE | FIRST COMPLETED END ITEM, | WITHOUT THE WRITTEN | ||||
APPROVAL OF THE BUYER. |
FOR ELECTRICAL COMPONENTS: .
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO
MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH ARE CLASSIFIED AS "PASSIVE COMPONENTS" SO LONG AS SUCH SUPPLY SOURCE CHANGES DO NOT AFFECT FORM, FIT, FUNCTION, QUALITY, RELIABILITY OR SAFETY OF THE END ITEM.
{ NCG
SCHEDULE ADJUSTMENT CLAUSE
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON DOCK NEED DATE. NOTIFICATION BY GDLS WILL BE RELEASED NO LATER THAN 60 DAYS PRIOR
TO THE DELIVERY DATE IMPACTED. (SAC)
STATISTICAL METHODS AND STATISTICAL PROCESS CONTROL (SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO CONTROL THE MANUFACTURING PROCESS, CONTINUALLY
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED WITH THE DELIVERABLE END PRODUCT, THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE GDLS SUPPLIER INSTRUCTIONS QCS-83-7.
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM SHOULD
BE DIRECTED TO YOUR BUYER. {SPC1}
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR
NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, LINE ITEM NUMBER, PART
NUMBER, QUANTITY SHIPPED, AND PRICE. (PS2) ALL COMMUNICATION CONCERNING THIS P.O. SHOULD
BE DIRECTED TO THE UNDERSIGNED GDLS BUYER:
*********************************************************************** | ||||||
THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS | LISTED ON GDLS | |||||
FORM 84-005-807, 0808 AND 0809 IN EFFECT OF THE DATE OF THIS ORDER. | ||||||
TERMS AND CONDITIONS | CAN BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML. | |||||
(DTC3) | ||||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|||||
JULIE M. SCHNEIDER | BUYER:B003 | |||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 3 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
|
|
|
DATE: 04/11/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE:. 04/11/2007 | . SUPPL.NO: | 001 | ||
|
|
|
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE (TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE
REFLECTING THE MOST RECENT HARDWARE CONFIGURATION OR TDP REQUIREMENTS.
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO FACILITATE SELLER'S EXECUTION OF THIS PURCHASE ORDER, IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A STATE DEPARTMENT EXPORT LICENSE WILL BE REQUESTED BY THE BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL DATA OUTSIDE OF THE USA.
SELLER HEREBY AGREES TO:
X
|
FURTHERMORE, TECHNICAL DATA WHICH MAY BE ACQUIRED | OR GENERATED | |||||
UNDER THIS PURCHASE ORDER MAY REQUIRE | APPROPRIATE | AUTHORIZATION | ||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 4 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER |
DATE: 04/11/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 04/11/2007 | SUPPL.NO: | 001 |
FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT
RE-EXPORT OR, IF IT IS A U. S. ENTITY, IT SHALL NOT DISCLOSE
TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR- IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY IS OBTAINED.
{ELR}
BYRD AMENDMENT CLAUSE
THE UNDERSIGNED CERTIFIES, TO THE BEST OF HIS OR HER KNOWLEDGE AND BELIEF, THAT:
NO FEDEL APPROPRIATED FUNDS HAVE BEEN PAID OR WILL BE PAID,
BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR
INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE
OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE MAKING OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN, THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE
EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
IF ANY FUNDS OTHER THAN FEDERAL APPROPRIATED FUNDS HAVE BEEN
PAID, OR WILL BE PAID TO ANY PERSON FOR INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY,
A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OF A MEMBER OF CONGRESS IN CONNECTION WITH THIS FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT, THE
UNDERSIGNED SHALL COMPLETE AND SUBMIT STANDARD FORM-LLL, "DISCLOSURE FORM TO REPORT LOBBYING, IN ACCORDANCE WITH ITS INSTRUCTIONS.
THE UNDERSIGNED SHALL REQUIRE THAT THE LANGUAGE OF THIS CERTIFICATION BE INCLUDED IN THE AWARD DOCUMENTS FOR ALL
SUBAWARDS AT ALL TIERS (INCLUDING SUBCONTRACTS, SUBGRANTS, AND CONTRACTS UNDER GRANTS, LOANS, AND COOPERATIVE
AGREEMENTS).
THIS CERTIFICATION IS A MATERIAL REPRESENTATION OF FACT UPON
WHICH RELIANCE | WAS PLACED | WHEN THIS TRANSACTION | WAS MADE OR | |||||
ENTERED INTO. | SUBMISSION | OF THIS CERTIFICATION IS A PRE- | ||||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|
||||||
JULIE M. SCHNEIDER | BUYER:B003 | |||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 5 OF | ||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||
|
|
|
||||||
DATE: 04/11/2007 | ORDER NO: PCL860000 | |||||||
|
|
SUPPL.DATE: 04/11/2007 | SUPPL.NO: | 001 | ||
REQUISITE FOR MAKING OR | ENTERING INTO TillS TRANSACTION | |||
IMPOSED BY SECTION 1352, | TITLE 31, U.S. CODE. | (BAC) |
WOOD PACKAGING REQUIRENENTS (WPR)
ALL NON-MANUFACTURED CONIFEROUS WOOD (SOFT WOODS FROM CONIFEROUS TREES AND BARD WOODS FROM NON-CONIFEROUS TREES), SHALL BE TREATED TO INSURE THE WOOD IS BUG FREE. MATERIAL SHALL BE HEAT TREATED (HT)
MATERIAL CERTIFIED BY AN ACCREDITED AGENCY AND RECOGNIZED BY THE AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) AND MARKED WITH THE HT STAMP. HT LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES
C (CORE TEMERATURE) FOR 30 MINUTES AND MARKED WITH THE APPROPRIATE QUALITY MARK. THE MATERIAL MAY ALSO BE FUMIGATED (MB) WITH METHYL BROMIDE. THE ALSC APPROVED MARKINGS FOR BOXES AND CRATES SHALL BE PLACED ON BOTH ENDS OF THE OUTER PACKAGING BETWEEN THE END CLEATS OR END BATTENS IN AT LEAST ONE INCH HIGH LETTERS. MARKS MAY BE PLACED ABOVE REQUIRED MIL-STD-129 MARKINGS. INTERNAL
BLOCKING AND BRACING MUST COMPLY ALSO AND BE MARKED IF AT ALL POSSIBLE. FOR PRODUCT IMPORTED BY A DOMESTIC SUPPLIER FROM AN INTERNATIONAL SOURCE, IT IS THE SOLE RESPONSIBILITY OF THE DOMESTIC SOURCE TO INSURE THAT THIS STANDARD (ISPM 15) IS MET.
{WPR}
PROGRESS | PAYMENTS | IN ACCORDANCE WITH DFAR | 232.501-I | ARE | ||||||
AUTHORIZED | FOR THE CONTRACTS | AND QUANTITIES | LISTED | BELOW: | ||||||
CONTRACT NO. | QUANTITY | |||||||||
GNOO1 | RKOO | 10 | ||||||||
G0006 | RNOO | 480 | ||||||||
G0006 | RPOO | 960 | ||||||||
G0006 | RST3 | 480 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER
OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 6 OF | ||||
GENERAL | DYNAMICS | BLANKET ORDER | ||||
DATE: 04/11/2007 | ORDER | NO: PCL860000 | ||||
SUPPL.DATE: 04/11/2007 | SUPPL.NO: 001 | |||||
|
AND | MATERIAL FINANCE. FAILURE TO SUBMIT SCHEDULES | PROMPTLY | ||||||||||||||
OR SUBSTANTIAL DEVIATIONS TO THE SCHEDULE, | FOR ALL | CONTRACTS | ||||||||||||||
AND | QUANTITIES LISTED ABOVE WILL DELAY PAYMENT. | ONLY THOSE | ||||||||||||||
QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS | PAYMENTS. | |||||||||||||||
INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED | BY AN | |||||||||||||||
SF1443 FOR EACH CONTRACT. | {PP4} | |||||||||||||||
ITEM | QUANTITY | PART-DESCRIPTION | PRICE F | UM-REV. | EXT.PRICE | |||||||||||
0001 | 1930 12548774 | $3499.86 | EA | $6754729.80 | ||||||||||||
PERISCOPE ASSEMBLY | ||||||||||||||||
TOTAL BLANKET | LIMIT | $6,754,729.80 |
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH 0D1993-C021, 0D1995-L008 |
**
QUALITY REQUIREMENTS:
QY11.8 (5/21/98) |
FIRST PIECE INSPECTION
|
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB
ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON. (WEB)
QK9.1 | (1/19/99) | QAP-CERT (FILL-IN) | ||||||||||
4. . CHEMICAL | AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE | FINISH | IS | |||||||||
REQUIRED | PER DRAWING | 12344344 AS SPECIFIED ON PULLSHEET. | ||||||||||
(12548773) | ||||||||||||
CONTRACTS | ARE ASSIGNED | AS FOLLOWS: | ||||||||||
ALIAS | SEGMENT | WBS | PRIORITY RATING | |||||||||
G0006 | RNOO -- | |||||||||||
G0006 | RPOO | |||||||||||
G0006 | RST3 | |||||||||||
|
|
|
|
THE APPROXIMATE | FORECASTED QUANTITY OF PARTS TO BE RELEASED | |||||
PER YEAR IS 1927 PIECES STARTING JANUARY 2008. | ||||||
THESE RELEASES | WILL BE SUBJECT TO A 20% INCREASE OR DECREASE | |||||
. | ||||||
IN QUANTITY. | ||||||
RELEASES WILL | BE GENERATED AND MAILED APPROXIMATELY 4 WEEKS | |||||
PRIOR TO "DUE ONDOCK" DATES. THESE DATES MAY SHOW SOME | ||||||
VARIATION DUE TO SCRAP RATE, RETURNS, MANUFACTURING SCHEDULE | ||||||
CHANGES ETC. | ||||||
SUPPLIERS MUST | BE PREPARED TO SUPPORT GDLS DELIVERY | REQUIRE- | ||||
MENTS WITH AS LITTLE AS SEVEN (7) DAYS NOTICE. | {TQR} |
BUYER: | EXPEDITOR: E003 | |||||||||
SUPPLIER NO: 23230 | ||||||||||
|
|
|||||||||
JULIE | M. SCHNEIDER BUYER:B003 | |||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||||
EMAIL: | SCHNEIDJ@GDLS.COM | PAGE | 8 OF 8 | |||||||
|
|
|
|
|
||||||
Verified | at: 3:22:16 PM on: 4/11/2007 | by | Domino | Process |
BUYER: | EXPEDITOR: E003 | |||||||||
SUPPLIER NO: 23230 | ||||||||||
|
|
|||||||||
JULIE | M. SCHNEIDER BUYER:B003 | |||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||||
EMAIL: | SCHNEIDJ@GDLS.COM | PAGE | 8 OF 8 | |||||||
|
|
|
|
|||||||
Verified | at: 3:22:16 PM on: 4/11/2007 | by | Domino | Process |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINATOR: | JULIE M SCHNEIDER | NUMBER: 9726800650 | ||||
MESSAGE: B003 PCL860000 | ||||||
GENERAL | DYNAMICS | BLANKET ORDER | ||||
DATE: 04/17/2007 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: | 04/17/2007 | SUPPL.NO: 002 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
***********************************************************************
QUANTITY: 1930 PCS
************************************************************************
SUPPLEMENT 002 ISSUED 04/17/07 TO INCREASE ORDER BY 17 PCS AT CURRENT UNIT PRICE. REF 5BO128225. THIS PRICE IS PART OF THE NTE ORDER AND IS SUBJECT TO DOWNWARD PRICE ADJUSMENT BASED ON AUDIT AND NEGOTIATIONS.
SUPPLEMENT 001 ISSUED 4/11/07 CHANGES AUDIT AND NEGOTIATION SCHEDULE BELOW. PLEASE NOTE.
***********************************************************************
PRICES STATED HEREIN ARE CEILING PRICES SUBJECT TO DOWNWARD ONLY ADJUSTMENT RESULTING FROM BUYER'S OR U.S. GOVERNMENT'S AUDIT REVIEW OF SELLER'S COST AND PRICING DATA AND SUBSEQUENT FINAL NEGOTIATION.
ALL OTHER UNIT PRICES CONTAINED WITHIN THE BODY OF THIS PURCHASE
ORDER ARE ALSO NOT TO EXCEED (NTE) CEILING PRICES SUBJECT TO THE SAME AUDIT/NEGOTIATION AND SHALL ALSO BE ADJUSTED AS
REQUIRED UPON CONTRACT PRICING DEFINITIZATION. SELLER AGREES TO SUBMIT SUCH DATA IN FORM AND DETAIL ACCEPTABLE TO BUYER NOT
LATER THAN THIRTY (30) DAYS FROM THE DATE | OF THIS PURCHASE | |||||||||
ORDER. PENDING FINAL AGREEMENT OF PRICE, | THE AMOUNT ALLOCATED | |||||||||
TO THIS ORDER AND AVAILABLE | FOR PAYMENT IS $2,701,891.90 | |||||||||
UNLESS INCREASED BY BUYER | IN WRITING. | FINAL | PRICE AGREEMENT | |||||||
WILL | BE SET FORTH IN A PURCHASE ORDER CHANGE | HERETO NO LATER | ||||||||
THAN | 180 DAYS FROM DATE HEREOF. | |||||||||
BUYER: | EXPEDITOR: E003 | |||||||||
|
|
|||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 1 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 04/17/2D07 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 04/17/2007 | SUPPL.NO: 002 | |||||
CONVERSION OF NOT TO EXCEED PRICE TO A FIRM FIXED PRICE | ||||||
AUTOMATICALLY CANCELS THIS CLAUSE. | ||||||
SCHEDULE FOR DEFINITIZATION | ||||||
SUBMISSION OF PRICE PROPOSAL | COMPLETE | |||||
AUDIT | 6/11/2007 | |||||
COMMENCE NEGOTIATIONS | 7/11/2007 | |||||
TARGET DATE FOR PRICE DEFINITIZATION | 8/11/2007 |
********************************************************************
THIS ORDER HAS BEEN RELEASED AS A BLANKET PURCHASE ORDER. THE SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES THAT WILL CONFIRM
THE SHIPPING SCHEDULE FOR THIS ORDER. ALL SHIPMENTS
AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL HAVE THE SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER,
EXCEPT IT WILL BE SEQUENTIALL.Y | INCREASED | BY ONE FOR EACH | ||||||||||
RELEASE, (IE: BLANKET P.O. NO.: | PBAO20000; | RELEASES; | ||||||||||
PBAO20001, | PBAO20002, ETC.) | |||||||||||
{BPL} | ||||||||||||
VALUE ENGINEERING INCENTIVE IN ACCORDANCE | WITH FAR52.248-1 | |||||||||||
(INSTANT CONTRACT SAVING ONLY) APPLIES. | SELLER'S SHARE IS | |||||||||||
PAYABLE TO SELLER PROMPTLY. AFTER | PAYMENT OF CREDIT. BY THE | |||||||||||
GOVERNMENT | TO BUYER. | {VE1} | ||||||||||
* * | * * * * * * | * * * * * * * * * * | * * * * * | * * * * * * * * * | * * | * * | ||||||
|
|
|
|
|
|
|
************************************************************************
PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO
FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700) . SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS ORDER. {POTEXT}
*******************,*****************************************************
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
||||||||
VerifiedJULIE M.at:SCHNEIDER3:22:16 PMBUYER:B003on: 4/11/2007 | by | Domino | Process | |||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 2 OF |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
GENERAL | DYNAMICS | BLANKET ORDER | ||||
DATE: 04/17/2007 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 04/17/2007 | SUPPL.NO: 002 |
SELLER SHALL MAKE NO CHANGE IN DESIGN, MATERIALS, MANUFACTURING LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER
BUYER'S ACCEPTANCE OF THE FIRST PRODUCTION TEST ITEM OR AFTER
ACCEPTANCE OF THE FIRST COMPLETED END ITEM, WITHOUT THE WRITTEN APPROVAL OF THE BUYER.
FOR ELECTRICAL COMPONENTS:
|
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH ARE CLASSIFIED AS "PASSIVE COMPONENTS" SO LONG AS SUCH SUPPLY SOURCE CHANGES DO NOT AFFECT FORM, FIT, FUNCTION, QUALITY, RELIABILITY OR SAFETY OF THE END ITEM.
{NCG}
SCHEDULE ADJUSTMENT CLAUSE
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON DOCK NEED DATE. NOTIFICATION BY GDLS WILL BE RELEASED NO LATER THAN 60 DAYS PRIOR
TO THE DELIVERY DATE IMPACTED. | . (SAC) | |
STATISTICAL METHODS AND STATISTICAL PROCESS CONTROL | ||
(SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO | ||
CONTROL THE MANUFACTURING PROCESS, CONTINUALLY | ||
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED WITH THE | ||
DELIVERABLE END PRODUCT. | ||
THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND | ||
SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE | ||
GDLS SUPPLIER INSTRUCTIONS QCS-83-7. | ||
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM SHOULD | ||
BE DIRECTED TO YOUR BUYER. | {SPC1} |
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, LINE ITEM NUMBER, PART
NUMBER, QUANTITY SHIPPED, | AND | PRICE. | (PS2) | |||||
ALL | COMMUNICATION CONCERNING | THIS | P.O. SHOULD | |||||
BE | DIRECTED TO THE UNDERSIGNED GDLS BUYER: |
************************************************************************
THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS LISTED ON GDLS
FORM | 84-005-807, 0808 AND | 0809 IN EFFECT OF THE DATE OF THIS ORDER. | ||||||||||
TERMS | AND | CONDITIONS | CAN | BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML. | ||||||||
(DTC3) | ||||||||||||
BUYER: | . | EXPEDITOR: E003 | ||||||||||
SUPPLIER NO: 23230 | ||||||||||||
|
|
|
|
|
||||||||
JULIE M. | SCHNEIDER | BUYER:B003 | ||||||||||
VerifiedP:586-825-8756at: 3:22:16F:586-268-7437PM on: 4/11/2007 by Domino | ProcessORDER | NO: PCL860000 | ||||||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 3 OF | ||||||||||
GENERAL DYNAMICS | BLANKET ORDER |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
DATE: 04/17/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 04/17/2007 | SUPPL.NO: | 002 |
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE (TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE REFLECTING THE MOST RECENT HARDWARE CONFIGURATION OR TDP
REQUIREMENTS.
* * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * *
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO FACILITATE SELLER'S EXECUTION OF THIS PURCHASE ORDER, IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A STATE DEPARTMENT EXPORT LICENSE WILL BE REQUESTED BY THE BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL DATA OUTSIDE OF THE USA.
SELLER HEREBY AGREES TO:
X | ||||||||
FURTHERMORE, TECHNICAL DATA WHICH MAY | BE ACQUIRED | OR GENERATED | ||||||
UNDER THIS PURCHASE ORDER MAY REQUIRE | APPROPRIATE | AUTHORIZATION | ||||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
VerifiedEMAIL: SCHNEIDJ@GDLS.at: 3:22:16 PMCOMon: 4/11/2007 by Domino | ProcessPAGE | 4 OF | ||||||
GENERAL DYNAMICS | BLANKET ORDER |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
DATE: 04/17/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 04/17/2007 | SUPPL.NO: | 002 |
FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER
UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT RE-EXPORT OR, IF IT IS A U.S. ENTITY, IT SHALL NOT DISCLOSE
TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR- IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY IS OBTAINED.
{ELR}
BYRD AMENDMENT CLAUSE
THE UNDERSIGNED CERTIFIES, TO THE BEST OF HIS OR HER KNOWLEDGE AND BELIEF, THAT:
NO FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID OR WILL BE PAID, BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE
OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE MAKING. OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN, THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE
EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
IF ANY FUNDS OTHER THAN FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID, OR WILL BE PAID TO ANY PERSON FOR INFLUENCING OR
ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OF A MEMBER OF CONGRESS IN CONNECTION WITH THIS FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT, THE UNDERSIGNED SHALL COMPLETE AND SUBMIT STANDARD FORM-LLL, "DISCLOSURE FORM TO REPORT LOBBYING," IN ACCORDANCE WITH ITS INSTRUCTIONS.
THE UNDERSIGNED SHALL REQUIRE THAT THE LANGUAGE OF THIS CERTIFICATION BE INCLUDED IN THE AWARD DOCUMENTS FOR ALL SUBAWARDS AT ALL TIERS (INCLUDING SUBCONTRACTS, S.UBGRANTS, AND CONTRACTS UNDER GRANTS, LOANS, AND COOPERATIVE
AGREEMENTS).
THIS CERTIFICATION IS A MATERIAL REPRESENTATION OF FACT UPON WHICH RELIANCE WAS PLACED WHEN THIS TRANSACTION WAS MADE OR ENTERED INTO. SUBMISSION OF THIS CERTIFICATION IS A PRE-
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
SUPPL.DATE: 04/17/2007 | SUPPL.NO: | 002 | ||
REQUISITE FOR MAKING OR | ENTERING INTO THIS TRANSACTION | |||
IMPOSED BY SECTION 1352, | TITLE 31, U.S. CODE. | (BAC) |
***************************************************************
wooD PACKAGING REQUIREMENTS (WPR)
ALL NON-MANUFACTURED CONIFEROUS WOOD (SOFT WOODS FROM CONIFEROUS
TREES AND HARD WOODS FROM NON-CONIFEROUS TREES), SHALL BE TREATED TO INSURE THE WOOD IS BUG FREE. MATERIAL SHALL BE HEAT TREATED (HT)
MATERIAL CERTIFIED BY ANACCREDITED AGENCY AND RECOGNIZED BY THE AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) AND MARKED WITH THE HT STAMP. HT LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES C (CORE TEMERATURE) FOR 30 MINUTES AND MARKED WITH THE APPROPRIATE
QUALITY MARK. THE MATERIAL MAY ALSO BE FUMIGATED (MB) WITH METHYL BROMIDE. THE ALSC APPROVED MARKINGS FOR BOXES AND CRATES SHALL BE PLACED ON BOTH ENDS OF THE OUTER PACKAGING BETWEEN THE END CLEATS OR END BATTENS IN AT LEAST ONE INCH HIGH LETTERS.
MARKS MAY BE PLACED ABOVE REQUIRED MIL-STD-129 MARKINGS. INTERNAL
BLOCKING AND BRACING MUST COMPLY ALSO AND BE MARKED IF AT ALL POSSIBLE. FOR PRODUCT IMPORTED BY A DOMESTIC SUPPLIER FROM AN INTERNATIONAL SOURCE, IT IS THE SOLE RESPONSIBILITY OF THE DOMESTIC SOURCE TO INSURE THAT THIS STANDARD (ISPM 15) IS MET.
{WPR}
PROGRESS | PAYMENTS IN ACCORDANCE WITH DFAR | 232.501-1 | ARE | |||||||
AUTHORIZED | FOR THE CONTRACTS | AND QUANTITIES | LISTED | BELOW: | ||||||
CONTRACT NO. | QUANTITY | |||||||||
GNOO1 RKOO | 10 | |||||||||
G0006 RNOO | 480 | |||||||||
G0006 RPOO | 960 | / | ||||||||
G0006 RST3 | 480 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER
OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||
EMAIL: | SCHNEIDJ@GDLS.COM | PAGE | 6 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||||
Verified | at: 3:22:16 PM on: 4/11/2007 by Domino Process | |||||
DATE: 04/17/2007 | ORDgR | NO: PCL860000 | ||||
SUPPL.DATE: 04/17/2007 | SUPPL.NO: 002 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
AND | MATERIAL FINANCE. FAILURE TO SUBMIT SCHEDULES PROMPTLY | |||||||||||||
OR SUBSTANTIAL | DEVIATIONS TO THE SCHEDULE, | FOR ALL CONTRACTS | ||||||||||||
AND | QUANTITIES | LISTED ABOVE WILL DELAY PAYMENT. ONLY THOSE | ||||||||||||
QUANTITIES | LISTED ABOVE ARE ELIGIBLE FOR PROGRESS PAYMENTS. | |||||||||||||
INVOICES | FOR PROGRESS PAYMENTS MUST BE SUPPORTED BY AN | |||||||||||||
. | ||||||||||||||
SF1443 FOR EACH CONTRACT. | {PP4} | |||||||||||||
ITEM | QUANTITY | PART-DESCRIPTION | PRICE F | UM-REV. | EXT.PRICE | |||||||||
0001 | 1947 12548774 | $3499.86 | EA | $6814227.42 | ||||||||||
PERISCOPE ASSEMBLY | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||
TOTAL BLANKET | LIMIT | $6,814227.42 |
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH OD1993-C021, 0D1995-L008 |
** QUALITY REQUIREMENTS:
QY11.8 (5/21/98) FIRST PIECE INSPECTION
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND
IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON.
(WEB)
QG5.2 | (04/18/00) | C = 0 SPLING PLAN | ||||||
QJ21.1 | (12/8/97) | INSPECTION DELEGATION | ||||||
QP93.0 | (5/1/90) | PACKING SLIP REQUIREMENT | ||||||
QP6.0 | (1/1/86) | ORDERING DATA SHEETS | ||||||
QK11.1 | (1/19/99) | PHY/TEST DATA-FILL IN | ||||||
MIL-STD-171 | ||||||||
QY2.9 | (09/26/01) | FAT-QCS-4 | ||||||
(205) | ||||||||
QY3.5 | (1/22/94) | C.T. - QCS-4A (TDP) | ||||||
QL31.0 | (12/4/87) | FUNCTIONAL TEST (FILL-IN) | ||||||
|
|
|||||||
12548769 | ||||||||
QJ8.1 | (1/18/88) | GOVERNMENT SELECTIVE EVALUATION | ||||||
QG2A.4 | (11/21/96) | (MIL-1-45208 ANSi/ISO | 9000) | |||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 7 OF | ||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||
Verified DATE: 04/17/2007 at: 3:22:16 PM on: 4/11/2007 by Domino Process ORDER | NO: PCL860000 | |||||||
SUPPL.DATE: | 04/17/2007 | SUPPL.NO: 002 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
QK9.1 (1/19/99) QAP-CERT (FILL-IN) | |
4. | CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. |
(12548773) | |
CONTRACTS | ARE ASSIGNED AS | FOLLOWS: | ||||||
|
|
|
|
|||||
ALIAS | SEGMENT | WBS | PRIORITY | RATING | ||||
G0006 | RNOO -- | |||||||
G0006 | RPOO | |||||||
G0006 | RST3 |
THE APPROXIMATE FORECASTED QUANTITY OF PARTS TO BE RELEASED | ||||||
PER YEAR IS 1927 PIECES STARTING JANUARY 2008. | ||||||
THESE RELEASES WILL BE SUBJECT | TO .A 20% INCREASE OR | DECREASE | ||||
IN QUANTITY. | ||||||
RELEASES WILL BE GENERATED AND | MAILED APPROXITELY 4 WEEKS | |||||
PRIOR TO "DUE ON DOCK" DATES. THESE DATES MAY SHOW SOME | ||||||
VARIATION DUE TO SCRAP RATE, RETURNS, MANUFACTURING SCHEDULE | ||||||
CHANGES ETC. | ||||||
SUPPLIERS MUST BE PREPARED TO SUPPORT GDLS DELIVERY | REQUIRE- | |||||
MENTS WITH AS LITTLE AS SEVEN (7) DAYS NOTICE. | {TQR} |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINATOR: JULIE M SCHNEIDER | NUMBER: | 9726800650 | ||
MESSAGE: B003 PCL860000 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
GENERAL DYNAMICS | BLANKET ORDER | |||||||
DATE: 06/26/2007 | ORDER NO: PCL860000 | |||||||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: 003 | |||||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||||
1420 PRESIDENTIAL | DRIVE | |||||||
RICHARDSON TX 75081 | LAND SYSTEMS DIVISION | |||||||
LIMA FACILITY | ||||||||
1161 BUCKEYE RD | ||||||||
LIMA OH 45804-1815 | ||||||||
SUPPLIER NO: 23230 | CATEGORY: | S N | INVOICE TO: | GENERAL DYNAMICS | ||||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||||
F.O.B.: RICHARDSON TX | ACCOUNTING DEPARTMENT | |||||||
TERMS: NET 30 DAYS | 1161 BUCKEYE ROAD | |||||||
LIMA OH 45804-1815 | ||||||||
EFFECTIVE DATE: 04/02/2007 | EXPIRATION DATE: 12/30/2008 | |||||||
ORIGINAL BLANKET | P0 ISSUE | DATE - | 04/09/07 |
************************************************************************
PART NUMBER
:
12548774
|
DESCRIPTION: PERISCOPE ASSY
|
***********************************************************************
QUANTITY: 1930 PCS
*****************************************************
SUPPLEMENT 003 ISSUED 6-26-07 TO INCREASE ORDER B 358 PCS T THE CURRENT UNIT PRICE. THESE ARE PART OF THE NTE AGR MENT AND ARE SUBJECT TO DOWNWARD PRICE ADJUSTMENT.
************************************************************************
SUPPLEMENT 002 ISSUED 04/17/07 TO INCREASE ORDER BY 17 PCS AT CURRENT UNIT PRICE. REF SB0128225. THIS PRICE IS PART OF THE NTE ORDER AND IS SUBJECT TO DOWNWARD PRICE ADJUSMENT BASED ON AUDIT AND NEGOTIATIONS.
SUPPLEMENT 001 ISSUED 4/11/07 CHANGES AUDIT AND NEGOTIATION SCHEDULE BELOW. PLEASE NOTE.
************************************************************************
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
PRICES STATED HEREIN ARE CEILING PRICES SUBJECT TO DOWNWARD
ONLY ADJUSTMENT RESULTING FROM BUYER'S OR U.S. GOVERNMENT'S AUDIT REVIEW OF SELLER'S COST AND PRICING DATA AND SUBSEQUENT FINAL NEGOTIATION.
ALL OTHER UNIT PRICES CONTAINED WITHIN THE BODY OF THIS PURCHASE ORDER ARE ALSO NOT TO EXCEED (NTE) CEILING PRICES SUBJECT TO THE SAME AUDIT/NEGOTIATION AND SHALL ALSO BE ADJUSTED AS
REQUIRED UPON CONTRACT PRICING | DEFINITIZATION. SELLER AGREES | |||||||
TO SUBMIT SUCH DATA IN FORM | AND | DETAIL ACCEPTABLE | TO BUYER NOT | |||||
LATER THAN THIRTY (30) DAYS | FROM THE DATE OF THIS | PURCHASE | ||||||
ORDER. PENDING FINAL AGREEMENT | OF PRICE, | THE AMOUNT ALLOCATED | ||||||
TO THIS ORDER AND AVAILABLE | FOR | PAYMENT | IS $2,701,891.90 | |||||
BUYER: | EXPEDITOR: E003 | |||||||
|
||||||||
JULIE M. SCHNEIDEB BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
EMAIL: SCHNEIDJ@GDLS COM | PAGE | 1 OF | ||||
GENERAL | DYNAMICS | BLANKET ORDER | ||||
DATE: 06/26/2007 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: 003 |
UNLESS INCREASED BY BUYER IN WRITING. FINAL PRICE AGREEMENT WILL BE SET FORTH IN A PURCHASE ORDER CHANGE HERETO NO LATER THAN 180 DAYS FROM DATE HEREOF.
CONVERSION OF NOT TO EXCEED PRICE TO A FIRM FIXED PRICE AUTOMATICALLY CANCELS THIS CLAUSE.
SCHEDULE FOR DEFINITIZATION
SUBMISSION OF PRICE PROPOSAL | COMPLETE | |
AUDIT | 6/11/2007 | |
COMMENCE NEGOTIATIONS | 7/11/2007 | |
TARGET DATE FOR PRICE DEFINITIZATION | 8/11/2007 |
* * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
THIS ORDER HAS BEEN RELEASED AS A BLANKET PURCHASE ORDER. THE SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES THAT WILL CONFIRM THE SHIPPING SCHEDULE FOR THIS ORDER. ALL SHIPMENTS
AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL HAVE THE SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER,
EXCEPT IT WILL BE SEQUENTIALLY INCREASED BY ONE FOR EACH RELEASE, (IE: BLANKET P.O. NO.: PBAO20000; RELEASES; PBAO20001, PBAO20002, ETC.) {BPL} VALUE ENGINEERING INCENTIVE IN ACCORDANCE WITH FAR52.248 -1 (INSTANT CONTRACT SAVING ONLY) APPLIES. SELLER'S SHARE IS
PAYABLE TO SELLER PROMPTLY AFTER PAYMENT OF CREDIT BY THE
GOVERNMENT TO BUYER. {VE1}
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700). SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS ORDER. {POTEXT}
************************************************************************
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
||||||||
VerifiedJULIE M.at:SCHNEIDER3:22:16 PMBUYER:B003on: 4/11/2007 | by | Domino | Process | |||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 2 OF |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
GENERAL | DYNAMICS | BLANKET ORDER | ||||
. | ||||||
DATE: 06/26/2007 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: 003 |
SELLER SHALL MAKE NO CHANGE IN DESIGN, MATERIALS, MANUFACTURING LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER
BUYER'S ACCEPTANCE OF THE FIRST PRODUCTION TEST ITEM OR AFTER ACCEPTANCE OF THE FIRST COMPLETED END ITEM, WITHOUT THE WRITTEN APPROVAL OF THE BUYER.
FOR ELECTRICAL COMPONENTS:
|
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH ARE CLASSIFIED AS "PASSIVE COMPONENTS" SO LONG AS SUCH SUPPLY SOURCE CHANGES DO NOT AFFECT FORM, FIT, FUNCTION, QUALITY, RELIABILITY OR SAFETY OF THE END ITEM.
{NCG}
SCHEDULE ADJUSTMENT CLAUSE
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON DOCK NEED DATE. NOTIFICATION BY GDLS WILL BE RELEASED NO LATER THAN 60 DAYS PRIOR
TO THE DELIVERY DATE IMPACTED. | (SAC) | |
STATISTICAL METHODS AND STATISTICAL PROCESS CONTROL | ||
(SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO | ||
CONTROL THE MANUFACTURING PROCESS, CONTINUALLY | ||
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED WITH THE | ||
DELIVERABLE END PRODUCT. | ||
THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND | ||
SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE | ||
GDLS SUPPLIER INSTRUCTIONS QCS-83-7. | ||
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM SHOULD | ||
BE DIRECTED TO YOUR BUYER. | {SPC1} |
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR
NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, | LINE | ITEM | NUMBER, | PART | ||||||||
NUMBER, QUANTITY SHIPPED, | AND PRICE. | (PS2) | ||||||||||
ALL | COMMUNICATION CONCERNING | THIS P.O. SHOULD | ||||||||||
BE | DIRECTED TO THE UNDERSIGNED GDLS BUYER: |
************************************************************************
THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS LISTED ON GDLS
FORM 84-005-807, 0808 AND | 0809 IN EFFECT OF THE DATE OF THIS ORDER. | |||||||
TERMS AND CONDITIONS | CAN | BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML. | ||||||
(DTC3) | ||||||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|
||||||
JULIE M. SCHNEIDER | BUYER:B003 | |||||||
VerifiedP:586-825-8756at: 3:22:16F:586-268-7437PM on: 4/11/2007 by Domino | ProcessORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 3 OF | ||||||
GENERAL DYNAMICS | BLANKET ORDER |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
DATE: 06/26/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: | 003 |
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE (TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE REFLECTING THE MOST RECENT HARDWARE CONFIGURATION OR TDP
REQUIREMENTS.
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO FACILITATE SELLER'S EXECUTION OF THIS PURCHASE ORDER, IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A STATE DEPARTMENT EXPORT LICENSE WILL BE REQUESTED BY THE BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL DATA OUTSIDE OF THE USA.
SELLER HEREBY AGREES TO:
X | ||||||||||
FURTHERMORE, | TECHNICAL DATA WHICH MAY | BE ACQUIRED | OR GENERATED | |||||||
UNDER THIS | PURCHASE ORDER MAY REQUIRE | APPROPRIATE | AUTHORIZATION | |||||||
BUYER: | EXPEDITOR: E003 | |||||||||
SUPPLIER NO: 23230 | ||||||||||
|
|
|||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||||
P:586-825-8756 | F:586-268-7437 | ORDER | NO: PCL860000 | |||||||
VerifiedEMAIL: at:SCHNEIDJ@GDLS.3:22:16 PM COM on: 4/11/2007 by Domino | Process PAGE | 4 OF | ||||||||
GENERAL DYNAMICS | BLANKET ORDER |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
DATE: 06/26/2007 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: | 003 |
FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION
BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT RE-
EXPORT OR, IF IT IS A U.S. ENTITY, IT SHALL NOT DISCLOSE TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS
PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR-
IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY IS OBTAINED. {ELR}
BYRD AMENDMENT CLAUSE
THE UNDERSIGNED CERTIFIES, TO THE BEST OF HIS OR HER KNOWLEDGE AND BELIEF, THAT:
NO FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID OR WILL BE PAID,
BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR
INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE MAKING OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN, THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE
EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
IF ANY FUNDS OTHER THAN FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID, OR WILL BE PAID TO ANY PERSON FOR INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OF A MEMBER OF CONGRESS IN CONNECTION WITH THIS FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT, THE
UNDERSIGNED SHALL COMPLETE AND SUBMIT STANDARD FORM-LLL, "DISCLOSURE FORM TO REPORT LOBBYING," IN ACCORDANCE WITH ITS INSTRUCTIONS.
THE UNDERSIGNED SHALL REQUIRE THAT THE LANGUAGE OF THIS CERTIFICATION BE INCLUDED IN THE AWARD DOCUMENTS FOR ALL SUBAWARDS AT ALL TIERS (INCLUDING SUBCONTRACTS, SUBGRANTS, AND CONTRACTS UNDER GRANTS, LOANS, AND COOPERATIVE AGREEMENTS).
THIS CERTIFICATION IS A MATERIAL | REPRESENTATION | OF FACT UPON | ||||||
WHICH RELIANCE WAS PLACED | WHEN THIS TRANSACTION | WAS MADE OR | ||||||
ENTERED INTO. SUBMISSION | OF THIS | CERTIFICATION | IS A PRE- | |||||
|
|
|
||||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 5 OF | ||||||
Verified at: 3:22:16 PM on: 4/11/2007 | by Domino Process | |||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||
DATE: 06/26/2007 | ORDER NO: PCL860000 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
SUPPL.DATE: 06/26/2007 | SUPPL.NO: | 003 | ||
REQUISITE FOR MAKING OR | ENTERING INTO THIS TRANSACTION | |||
IMPOSED BY SECTION 1352, | TITLE 31, U.S. CODE. | (BAC) |
WOOD PACKAGING REQUIREMENTS (WPR)
ALL NON-MANUFACTURED CONIFEROUS WOOD (SOFT WOODS FROM CONIFEROUS TREES AND HARD WOODS FROM NON-CONIFEROUS TREES), SHALL BE TREATED TO INSURE THE WOOD IS BUG FREE. MATERIAL SHALL BE HEAT TREATED (HT) MATERIAL CERTIFIE.D BY AN ACCREDITED AGENCY AND RECOGNIZED B.Y THE
AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) AND MARKED WITH THE HT STAMP. HT LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES
C (CORE TEMERATURE) FOR 30 MINUTES AND MARKED WITH THE APPROPRIATE QUALITY MARK. THE MATERIAL MAY ALSO BE FUMIGATED (MB) WITH METHYL BROMIDE. THE ALSC APPROVED MARKINGS FOR BOXES AND CRATES SHALL BE PLACED ON BOTH ENDS OF THE OUTER PACKAGING BETWEEN THE END CLEATS OR END BATTENS IN AT LEAST ONE INCH HIGH LETTERS. MARKS MAY BE PLACED ABOVE REQUIRED MIL-STD-129 MARKINGS. INTERNAL
BLOCKING AND BRACING MUST COMPLY ALSO AND BE MARKED IF AT ALL POSSIBLE. FOR PRODUCT IMPORTED BY A DOMESTIC SUPPLIER FROM AN INTERNATIONAL SOURCE, IT IS THE SOLE RESPONSIBILITY OF THE DOMESTIC SOURCE TO INSURE THAT THIS STANDARD (ISPM 15) IS MET.
{WPR}
PROGRESS PAYMENTS IN ACCORDANCE WITH DFAR 232.501 -1 ARE
AUTHORIZED | FOR THE | CONTRACTS | AND QUANTITIES | LISTED | BELOW: | |||||
CONTRACT NO. | QUANTITY | |||||||||
GNOO1 | RKOO | 10 | ||||||||
G0006 | RNOO | 480 | ||||||||
G0006 | RPOO | 960 | ||||||||
G0006 | RST3 | 480 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. SCHNEIDER BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 6 OF | ||
GENERAL DYNAMICS | BLANKET ORDER | |||
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process | ||||
DATE: 06/26/2007 | ORDER NO: PCL860000 | |||
SUPPL.DATE: 06/26/2007 | SUPPL.NO: 003 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
AND | MATERIAL FINANCE. FAILURE TO SUBMIT | SCHEDULES PROMPTLY | ||||||||||||
OR SUBSTANTIAL | DEVIATIONS TO THE SCHEDULE, FOR ALL CONTRACTS | |||||||||||||
AND | QUANTITIES | LISTED ABOVE WILL DELAY PAYMENT. | ONLY THOSE | |||||||||||
QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS | PAYMENTS. | |||||||||||||
INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED | BY AN | |||||||||||||
SF1443 FOR EACH CONTRACT. | {PP4} | |||||||||||||
ITEM | QUANTITY | PART-DESCRIPTION | PRICE F | UM-REV. | EXT.PRICE | |||||||||
0001 | 2305 12548774 | $3499.86 | EA | $8067177.30 | ||||||||||
PERISCOPE ASSEMBLY | ||||||||||||||
TOTAL BLANKET LIMIT | $8,067,177.30 |
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH 0D1993-C021, 0D1995-L008 |
**
QUALITY REQUIREMENTS:
QY11.8 (5/21/98) |
FIRST PIECE INSPECTION
|
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB
ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON. (WEB)
QG5.2 | (04/18/00) | C = 0 SAMPLING PLAN | ||||||
QJ21.1 | (12/8/97) | INSPECTION DELEGATION | ||||||
QP93.0 | (5/1/90) | PACKING SLIP REQUIREMENT | ||||||
QP6.0 | (1/1/86) | ORDERING DATA SHEETS | ||||||
QK11.1 | (1/19/99) | PHY/TEST DATA-FILL IN | ||||||
MIL-STD-171 | ||||||||
QY2.9 | (09/26/01) | FAT-QCS-4 | ||||||
(205) | ||||||||
QY3.5 | (1/22/94) | C.T. - QCS-4A (TDP). | ||||||
QL31.0 | (12/4/87) | FUNCTIONAL TEST (FILL-IN) | ||||||
12548769 | ||||||||
QJ8 .1 | (1/18/88) | GOVERNMENT SELECTIVE EVALUATION | ||||||
QG2A.4 | (11/21/96) | (MIL-1-45208 ANSi/ISO | 9000) | |||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|
||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 7 OF | ||||||
GENERAL DYNAMICS | BLANKET ORDER | |||||||
VerifiedDATE: 06/26/2007at: 3:22:16 PM on: 4/11/2007 by Domino ProcessORDER | NO: PCL860000 | |||||||
SUPPL.DATE: | 06/26/2007 | SUPPL.NO: 003 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
QK9.1
|
(1/19/99)
|
QAP-CERT (FILL-IN)
|
4. | CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. |
(12548773) | |
CONTRACTS | ARE ASSIGNED | AS FOLLOWS: | ||||||
|
|
|||||||
ALIAS | SEGMENT | WBS | PRIORITY | RATING | ||||
G0006 | RNOO -- | |||||||
G0006 | RPOO | |||||||
G0006 | RST3 |
BUYER: | EXPEDITOR: E003 | |||||||||||
SUPPLIER NO: 23230 | ||||||||||||
|
|
|
||||||||||
JULIE | M. SCHNEIDER | BUYER:B003 | ||||||||||
P:586-825-8756 F:586-268-7437 | ORDER | NO: PCL860000 | ||||||||||
EMAIL: | SCHNEIDJ@GDLS | . COM | PAGE | 80F 8 | ||||||||
Verified | at: 3:22:16 | PM on: 4/11/2007 | by | Domino | Process |
Verified at: 7:45:49 AM on: 6/26/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINAL BLANKET PO ISSUE DATE - 04/09/07
************************************************************************ PART NUMBER : 12548774 DESCRIPTION: PERISCOPE ASSY
*********************************************************************** QUANTITY: 1930 PCS
************************************************************************ SUPPLEMENT 004 ISSUED 2-08-08 TO DEFINITIZE THIS CONTRACT. UPON AUDIT AND NEGOTIATIONS, THIS PURCHASE ORDER IS CHANGED FROM A NOT TO EXCEED ORDER, TO A FIRM FIXED PRICE. THE UNIT PRICE CHANGED FROM $3499.86 TO FFP OF $3378.13. THIS ALSO REMOVES NTE LANGUAGE ON THIS PURCHASE ORDER TEXT. THIS SUPPLEMENT ALSO REMOVES PROGRESS PAYMENT CLAUSE, AS VENDOR HAS ASKED NOT TO HAVE PROGRESS PAYMENTS ANY LONGER.
************************************************************************ SUPPLEMENT 003 ISSUED 6-26-07 TO INCREASE ORDER BY 358 PCS AT THE CURRENT UNIT PRICE. THESE ARE PART OF THE NTE AGREEMENT AND ARE SUBJECT TO DOWNWARD PRICE ADJUSTMENT.
************************************************************************ SUPPLEMENT 002 ISSUED 04/17/07 TO INCREASE ORDER BY 17 PCS AT CURRENT UNIT PRICE. REF SBO128225. THIS PRICE IS PART OF THE NTE ORDER AND IS SUBJECT TO DOWNWARD PRICE ADJUSMENT BASED ON AUDIT AND NEGOTIATIONS. ************************************************************************ SUPPLEMENT 001 ISSUED 4/11/07 CHANGES AUDIT AND NEGOTIATION SCHEDULE BELOW. PLEASE NOTE.
************************************************************************ ************************************************************************
THIS ORDER HAS BEEN RELEASED AS A BLANKET PURCHASE ORDER. THE SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES THAT WILL CONFIRM THE SHIPPING SCHEDULE FOR THIS ORDER. ALL SHIPMENTS AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL
Verified at: HAVE THE 3:22:16 SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER, PM on: 4/11/2007 by Domino Process
BUYER:
|
EXPEDITOR: E003
|
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 1 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 02/08/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: | 004 |
EXCEPT IT WILL BE SEQUENTIALLY INCREASED BY ONE FOR EACH RELEASE,(IE: BLANKET P.O. NO.: PBA020000; RELEASES; PBA020001, PBA020002, ETC.).
{BPL}
|
VALUE ENGINEERING INCENTIVE IN ACCORDANCE WITH FAR52.248 -1 (INSTANT CONTRACT SAVING ONLY) APPLIES. SELLER'S SHARE IS PAYABLE TO SELLER PROMPTLY AFTER PAYMENT OF CREDIT BY THE
GOVERNMENT TO BUYER. {VE1} * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
************************************************************************ PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700). SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS ORDER. {POTEXT} ************************************************************************
SELLER SHALL MAKE NO CHANGE IN DESIGN, MATERIALS, MANUFACTURING LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER BUYER'S ACCEPTANCE OF THE FIRST PRODUCTION TEST ITEM OR AFTER ACCEPTANCE OF THE FIRST COMPLETED END ITEM, WITHOUT THE WRITTEN APPROVAL OF THE BUYER.
FOR ELECTRICAL COMPONENTS:
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH ARE CLASSIFIED AS "PASSIVE COMPONENTS" SO LONG AS SUCH SUPPLY SOURCE CHANGES DO NOT AFFECT FORM, FIT, FUNCTION, QUALITY, RELIABILITY OR SAFETY OF THE END ITEM.
{NCG} | ||||
SCHEDULE ADJUSTMENT CLAUSE | ||||
-------------------------- | ||||
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT | ||||
TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) | ||||
WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON | DOCK NEED DATE. | |||
Verified NOTIFICATION at: 3:22:16 BY PM GDLS on: WILL 4/11/2007 BE RELEASED by Domino NO Process LATER | THAN 60 DAYS PRIOR | |||
TO THE DELIVERY DATE IMPACTED. | (SAC) |
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 2 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 02/08/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: | 004 |
STATISTICAL METHODS AND STATISTICAL PROCESS CONTROL | ||
(SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO | ||
CONTROL THE MANUFACTURING PROCESS, CONTINUALLY | ||
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED WITH THE | ||
DELIVERABLE END PRODUCT. | ||
THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND | ||
SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE | ||
GDLS SUPPLIER INSTRUCTIONS QCS-83-7. | ||
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM SHOULD | ||
BE DIRECTED TO YOUR BUYER. | {SPC1} |
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, LINE ITEM NUMBER, PART NUMBER, QUANTITY SHIPPED, AND PRICE. (PS2) ALL COMMUNICATION CONCERNING THIS P.O. SHOULD
BE DIRECTED TO THE UNDERSIGNED GDLS BUYER:
************************************************************************ THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS LISTED ON GDLS FORM 84-005-807, 0808 AND 0809 IN EFFECT OF THE DATE OF THIS ORDER. TERMS AND CONDITIONS CAN BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML.
(DTC3)
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE (TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE REFLECTING THE MOST RECENT HARDWARE CONFIGURATION OR TDP REQUIREMENTS.
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO FACILITATE SELLER'S EXECUTION OF THIS PURCHASE ORDER, IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A
Verified at: STATE DEPARTMENT 3:22:16 PM on: EXPORT LICENSE WILL BE REQUESTED BY THE 4/11/2007 by Domino Process BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE
APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT
AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 3 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 02/08/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: | 004 | ||
DATA OUTSIDE OF THE USA. |
SELLER HEREBY AGREES TO:
|
1. | LIMIT THE USE OF THE TECHNICAL DATA TO THE MANUFACTURE OF THE DEFENSE ARTICLES REQUIRED BY THE PURCHASE ORDER ONLY; AND |
2. | PROHIBIT THE DISCLOSURE OF THE TECHNICAL DATA TO ANY OTHER PERSON EXCEPT SUBCONTRACTORS WITHIN SELLER'S COUNTRY; AND |
3. | PROHIBIT THE ACQUISITION OF ANY RIGHTS IN THE TECHNICAL DATA BY ANY FOREIGN PERSON; AND |
4. | ASSURE THAT ANY SUBCONTRACTS ISSUED BY SELLER TO SUB CONTRACTORS WITHIN SELLER'S COUNTRY, IN ORDER TO FACILITATE |
SELLER'S EXECUTION OF THIS PURCHASE ORDER, INCLUDE ALL SIX (6) LIMITATIONS CONTAINED IN THIS CLAUSE; AND | |
5. | DESTROY OR RETURN TO BUYER ALL OF THE TECHNICAL DATA EXPORTED BY BUYER PURSUANT TO EXECUTION OF THE PURCHASE ORDER AND |
UPON FULFILLMENT OF ITS TERMS; AND | |
6. | ASSURE DELIVERY OF THE DEFENSE ARTICLES MANUFACTURED BY SELLER UNDER THE TERMS OF THIS PURCHASE ORDER ONLY TO BUYER |
IN THE U.S. OR TO AN AGENCY OF THE U.S. GOVERNMENT. | |
X
|
FURTHERMORE, TECHNICAL DATA WHICH MAY BE ACQUIRED OR GENERATED UNDER THIS PURCHASE ORDER MAY REQUIRE APPROPRIATE AUTHORIZATION FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT RE-EXPORT OR, IF IT IS A U.S. ENTITY, IT SHALL NOT DISCLOSE TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR- IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY IS OBTAINED.
{ELR}
BYRD AMENDMENT CLAUSE
|
THE UNDERSIGNED CERTIFIES, TO THE BEST OF HIS OR HER KNOWLEDGE AND BELIEF, THAT: Verified at: NO FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID OR WILL 3:22:16 PM on: 4/11/2007 by Domino Process BE PAID, BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR
INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE
OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE MAKING OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN,
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 4 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 02/08/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: | 004 |
THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
IF ANY FUNDS OTHER THAN FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID, OR WILL BE PAID TO ANY PERSON FOR INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OF A MEMBER OF CONGRESS IN CONNECTION WITH THIS FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT, THE UNDERSIGNED SHALL COMPLETE AND SUBMIT STANDARD FORM-LLL, "DISCLOSURE FORM TO REPORT LOBBYING," IN ACCORDANCE WITH ITS INSTRUCTIONS.
THE UNDERSIGNED SHALL REQUIRE THAT THE LANGUAGE OF THIS | ||||
CERTIFICATION BE INCLUDED IN THE AWARD DOCUMENTS FOR ALL | ||||
SUBAWARDS AT ALL TIERS (INCLUDING SUBCONTRACTS, SUBGRANTS, | ||||
AND CONTRACTS UNDER GRANTS, LOANS, AND COOPERATIVE | ||||
AGREEMENTS). | ||||
THIS CERTIFICATION IS A MATERIAL REPRESENTATION | OF FACT UPON | |||
WHICH RELIANCE WAS PLACED WHEN THIS TRANSACTION | WAS MADE OR | |||
ENTERED INTO. SUBMISSION OF THIS CERTIFICATION | IS A PRE- | |||
REQUISITE FOR MAKING OR ENTERING INTO THIS TRANSACTION | ||||
IMPOSED BY SECTION 1352, TITLE 31, U.S. CODE. | (BAC) |
***************************************************************
WOOD PACKAGING REQUIREMENTS (WPR)
ALL NON-MANUFACTURED CONIFEROUS WOOD (SOFT WOODS FROM CONIFEROUS TREES AND HARD WOODS FROM NON-CONIFEROUS TREES), SHALL BE TREATED
Verified TO INSURE THE at: 3:22:16 WOOD IS BUG FREE. PM on: 4/11/2007 by MATERIAL SHALL BE HEAT TREATED (HT) Domino Process MATERIAL CERTIFIED BY AN ACCREDITED AGENCY AND RECOGNIZED BY THE
AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) AND MARKED WITH THE HT
STAMP. HT LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES C (CORE TEMERATURE) FOR 30 MINUTES AND MARKED WITH THE APPROPRIATE QUALITY MARK. THE MATERIAL MAY ALSO BE FUMIGATED (MB) WITH
METHYL BROMIDE. THE ALSC APPROVED MARKINGS FOR BOXES AND CRATES SHALL BE PLACED ON BOTH ENDS OF THE OUTER PACKAGING BETWEEN
THE END CLEATS OR | END BATTENS IN AT LEAST ONE INCH HIGH LETTERS. | |||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|||||
JULIE M. ADAMSON | BUYER:B003 | |||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 5 OF | |||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 02/08/2008 | ORDER NO: | PCL860000 | ||||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: | 004 |
MARKS MAY BE PLACED ABOVE REQUIRED MIL-STD-129 MARKINGS. INTERNAL BLOCKING AND BRACING MUST COMPLY ALSO AND BE MARKED IF AT ALL POSSIBLE. FOR PRODUCT IMPORTED BY A DOMESTIC SUPPLIER FROM AN INTERNATIONAL SOURCE, IT IS THE SOLE RESPONSIBILITY OF THE DOMESTIC SOURCE TO INSURE THAT THIS STANDARD (ISPM 15) IS MET.
{WPR}
"FOR COMPLETE FREIGHT ROUTING INSTRUCTIONS PLEASE GO TO THE GENERAL DYNAMICS LAND SYSTEMS WEBSITE AT HTTP:\\WWW.GDLS.COM, CLICK ON PROCUREMENT, THEN CLICK ON TRANSPORTATION ROUTING INSTRUCTIONS/ROUTING GUIDE. IF YOU HAVE FREIGHT ROUTING QUESTIONS, PLEASE FORWARD THEM TO 'TRAFFIC@GDLS.COM'." {RTE}
ITEM QUANTITY PART-DESCRIPTION | PRICE F | UM-REV. | ||
EXT.PRICE | ||||
0001 2305 12548774 | $3499.86 | EA | ||
$8067177.30 | ||||
PERISCOPE ASSEMBLY |
TOTAL BLANKET LIMIT
|
$7,786,589.65
|
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH OD1993-C021, OD1995-L008 ** QUALITY REQUIREMENTS: |
QY11.8
|
(5/21/98)
|
FIRST PIECE INSPECTION
|
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON.
(WEB)
Verified | at: 3:22:16 | PM on: 4/11/2007 by Domino Process | ||||
QG5.2 | (04/18/00) | C = O SAMPLING PLAN | ||||
QJ21.1 | (12/8/97) | INSPECTION DELEGATION |
QP93.0 | (5/1/90) | PACKING SLIP REQUIREMENT | ||||
QP6.0 | (1/1/86) | ORDERING DATA SHEETS | ||||
QK11.1 | (1/19/99) | PHY/TEST DATA-FILL IN | ||||
MIL-STD-171 | ||||||
QY2.9 | (09/26/01) | FAT-QCS-4 | ||||
(205) | ||||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 6 OF | |||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 02/08/2008 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: | 02/08/2008 | SUPPL.NO: 004 | ||||
QY3.5 | (1/22/94) | C.T. - QCS-4A (TDP) | ||||
QL31.0 | (12/4/87) | FUNCTIONAL TEST (FILL-IN) | ||||
12548769 | ||||||
QJ8.1 | (1/18/88) | GOVERNMENT SELECTIVE EVALUATION | ||||
QG2A.4 | (11/21/96) | (MIL-1-45208 ANS1/ISO 9000) | ||||
QK9.1 | (1/19/99) | QAP-CERT (FILL-IN) |
4. | CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. |
(12548773) | |
CONTRACTS ARE ASSIGNED AS FOLLOWS:
|
ALIAS | SEGMENT | WBS | PRIORITY RATING | |||||
G0006 | RN00 | -- | --- | --------------- | ||||
G0006 | RP00 | |||||||
G0006 | RST3 |
THE APPROXIMATE | FORECASTED QUANTITY OF PARTS TO BE RELEASED | |||||||||
Verified | at: PER 3:22:16 YEAR IS PM 1927 on: | 4/11/2007 PIECES STARTING by Domino JANUARY Process 2008. | ||||||||
------ | ---- | -------- | ------- |
THESE RELEASES WILL BE SUBJECT TO A 20% INCREASE OR DECREASE IN QUANTITY.
----------
|
RELEASES WILL BE GENERATED AND MAILED APPROXIMATELY 4 WEEKS PRIOR TO "DUE ON DOCK" DATES. THESE DATES MAY SHOW SOME VARIATION DUE TO SCRAP RATE, RETURNS, MANUFACTURING SCHEDULE CHANGES ETC.
SUPPLIERS MUST BE PREPARED TO | SUPPORT GDLS DELIVERY REQUIRE- | |||
MENTS WITH AS LITTLE AS SEVEN | (7) DAYS NOTICE. | {TQR} | ||
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 7 OF 7 | |||
*~*~*~*~*~*~*~*~*~* |
Verified at: 8:45:35 AM on: 2/8/2008 by Domino Process
*~*~*~*~*~*~*~*~*~*
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINAL BLANKET PO ISSUE DATE - 04/09/07
************************************************************************ PART NUMBER : 12548774 DESCRIPTION: PERISCOPE ASSY
*********************************************************************** QUANTITY: 1930 PCS
************************************************************************ SUPPLEMENT 005 ISSUED TO MODIFY THE LANGUAGE WRITTEN IN SUPPLEMENT 004. SEE CHANGES BELOW.
************************************************************************ SUPPLEMENT 004 ISSUED 2-08-08 TO DEFINITIZE THIS CONTRACT. UPON AUDIT AND NEGOTIATIONS, THIS PURCHASE ORDER IS CHANGED FROM A NOT TO EXCEED ORDER, TO A FIRM FIXED PRICE. THE UNIT PRICE CHANGED FROM $3499.86 TO FFP OF $3378.13. THIS ALSO REMOVES NTE LANGUAGE ON THIS PURCHASE ORDER TEXT. THIS SUPPLEMENT ALSO REMOVES PROGRESS PAYMENT CLAUSE, AS ASKED FOR BY THE VENDOR AND MUTUALLY AGREED UPON BY GDLS.
************************************************************************ SUPPLEMENT 003 ISSUED 6-26-07 TO INCREASE ORDER BY 358 PCS AT THE CURRENT UNIT PRICE. THESE ARE PART OF THE NTE AGREEMENT AND ARE SUBJECT TO DOWNWARD PRICE ADJUSTMENT.
************************************************************************ SUPPLEMENT 002 ISSUED 04/17/07 TO INCREASE ORDER BY 17 PCS AT CURRENT UNIT PRICE. REF SBO128225. THIS PRICE IS PART OF THE NTE ORDER AND IS SUBJECT TO DOWNWARD PRICE ADJUSMENT BASED ON AUDIT AND NEGOTIATIONS. ************************************************************************ SUPPLEMENT 001 ISSUED 4/11/07 CHANGES AUDIT AND NEGOTIATION SCHEDULE BELOW. PLEASE NOTE.
************************************************************************ ************************************************************************
THIS ORDER HAS BEEN RELEASED AS A BLANKET PURCHASE ORDER.
THE SUPPLIER WILL RECEIVE SUBSEQUENT RELEASES | THAT WILL | |
Verified at: CONFIRM 3:22:16 THE PM SHIPPING on: 4/11/2007 SCHEDULE by Domino FOR THIS Process ORDER. | ALL SHIPMENTS | |
BUYER: | EXPEDITOR: E003 |
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 1 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 03/20/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: | 005 |
AGAINST THESE RELEASES MUST MEET THE REQUIREMENTS SPECIFIED IN THE BLANKET PURCHASE ORDER. SUBSEQUENT RELEASES WILL HAVE THE SAME ORDER NUMBER AS THE BLANKET PURCHASE ORDER, EXCEPT IT WILL BE SEQUENTIALLY INCREASED BY ONE FOR EACH RELEASE,(IE: BLANKET P.O. NO.: PBA020000; RELEASES; PBA020001, PBA020002, ETC.).
{BPL}
|
VALUE ENGINEERING INCENTIVE IN ACCORDANCE WITH FAR52.248 -1 (INSTANT CONTRACT SAVING ONLY) APPLIES. SELLER'S SHARE IS PAYABLE TO SELLER PROMPTLY AFTER PAYMENT OF CREDIT BY THE
GOVERNMENT TO BUYER. {VE1} * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
************************************************************************ PURCHASER AGREES TO PURCHASE AND SELLER AGREES TO FURNISH THE SUPPLIES OR SERVICES DESCRIBED BELOW IN ACCORDANCE WITH THE TERMS AND CONDITIONS ON THE FACE HEREOF.
THIS IS A RATED ORDER FOR NATIONAL DEFENSE USE, AND YOU ARE REQUIRED TO FOLLOW ALL THE PROVISIONS OF THE DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM REGULATION (15 CFR PART 700). SUPPLIER IS REQUIRED TO PLACE RATED ORDERS WITH SUB-TIER SUPPLIERS FOR ITEMS NEEDED TO FILL THIS ORDER. {POTEXT} ************************************************************************
SELLER SHALL MAKE NO CHANGE IN DESIGN, MATERIALS, MANUFACTURING LOCATION, MANUFACTURING PROCESSES, OR SOURCES OF SUPPLY, AFTER BUYER'S ACCEPTANCE OF THE FIRST PRODUCTION TEST ITEM OR AFTER ACCEPTANCE OF THE FIRST COMPLETED END ITEM, WITHOUT THE WRITTEN APPROVAL OF THE BUYER.
FOR ELECTRICAL COMPONENTS:
THE APPROVAL OF THE BUYER WILL NOT BE REQUIRED FOR THE SELLER TO MAKE CHANGES IN THE SOURCE OF SUPPLY OF COMPONENT PARTS WHICH ARE CLASSIFIED AS "PASSIVE COMPONENTS" SO LONG AS SUCH SUPPLY SOURCE CHANGES DO NOT AFFECT FORM, FIT, FUNCTION, QUALITY, RELIABILITY OR SAFETY OF THE END ITEM.
{NCG}
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 2 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 03/20/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: | 005 |
SCHEDULE ADJUSTMENT CLAUSE | ||||
-------------------------- | ||||
GENERAL DYNAMICS LAND SYSTEMS DIVISION (GDLS) RESERVES THE RIGHT | ||||
TO ADJUST EACH DELIVERY SCHEDULE DATE IN OR OUT BY UP TO FOUR (4) | ||||
WEEKS (30 CALENDAR DAYS) FROM THE SCHEDULED ON DOCK NEED DATE. | ||||
NOTIFICATION BY GDLS WILL BE RELEASED NO | LATER THAN 60 DAYS PRIOR | |||
TO THE DELIVERY DATE IMPACTED. | (SAC) | |||
STATISTICAL METHODS AND STATISTICAL | PROCESS CONTROL | |||
(SPC) IS MANDATORY FOR UTILIZATION BY THE SUPPLIER TO | ||||
CONTROL THE MANUFACTURING PROCESS, CONTINUALLY | ||||
IMPROVE QUALITY, AND REDUCE COSTS ASSOCIATED WITH THE | ||||
DELIVERABLE END PRODUCT. | ||||
THE REQUIREMENTS FOR A PROCEDURE, CONTROL PLAN, AND | ||||
SUPPLIER CERTIFICATION SHALL BE IN ACCORDANCE WITH THE | ||||
GDLS SUPPLIER INSTRUCTIONS QCS-83-7. | ||||
ANY QUESTIONS REGARDING THE GDLS SPC PROGRAM SHOULD | ||||
BE DIRECTED TO YOUR BUYER. | {SPC1} |
VENDOR TO INVOICE EACH LINE ITEM EXACTLY AS SHOWN ON PURCHASE ORDER/RELEASE TO INSURE PROMPT PAYMENT. INVOICE MUST SHOW VENDOR NAME, PURCHASE ORDER NUMBER/RELEASE NUMBER, LINE ITEM NUMBER, PART NUMBER, QUANTITY SHIPPED, AND PRICE. (PS2) ALL COMMUNICATION CONCERNING THIS P.O. SHOULD
BE DIRECTED TO THE UNDERSIGNED GDLS BUYER:
************************************************************************ THIS ORDER IS SUBJECT TO THE TERMS AND CONDITIONS LISTED ON GDLS FORM 84-005-807, 0808 AND 0809 IN EFFECT OF THE DATE OF THIS ORDER. TERMS AND CONDITIONS CAN BE FOUND AT WWW.GDLS.COM/PROCUREMENT/HTML.
(DTC3)
THE UNIT PRICE SHALL BE ADJUSTED EITHER UPWARD OR DOWNWARD AS REQUIRED AS THE RESULT OF ANY ENIGINEERING CHANGE OR ANY ACTION AFFECTING HARDWARE CONFIGURATION AND/OR TECHNICAL DATA PACKAGE (TDP) REQUIREMENTS. ALL PRICES THAT SHALL APPLY WILL BE THOSE REFLECTING THE MOST RECENT HARDWARE CONFIGURATION OR TDP
REQUIREMENTS.
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
TECHNICAL DATA FURNISHED BY BUYER TO SELLER, IN ORDER TO
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 3 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 03/20/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: | 005 |
FACILITATE SELLER'S EXECUTION OF THIS PURCHASE ORDER, IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR) SECTION 124.13. IF TECHNICAL DATA IS TO BE EXPORTED, A STATE DEPARTMENT EXPORT LICENSE WILL BE REQUESTED BY THE BUYER/GDLS CONTRACTS DEPARTMENT. WHEN THIS IS RECEIVED, THE APPROPRIATE LICENSE WILL BE LODGED WITH THE CUSTOMS DEPARTMENT AND THE LICENSE # WILL BE FURNISHED TO YOU FOR INCLUSION ON THE PAPERWORK IN ORDER TO ALLOW FOR TRANSFERENCE OF TECHNICAL DATA OUTSIDE OF THE USA.
SELLER HEREBY AGREES TO:
|
1. | LIMIT THE USE OF THE TECHNICAL DATA TO THE MANUFACTURE OF THE DEFENSE ARTICLES REQUIRED BY THE PURCHASE ORDER ONLY; AND |
2. | PROHIBIT THE DISCLOSURE OF THE TECHNICAL DATA TO ANY OTHER PERSON EXCEPT SUBCONTRACTORS WITHIN SELLER'S COUNTRY; AND |
3. | PROHIBIT THE ACQUISITION OF ANY RIGHTS IN THE TECHNICAL DATA BY ANY FOREIGN PERSON; AND |
4. | ASSURE THAT ANY SUBCONTRACTS ISSUED BY SELLER TO SUB CONTRACTORS WITHIN SELLER'S COUNTRY, IN ORDER TO FACILITATE |
SELLER'S EXECUTION OF THIS PURCHASE ORDER, INCLUDE ALL SIX (6) LIMITATIONS CONTAINED IN THIS CLAUSE; AND | |
5. | DESTROY OR RETURN TO BUYER ALL OF THE TECHNICAL DATA EXPORTED BY BUYER PURSUANT TO EXECUTION OF THE PURCHASE ORDER AND |
UPON FULFILLMENT OF ITS TERMS; AND | |
6. | ASSURE DELIVERY OF THE DEFENSE ARTICLES MANUFACTURED BY SELLER UNDER THE TERMS OF THIS PURCHASE ORDER ONLY TO BUYER |
IN THE U.S. OR TO AN AGENCY OF THE U.S. GOVERNMENT. | |
X
|
FURTHERMORE, TECHNICAL DATA WHICH MAY BE ACQUIRED OR GENERATED UNDER THIS PURCHASE ORDER MAY REQUIRE APPROPRIATE AUTHORIZATION FROM THE DEPARTMENT OF STATE, OFFICE OF DEFENSE TRADE CONTROLS OR DEPARTMENT OF COMMERCE, OFFICE OF EXPORT ADMINISTRATION BEFORE IT IS RELEASED TO A FOREIGN PERSON. THEREFORE, SELLER UNDERSTANDS THAT, IF IT IS A FOREIGN ENTITY, IT SHALL NOT RE-EXPORT OR, IF IT IS A U.S. ENTITY, IT SHALL NOT DISCLOSE TO ANY FOREIGN PERSON, ANY TECHNICAL DATA ACQUIRED UNDER THIS PURCHASE ORDER UNTIL AFTER NOTIFYING BUYER AND WRITTEN AUTHOR- Verified at: IZATION FROM THE APPROPRIATE U.S. GOVERNMENT AGENCY IS OBTAINED. 3:22:16 PM on: 4/11/2007 by Domino Process {ELR}
BYRD AMENDMENT CLAUSE
THE UNDERSIGNED CERTIFIES, TO THE BEST OF HIS OR HER KNOWLEDGE AND BELIEF, THAT:
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 4 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 03/20/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: | 005 |
NO FEDERAL APPROPRIATED FUNDS HAVE BEEN PAID OR WILL BE PAID, BY OR ON BEHALF OF THE UNDERSIGNED, TO ANY PERSON FOR
INFLUENCING OR ATTEMPTING TO INFLUENCE AN OFFICER OR EMPLOYEE OF ANY AGENCY, A MEMBER OF CONGRESS, AN OFFICER OR EMPLOYEE OF CONGRESS, OR AN EMPLOYEE OR A MEMBER OF CONGRESS IN CONNECTION WITH THE AWARDING OF ANY FEDERAL CONTRACT, THE MAKING OF ANY FEDERAL GRANT, THE MAKING OF ANY FEDERAL LOAN, THE ENTERING INTO OF ANY COOPERATIVE AGREEMENT, AND THE EXTENSION, CONTINUATION, RENEWAL, AMENDMENT, OR MODIFICATION OF ANY FEDERAL CONTRACT, GRANT, LOAN, OR COOPERATIVE AGREEMENT.
***************************************************************
WOOD PACKAGING REQUIREMENTS (WPR)
ALL NON-MANUFACTURED CONIFEROUS WOOD (SOFT WOODS FROM CONIFEROUS TREES AND HARD WOODS FROM NON-CONIFEROUS TREES), SHALL BE TREATED TO INSURE THE WOOD IS BUG FREE. MATERIAL SHALL BE HEAT TREATED (HT)
BUYER: | EXPEDITOR: E003 | |||
SUPPLIER NO: 23230 | ||||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860000 | ||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 5 OF | |||
GENERAL DYNAMICS | BLANKET ORDER | |||
DATE: 03/20/2008 | ORDER NO: | PCL860000 | ||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: | 005 |
MATERIAL CERTIFIED BY AN ACCREDITED AGENCY AND RECOGNIZED BY THE AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) AND MARKED WITH THE HT STAMP. HT LUMBER IS LUMBER THAT HAS BEEN HEATED TO 56 DEGREES C (CORE TEMERATURE) FOR 30 MINUTES AND MARKED WITH THE APPROPRIATE QUALITY MARK. THE MATERIAL MAY ALSO BE FUMIGATED (MB) WITH METHYL BROMIDE. THE ALSC APPROVED MARKINGS FOR BOXES AND CRATES SHALL BE PLACED ON BOTH ENDS OF THE OUTER PACKAGING BETWEEN THE END CLEATS OR END BATTENS IN AT LEAST ONE INCH HIGH LETTERS. MARKS MAY BE PLACED ABOVE REQUIRED MIL-STD-129 MARKINGS. INTERNAL BLOCKING AND BRACING MUST COMPLY ALSO AND BE MARKED IF AT ALL POSSIBLE. FOR PRODUCT IMPORTED BY A DOMESTIC SUPPLIER FROM AN INTERNATIONAL SOURCE, IT IS THE SOLE RESPONSIBILITY OF THE DOMESTIC SOURCE TO INSURE THAT THIS STANDARD (ISPM 15) IS MET.
{WPR}
"FOR COMPLETE FREIGHT ROUTING INSTRUCTIONS PLEASE GO TO THE GENERAL DYNAMICS LAND SYSTEMS WEBSITE AT HTTP:\\WWW.GDLS.COM, CLICK ON PROCUREMENT, THEN CLICK ON TRANSPORTATION ROUTING INSTRUCTIONS/ROUTING GUIDE. IF YOU HAVE FREIGHT ROUTING QUESTIONS, PLEASE FORWARD THEM TO 'TRAFFIC@GDLS.COM'." {RTE}
ITEM QUANTITY PART-DESCRIPTION | PRICE F | UM-REV. | ||
EXT.PRICE | ||||
0001 2305 12548774 | $3378.13 | EA | ||
$7786589.65 | ||||
PERISCOPE ASSEMBLY |
TOTAL BLANKET LIMIT
|
$7,786,589.65
|
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/26/04 WITH OD1993-C021, OD1995-L008 |
Verified ** QUALITY REQUIREMENTS: at: 3:22:16 PM on: 4/11/2007 by Domino Process QY11.8 (5/21/98) FIRST PIECE INSPECTION
THE DETAIL LANGUAGE FOR THE QUALITY REQUIREMENTS CAN BE FOUND IN THE GENERAL DYNAMICS WEBSITE ON THE WORLD WIDE WEB ADDRESS HTTP://WWW.GDLS.COM UNDER THE PROCUREMENT BUTTON.
(WEB)
QG5.2 | (04/18/00) | C = O SAMPLING PLAN | ||||
QJ21.1 | (12/8/97) | INSPECTION DELEGATION | ||||
QP93.0 | (5/1/90) | PACKING SLIP REQUIREMENT | ||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 6 OF | |||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 03/20/2008 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: | 03/20/2008 | SUPPL.NO: 005 | ||||
QP6.0 | (1/1/86) | ORDERING DATA SHEETS | ||||
QK11.1 | (1/19/99) | PHY/TEST DATA-FILL IN | ||||
MIL-STD-171 | ||||||
QY2.9 | (09/26/01) | FAT-QCS-4 | ||||
(205) | ||||||
QY3.5 | (1/22/94) | C.T. - QCS-4A (TDP) | ||||
QL31.0 | (12/4/87) | FUNCTIONAL TEST (FILL-IN) | ||||
12548769 | ||||||
QJ8.1 | (1/18/88) | GOVERNMENT SELECTIVE EVALUATION | ||||
QG2A.4 | (11/21/96) | (MIL-1-45208 ANS1/ISO 9000) | ||||
QK9.1 | (1/19/99) | QAP-CERT (FILL-IN) |
4. | CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. |
(12548773) | |
CONTRACTS ARE ASSIGNED AS | FOLLOWS: | |||||||||||
ALIAS | SEGMENT | WBS | PRIORITY RATING | |||||||||
G0006 | RN00 -- | --- | --------------- | |||||||||
G0006 | RP00 | |||||||||||
Verified | at: | 3:22:16 | G0006 PM on: | 4/11/2007 RST3 | by Domino | Process |
THE APPROXIMATE FORECASTED QUANTITY OF PARTS TO BE RELEASED
PER YEAR IS 1927 PIECES STARTING JANUARY 2008.
------
----
--------
-------
THESE RELEASES WILL BE SUBJECT TO A 20% INCREASE OR DECREASE IN QUANTITY.
---------- | ||||||
BUYER: | EXPEDITOR: E003 | |||||
SUPPLIER NO: 23230 | ||||||
|
|
|||||
JULIE M. ADAMSON | BUYER:B003 | |||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860000 | |||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE | 7 OF | ||||
GENERAL DYNAMICS | BLANKET ORDER | |||||
DATE: 03/20/2008 | ORDER NO: PCL860000 | |||||
SUPPL.DATE: 03/20/2008 | SUPPL.NO: 005 | |||||
RELEASES WILL | BE GENERATED AND MAILED APPROXIMATELY 4 WEEKS | |||||
PRIOR TO "DUE | ON DOCK" DATES. THESE DATES MAY SHOW SOME | |||||
VARIATION DUE | TO SCRAP RATE, RETURNS, MANUFACTURING | SCHEDULE | ||||
CHANGES ETC. | ||||||
SUPPLIERS MUST BE PREPARED TO SUPPORT GDLS DELIVERY | REQUIRE- | |||||
MENTS WITH AS LITTLE AS SEVEN (7) DAYS NOTICE. | {TQR} |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
EMAIL: SCHNEIDJ@GDLS.COM | PAGE | 1 OF | ||||||
GENERAL | DYNAMICS | RELEASE | TO BLANKET ORDER | |||||
DATE: 04/09/2007 | ORDER NO: PCL860001 | |||||||
|
|
|
|
|||||
ACCOUNTS: | ORGANIZATION | ACCOUNT | CENTER | |||||
DIV | 79500 | 2313 | ||||||
TOTAL P.O. VALUE | $6,754,729.80 | |||||||
************************************************ | ||||||||
BLANKET AMOUNT | REMAINING | $0.00 |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINATOR: JULIE M ADAMSON | NUMBER: 9726800650 | |||||
MESSAGE: B003 PCL860001 | ||||||
GENERAL DYNAMICS | RELEASE TO BLANKET | |||||
ORDER | ||||||
DATE: 04/30/2008 | ORDER NO: PCL860001 | |||||
SUPPL.DATE: 04/30/2008 | SUPPL.NO: 004 | |||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||
1420 PRESIDENTIAL DRIVE | ||||||
RICHARDSON TX 75081 | LAND SYSTEMS DIVISION | |||||
LIMA FACILITY | ||||||
1161 BUCKEYE RD | ||||||
LIMA OH 45804-1815 | ||||||
SUPPLIER NO: 23230 | CATEGORY: S N | INVOICE TO: | GENERAL DYNAMICS | |||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||
F.O.B.: RICHARDSON TX | ACCOUNTING DEPARTMENT | |||||
TERMS: NET 30 DAYS | 1161 BUCKEYE ROAD | |||||
LIMA OH 45804-1815 |
SUPPLEMENT 001 ISSUED 6-26-07 TO INCREASE RELEASE QTY BY 301 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************ SUPPLEMENT 002 ISSUED 9-6-07 TO MODIFY DELIVERY SCHEDULE TO HELP MEET PRODUCTION REQUIERMENTS.
************************************************************************ SUPPLMENT 003 ISSUED 04-30-08 TO INCREASE RELEASE QTY BY 1937 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************
ITEM QUANTITY PART-DESCRIPTION | PRICE F | UM-REV. | ||||||||
EXT.PRICE | ||||||||||
0001 | 4168 12548774 | $3378.13 | EA | |||||||
$14080045.84 | ||||||||||
PERISCOPE ASSEMBLY | ||||||||||
SUPPLEMENT | 001 TO THIS RELEASE CHANGES THE UNIT PRICE FROM | 3499.86 EA | ||||||||
TO THE NEGOTIATED PRICE OF 3378.13 | EACH. THIS IS NO LONGER | AN NTE ORDER, | ||||||||
IT HAS BEEN CHANGED TO FFP. | ||||||||||
DELIVERY SCHEDULE: | CONTRACT: | |||||||||
DATE | ORIG PROM | QUANTITY | ALIAS | SEG WBS | ||||||
01/18/2008 | 25 | G0006 | RN00 | |||||||
01/25/2008 | 25 | G0006 | RN00 | |||||||
02/01/2008 | 23 | G0006 | RL00 | |||||||
02/01/2008 | 22 | G0006 | RN00 | |||||||
02/08/2008 | 5 | G0006 | RL00 | |||||||
02/08/2008 | 3 | 2G0009 | SK73 | |||||||
02/08/2008 | 32 | G0006 | RST3 | |||||||
02/15/2008 | 40 | G0006 | RST3 | |||||||
02/22/2008 | 25 | G0006 | RST3 | |||||||
Verified 02/29/2008 at: 3:22:16 PM on: 4/11/2007 40 by Domino G0006 Process | RST3 | |||||||||
03/07/2008 | 40 | G0006 | RST3 | |||||||
03/14/2008 | 40 | G0006 | RST3 |
03/21/2008 | 40 | G0006 | RST3 | |||||
BUYER: | EXPEDITOR: E003 | |||||||
|
|
|||||||
JULIE M. ADAMSON BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860001 | |||||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 1 OF | |||||||
GENERAL DYNAMICS | RELEASE TO BLANKET | |||||||
ORDER | ||||||||
DATE: 04/30/2008 | ORDER NO: PCL860001 | |||||||
SUPPL.DATE: 04/30/2008 | SUPPL.NO: 004 | |||||||
03/28/2008 | 36 | G0006 | RN00 | |||||
03/28/2008 | 3 | 2G0009 | SK73 | |||||
03/28/2008 | 40 | G0006 | RST3 | |||||
04/05/2008 | 40 | G0006 | RN00 | |||||
04/05/2008 | 15 | G0006 | RST3 | |||||
04/08/2008 | 29 | 2G0009 | SK73 | |||||
04/12/2008 | 50 | G0006 | RN00 | |||||
04/12/2008 | 30 | 2G0009 | SK73 | |||||
04/19/2008 | 80 | G0006 | RN00 | |||||
04/26/2008 | 80 | G0006 | RN00 | |||||
05/03/2008 | 50 | G0006 | RN00 | |||||
05/03/2008 | 30 | 2G0009 | SK73 | |||||
05/10/2008 | 50 | G0006 | RN00 | |||||
05/10/2008 | 30 | 2G0009 | SK73 | |||||
05/17/2008 | 22 | G0006 | RN00 | |||||
05/17/2008 | 58 | G0006 | RST3 | |||||
05/24/2008 | 50 | 7G0001 | FB01 | |||||
05/24/2008 | 18 | 2G0009 | SK73 | |||||
05/24/2008 | 12 | G0006 | RST3 | |||||
06/01/2008 | 68 | G0006 | RP00 | |||||
06/01/2008 | 12 | 2G0009 | SK73 | |||||
06/08/2008 | 80 | G0006 | RP00 | |||||
06/15/2008 | 58 | G0006 | RST3 | |||||
06/15/2008 | 22 | G0006 | RP00 | |||||
06/22/2008 | 20 | G0006 | RP00 | |||||
06/22/2008 | 60 | 2G0009 | SK73 | |||||
06/29/2008 | 80 | G0006 | RP00 | |||||
07/15/2008 | 20 | G0006 | RP00 | |||||
07/15/2008 | 60 | 2G0009 | SK73 | |||||
07/22/2008 | 40 | G0006 | RL00 | |||||
07/29/2008 | 22 | G0006 | RP00 | |||||
07/29/2008 | 18 | G0006 | RL00 | |||||
08/07/2008 | 40 | G0006 | RP00 | |||||
08/14/2008 | 40 | G0006 | RST3 | |||||
08/21/2008 | 40 | G0006 | RP00 | |||||
08/28/2008 | 40 | G0006 | RP00 | |||||
09/05/2008 | 40 | G0006 | RP00 | |||||
09/18/2008 | 40 | G0006 | RP00 | |||||
Verified 09/25/2008 at: 3:22:16 PM on: 4/11/2007 | 40 by Domino G0006 Process | RP00 | ||||||
10/02/2008 | 40 | G0006 | RP00 | |||||
10/09/2008 | 40 | G0006 | RP00 |
10/16/2008 | 40 | G0006 | RP00 | |||||
10/23/2008 | 40 | G0006 | RP00 | |||||
10/30/2008 | 40 | G0006 | RP00 | |||||
11/07/2008 | 40 | G0006 | RP00 | |||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|||||||
JULIE M. ADAMSON | BUYER:B003 | |||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860001 | |||||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 2 OF | |||||||
GENERAL DYNAMICS | RELEASE TO BLANKET | |||||||
ORDER | ||||||||
DATE: 04/30/2008 | ORDER NO: PCL860001 | |||||||
SUPPL.DATE: 04/30/2008 | SUPPL.NO: 004 | |||||||
11/14/2008 | 28 | G0006 | RP00 | |||||
11/21/2008 | 40 | G0006 | RP00 | |||||
12/21/2008 | 62 | G0006 | RST3 | |||||
02/20/2009 | 56 | G0006 | RP00 | |||||
03/20/2009 | 35 | G0006 | RQ00 | |||||
04/20/2009 | 72 | G0006 | RQ00 | |||||
05/20/2009 | 64 | G0006 | RQ00 | |||||
06/20/2009 | 64 | G0006 | RQ00 | |||||
07/20/2009 | 64 | G0006 | RQ00 | |||||
08/20/2009 | 24 | G0006 | RQ00 | |||||
08/20/2009 | 56 | G0006 | RT00 | |||||
09/20/2009 | 75 | G0006 | RT00 | |||||
10/20/2009 | 75 | G0006 | RT00 | |||||
11/20/2009 | 75 | G0006 | RT00 | |||||
12/20/2009 | 75 | G0006 | RT00 | |||||
01/20/2010 | 75 | G0006 | RT00 | |||||
02/20/2010 | 100 | G0006 | RT00 | |||||
03/20/2010 | 100 | G0006 | RT00 | |||||
04/20/2010 | 89 | G0006 | RT00 | |||||
04/20/2010 | 11 | G0006 | RU00 | |||||
05/20/2010 | 120 | G0006 | RV00 | |||||
05/20/2010 | 53 | G0006 | RU00 | |||||
06/20/2010 | 176 | G0006 | RV00 | |||||
07/20/2010 | 176 | G0006 | RV00 | |||||
08/20/2010 | 80 | G0006 | RV00 | |||||
09/20/2010 | 80 | G0006 | RV00 | |||||
10/20/2010 | 80 | G0006 | RV00 |
PRIORITY | ACCUMULATIVE | |||||||||||
CONTRACT | SEG | RATING | QUANTITY | |||||||||
W56HZV-06-G-0006 | RL00 | DOA4 | 86.000 | |||||||||
W56HZV-06-G-0006 | RN00 | NONE | 480.000 | |||||||||
W56HZV-06-G-0006 | RP00 | NONE | 916.000 | |||||||||
W56HZV-06-G-0006 | RQ00 | DOA4 | 323.000 | |||||||||
W56HZV-06-G-0006 | RST3 | DOA4 | 542.000 | |||||||||
Verified W56HZV-06-G-0006 at: 3:22:16 PM | on: | 4/11/2007 | by | RT00 Domino Process DOA4 | 720.000 | |||||||
W56HZV-06-G-0006 | RU00 | DOA4 | 64.000 | |||||||||
W56HZV-06-G-0006 | RV00 | DAO4 | 712.000 |
DAAE20-02-G-0009 | SK73 | DXA5 | 275.000 | |||||
W52H09-07-G-0001 | FB01 | DOA5 | 50.000 | |||||
ACCOUNTS: | ORGANIZATION | ACCOUNT | CENTER | |||||
DIV | 79500 | 2313 | ||||||
TOTAL P.O. VALUE | ||||||||
$14,080,045.84 | ||||||||
BUYER: | EXPEDITOR: E003 | |||||||
SUPPLIER NO: 23230 | ||||||||
|
|
|||||||
JULIE M. ADAMSON | BUYER:B003 | |||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860001 | |||||||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 3 OF | |||||||
GENERAL DYNAMICS | RELEASE TO BLANKET | |||||||
ORDER | ||||||||
DATE: 04/30/2008 | ORDER NO: PCL860001 | |||||||
SUPPL.DATE: 04/30/2008 | SUPPL.NO: 004 |
************************************************
BLANKET AMOUNT REMAINING
$0.00
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
BUYER: | EXPEDITOR: E003 | |
SUPPLIER NO: 23230 | ||
|
||
JULIE M. ADAMSON BUYER:B003 | ||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860001 | |
EMAIL: ADAMSONJ@GDLS.COM | PAGE 4 OF 4 | |
*~*~*~*~*~*~*~*~*~* | ||
Verified at: 4:58:06 PM on: 4/30/2008 | by Domino Process | |
*~*~*~*~*~*~*~*~*~* |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Bill to: | 1161 Buckeye Road | PO Creation Date: 09-JUL-2008 | ||||
Lima, OH 45804-1815 | Revision Date: 25-JUL-2008 | |||||
United States | PO Status: APPROVED | |||||
Payment Terms: | NET30 | |||||
PO Currency: | USD | Freight Terms: FCA SP | ||||
This PO is subject to ERS/Pay on Receipt | Freight Carrier: REFER TO GDLS ROUTING GUI | |||||
Total PO Value: 12,296,393.20 | ||||||
PO Award Code: 2A | ||||||
PO Description: | Converted PO ETP-C088 PCL860001 | |||||
|
|
|
|
|||
SUPPLIER | BUYER | PLANNER | ||||
Company: | Optex Systems Inc Site: | MARY DONOHUE | ||||
RICHARDSON | Phone: 586/825-4060 | Phone: | ||||
Address: | 1420 Presidential Drive | Email: donohuem@gdls.com | Email: | |||
Richardson, TX | ||||||
United States | ||||||
Attn: | VCN 23230 - OPTEX SY | |||||
|
|
|
|
ORACLE REVISION 1 ISSUED 7/25/08 TO ADD PROGRESS PAYMENTS CLAUSE BACK ONTO THE ORDER PER VENDOR REQUEST. **********************************************************************************************
SUPPLEMENT 001 ISSUED 6-26-07 TO INCREASE RELEASE QTY BY 301 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************
SUPPLEMENT 002 ISSUED 9-6-07 TO MODIFY DELIVERY SCHEDULE TO HELP MEET PRODUCTION REQUIERMENTS.
************************************************************************
SUPPLMENT 003 ISSUED 04-30-08 TO INCREASE RELEASE QTY BY 1937 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************
SUPPLEMENT 004 ISSUED 05-12-08 TO MODIFY DELIVERY SCHEDULE TO HELP VENDOR MEET SCHEDULE.
************************************************************************
PROGRESS PAYMENTS IN ACCORDANCE WITH DFAR 232.501 -1 ARE AUTHORIZED FOR THE CONTRACTS AND QUANTITIES LISTED BELOW:
CONTRACT NO. | QUANTITY | |
------------------------ | ---------------- | |
G0006 RP00 | 552 | |
G0006 RQ00 | 323 | |
G0006 RT00 | 720 | |
G0006 RU00 | 64 | |
G0006 RV00 | 712 | |
G0006 RST3 | 74 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT AND MATERIAL FINANCE. FAILURE TO SUBMIT SCHEDULES PROMPTLY OR SUBSTANTIAL DEVIATIONS TO THE SCHEDULE, FOR ALL CONTRACTS AND QUANTITIES LISTED ABOVE WILL DELAY PAYMENT. ONLY THOSE QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS PAYMENTS. INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED BY AN SF1443 FOR EACH CONTRACT.
NOTE TO
LINE PART REV DESCRIPTION UoM QA CLAUSE / ITEM TEXT CONTRACT MSDS STATUS SUPPLIER
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
10 | 20 | 0 | 3378.13 | 67,562.60 | 22-JUN-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 10: Qty 20, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
11 | 60 | 0 | 3378.13 | 202,687.80 | 22-JUN-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 11: Qty 60, Project ABRAMS 2006 PROD BOA, Task SEP UPGRADE QTY 260, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
12 | 105 | 0 | 3378.13 | 354,703.65 | 14-JUL-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 12: Qty 105, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
13 | 80 | 0 | 3378.13 | 270,250.40 | 29-JUN-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 13: Qty 80, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
14 | 50 | 0 | 3378.13 | 168,906.50 | 18-JUL-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 14: Qty 50, Project ABRAMS 2006 PROD BOA, Task MATERIAL AND TOUCH LABOR 240, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
15 | 20 | 0 | 3378.13 | 67,562.60 | 15-JUL-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 15: Qty 20, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
16 | 35 | 0 | 3378.13 | 118,234.55 | 15-JUL-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 16: Qty 35, Project ABRAMS SPARES BOA 2002, Task SEP SPARE PARTS, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | DAAE20-02-G-0009, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
17 | 30 | 0 | 3378.13 | 101,343.90 | 25-JUL-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
Verified at: SHIP TO 3:22:16 TEXT PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions.
MARY DONOHUE
1161 Buckeye Road | Distribution 24: Qty 58, Project ABRAMS 2006 PROD BOA, Task MATERIAL AND TOUCH LABOR 240, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
25 | 44 | 0 | 3378.13 | 148,637.72 | 14-AUG-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 25: Qty 44, Project ABRAMS 2006 PROD BOA, Task MATERIAL AND TOUCH LABOR 240, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
26 | 18 | 0 | 3378.13 | 60,806.34 | 22-AUG-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 26: Qty 18, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
27 | 40 | 0 | 3378.13 | 135,125.20 | 21-AUG-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 27: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
28 | 50 | 0 | 3378.13 | 168,906.50 | 29-AUG-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 28: Qty 50, Project ABRAM SPARES BOA 07-12, Task M1A2 SEP/HAB SPARES, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W52H09-07-G-0001, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
29 | 40 | 0 | 3378.13 | 135,125.20 | 28-AUG-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 29: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
30 | 18 | 0 | 3378.13 | 60,806.34 | 05-SEP-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 30: Qty 18, Project ABRAMS SPARES BOA 2002, Task SEP SPARE PARTS, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | DAAE20-02-G-0009, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
31 | 12 | 0 | 3378.13 | 40,537.56 | 05-SEP-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 31: Qty 12, Project ABRAMS 2006 PROD BOA, Task MATERIAL AND TOUCH LABOR 240, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
Verified at: | 3:22:16 | PM on: 4/11/2007 by Domino Process |
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
39 | 40 | 0 | 3378.13 | 135,125.20 | 23-OCT-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 39: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
40 | 40 | 0 | 3378.13 | 135,125.20 | 30-OCT-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 40: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
41 | 40 | 0 | 3378.13 | 135,125.20 | 07-NOV-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 41: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
42 | 28 | 0 | 3378.13 | 94,587.64 | 14-NOV-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 42: Qty 28, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
43 | 40 | 0 | 3378.13 | 135,125.20 | 21-NOV-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 43: Qty 40, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
44 | 62 | 0 | 3378.13 | 209,444.06 | 21-DEC-2008 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 44: Qty 62, Project ABRAMS 2006 PROD BOA, Task MATERIAL AND TOUCH LABOR 240, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
45 | 56 | 0 | 3378.13 | 189,175.28 | 20-FEB-2009 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 45: Qty 56, Project ABRAMS 2006 PROD BOA, Task VEHICLE PRODUCTION, Contract Number | |||||||||||||||||
Lima, OH | 45804-1815 | W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
46 | 35 | 0 | 3378.13 | 118,234.55 | 20-MAR-2009 | Open | ||||||||||||
|
|
|
|
|
|
|
|
Verified at: SHIP TO 3:22:16 TEXT PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions.
MARY DONOHUE
1161 Buckeye Road | Distribution 53: Qty 75, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
54 | 75 | 0 | 3378.13 | 253,359.75 | 20-OCT-2009 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 54: Qty 75, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
55 | 75 | 0 | 3378.13 | 253,359.75 | 20-NOV-2009 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 55: Qty 75, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
56 | 75 | 0 | 3378.13 | 253,359.75 | 20-DEC-2009 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 56: Qty 75, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
57 | 75 | 0 | 3378.13 | 253,359.75 | 20-JAN-2010 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 57: Qty 75, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
58 | 100 | 0 | 3378.13 | 337,813.00 | 20-FEB-2010 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 58: Qty 100, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
59 | 100 | 0 | 3378.13 | 337,813.00 | 20-MAR-2010 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 59: Qty 100, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | STATUS | ||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
60 | 89 | 0 | 3378.13 | 300,653.57 | 20-APR-2010 | Open | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land | ||||||||||||||||||
Systems Division | ||||||||||||||||||
1161 Buckeye Road | Distribution 60: Qty 89, Project ABRAMS 2006 PROD BOA, Task PRODUCTION ON SEP UPGRD 90, Contract | |||||||||||||||||
Lima, OH | 45804-1815 | Number W56HZV-06-G-0006, DPAS Rating | ||||||||||||||||
|
|
|
|
|
|
|
||||||||||||
Verified at: | 3:22:16 | PM on: 4/11/2007 by Domino Process |
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
68 | 80 | 0 | 3378.13 | 270,250.40 | 20-OCT-2010 | Open | ||||||||
|
|
|
|
|
|
|||||||||
SHIP TO | TEXT | |||||||||||||
|
|
|
|
|
|
|||||||||
General Dynamics Land | ||||||||||||||
Systems Division | ||||||||||||||
1161 Buckeye Road | Distribution 68: Qty 80, Project ABRAMS 2006 PROD BOA, Task SEP UPGRADE QTY 260, Contract Number | |||||||||||||
Lima, OH 45804-1815 | W56HZV-06-G-0006, DPAS Rating | |||||||||||||
United States | ||||||||||||||
|
|
|
|
|
|
|
End of Contract
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Ship To: | General Dynamics Land Systems | PO Creation Date: | 09-JUL-2008 15:08:23 | |||||
|
|
|||||||
Bill to: | General Dynamics Land Systems | Revision Date: | 24-MAR-2010 14:16:18 | |||||
PO Status: APPROVED | ||||||||
1161 Buckeye Road | Freight Terms: | FCA-Seller's Dock (Incoterms 2000) | ||||||
Lima, OH 45804-1815 | Freight Carrier: REFER TO GDLS ROUTING GUI | |||||||
United States | Total PO Value: 12,566,643.60 | |||||||
|
|
|||||||
Payment Terms: | NET30 | PO Award Code: 2A | ||||||
PO Currency: | USD | PO Description: Purchase Order | ||||||
|
|
|
|
|||||
SUPPLIER | BUYER | PLANNER | ||||||
Company: | Optex Systems Inc. | MARY DONOHUE | MARY DONOHUE | |||||
Supplier No.: | 503610 | Phone: 586/825-4060 | Phone: | |||||
Site: | 1420 Presidential Drive | Email: donohuem@gdls.com | Email: donohuem@gdls.com | |||||
Address: | Richardson, TX 75081 | |||||||
United States | ||||||||
Attn: Danny Schoening | ||||||||
|
|
|
|
|
.
****************
ORACLE REVISION 6 ISSUED 9/4/08 TO INCORPORATE GDMY3096 AT NO COST TO GDLS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
**************** *****************
ORACLE REVISION 7 ISSUED 9/15/08 TO CORRECT DRAWING INFORMATION. THIS CHANGE AT NO COST TO GDLS. IN ADDITION, A MATERIAL CHANGE NOTICE (MCN) IS ATTACHED FOR SUPPLIER RESPONSE TO GDMY3104. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
***************** *******************
ORACLE REVISION 8 ISSUED 2/24/09 TO ADJUST DELIVERY SCHEDULE TO REFLECT ACTUAL SHIPMENTS BY SUPPLIER. WAS: 56 PCS DUE 2/20/09. (48 PCS ALREADY REC'D LEAVING BALANCE OF 12). NOW: 86 PCS DUE 3/10/09. (ALLOWS FOR 39 PIECES IN-TRANSIT PLUS 3 PIECES SHIPPING 2/24/09). REFERENCE: EMAIL FROM M.DONOHUE TO D.SCHOENING 2/24/09).
****************** ********************
ORACLE REVISION 9 ISSUED 4/2/09 TO INCREASE PURCHASE ORDER QUANTITY BY 80 PIECES AT SAME UNIT COST. THIS QUANTITY ADDED AS LINE 2 FOR DELIVERY DURING THE MONTH OF APRIL 2009 AS AGREED TO WITH D.SCHOENING.
******************* ********************
ORACLE REVISION 10 ISSUED 4/3/09 TO PROVIDE SUPPLIER WITH MATERIAL CHANGE NOTICE MCN09154A, ENGINEERING CHANGES GDMY3188, GDLV4616, AND MARKED-UP DRAWING 12548774. THE DOCUMENTS ARE ATTACHED TO LINE 1. CHANGES WILL NOT BE INCORPORATED UNTIL SUPPLIER RESPONDS TO THIS MCN/CHANGES. THIS REVISION AT NO COST TO GDLS.
******************* *******************
ORACLE REVISION 11 ISSUED 4/23/09 TO MOVE DELIVERY TO RIGHT TO REFLECT SHIPMENT OF 50 PIECES BY SUPPLIER 5/23/09. THIS CHANGE AT NO COST.
***************** *****************
ORACLE REVISION 12 ISSUED 4/24/09 TO UPDATE DRAWING INFORMATION TO REFLECT RELEASE OF REV H DRAWING &
INCORPORATION OF ENGINEERING CHANGES/MCNs PREVIOUSLY SENT TO SUPPLIER. COPY OF DRAWING ATTACHED TO LINE 1. THIS CHANGE AT NO COST TO GDLS.
*************** ***************
ORACLE REVISION 13 ISSUED 5/14/09 TO MOVE DELIVERY DATE OUT ON LINE 1:47, 1:48 & 2:3 TO 5/22/09 AND MOVE 3 PIECES FROM LINE 1:49 TO 1:48. THIS REFLECTS THE 56 PIECE SHIPMENT FROM OPTEX 5/14/09.
************** ***************
ORACLE REVISION 14 ISSUED 5/18/09 TO SPLIT SHIP-TO LOCATION ON LINE 1:55. WAS 75 PIECES SHIP-TO LIM 11/20/09, NOW 56 PIECES SHIP-TO LIM 11/20/09 & 19 PIECES SHIP-TO AND (BLDG 136) 11/20/09. THIS CHANGE AT NO ADDITIONAL CHARGE TO GDLS.
***************
************ Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
ORACLE REVISION 15 ISSUED 5/21/09 TO MOVE DELIVERY IN ON JUNE 2009 SHIPMENT FROM SUPPLIER - WAS 6/20/09, NOW 6/5/09. PER SUPPLIER 5/20 - 40 PIECES READY TO SHIP. BALANCE OF 21 PIECES CAN BE ADJUSTED BACK OUT TO 6/20/09.
************ ***********
ORACLE REVISION 16 ISSUED 6/3/09 TO UPDATE DRAWING INFORMATION. REVISION H WAS RELEASED PER GDLV4616 WHICH IMPACTS FUTURE PROGRAMS/CONTRACTS ONLY. IT SHOULD NOT BE INCORPORATED IN THIS ORDER. DRAWING INFO CHANGED TO READ: REV G WITH OD1993-C021, OD1995-L008, WITH GDMY3096, GDMY3077, GDMY3188. THIS CHANGE AT NO COST TO GDLS.
*************** ******************
ORACLE REVISION 17 ISSUED 7/10/09 TO REVISE DELIVERY QUANTITIES MAY-JULY 2010. THE FOLLOWING QUANTITIES WERE MOVED OUT: MAY 2010 - 73 PCS TO NOV 2010, JUN 2010 - 76 PCS TO DEC 2010, JUL 2010 - 76 PCS TO JAN 2011. THESE CHANGES WERE REFERENCED IN BUYER'S EMAIL DATED 5/13/09.
***************** ********************
ORACLE REVISION 18 ISSUED 7/13/09 TO MOVE DELIVERY OF 3 PIECES FROM LIMA TO ANNISTON (AND-BLDG 136). THIS CHANGE MADE ON LINE 1, SHIPMENT 50.
******************* ****************
ORACLE REVISION 19 ISSUED 8/19/09 TO MOVE DELIVERY OF 14 PIECES FROM LINE 1/SHIP#54 TO LINE 1/SHIP#53. THIS CHANGE COVERS THE 40 PIECES SHIPPED BY SUPPLIER 8/12/09.
*************** *****************
ORACLE REVISION 20 ISSUED 9/23/09 TO MOVE DELIVERY IN BEGINNING WITH 10/20/10 DELIVERY (LINE 1/ SHIP#71). **************** ***************
ORACLE REVISION 21 ISSUED 9/28/09 TO MODIFY DELIVERY/QUANTITY ON LINE1/SHIP#54 & 55. MOVED 39 PIECES FROM SHIP#55 TO SHIP#54 TO REFLECT 50-PIECE SHIPMENT BY SUPPLIER ON 9/24/09.
*************** ***************
ORACLE REVISION 22 ISSUED 10/15/09 TO MODIFY DELIVERY/QUANTITY ON LINE1/SHIP#55 & 56. MOVED 14 PIECES FROM SHIP#56 TO SHIP#55 TO REFLECT 25-PIECE SHIPMENT BY SUPPLIER ON 10/14/09.
*************** **************
ORACLE REVISION ISSUED 10/30/09 TO MOVE DELIVERY OF 3 PIECES ON LINE 1/SHIP#51 FROM 8/31/09 TO 11/13/09. ************ ***************
ORACLE REVISION 24 ISSUED 11/17/09 TO MOVE DELIVERY OF 19 PIECES FROM 11/20/09 TO 11/30/09 TO REFLECT SHIPMENT BY SUPPLIER 11/16.
************* ***************
ORACLE REVISION 25 ISSUED 11/17/09 TO MOVE 14 PIECES FROM LINE 1/SHIP#58 TO LINE 1/SHIP#56. DELIVERY DATE ON LINE 1/SHIP#56 MOVED TO 11/30/09. THIS CHANGE REFLECTS 18-PIECE SHIPMENT BY SUPPLIER 11/16/09.
************** ************
ORACLE REVISION 26 ISSUED 11/23/09 TO REFLECT INCORPORATION OF THE FOLLOWING MATERIAL CHANGE
NOTICES(MCNs)/ENGINEERING CHANGES PREVIOUSLY SENT TO SUPPLIER. THE FOLLOWING MCN'S HAVE BEEN RETURNED/SIGNED BY SUPPLIER AND ARE INCORPORATED AT NO ADDITIONAL COST TO GDLS ON THIS ORDER: MCN(NO#)/GDMY3104 (NOR 12548771 & QAR), MCN(NO #)/GDMY3204 (NOR 12285860S), MCN08029/GDMY3114 (NOR 12285860S).
********** ************
ORACLE REVISION 27 ISSUED 11/30/09 TO MOVE DELIVERY DATE ON LINE 1/SHIP#57 FROM 11/30/09 TO 12/7/09. THIS CHANGE
REFLECTS SHIPMENT OF 19 PIECES BY SUPPLIER 11/16/09. PARTS ARE ON-DOCK IN ANNISTON-BLDG 136 WAITING TO BE RECEIVED IN ORACLE.
*********** ************
ORACLE REVISION 28 ISSUED 12/2/09 TO MOVE DELIVERY IN FROM 12/20/09 TO 12/15/09 TO REFLECT 38 PC SHIPMENT BY SUPPLIER 12/1/09.
************ ************
ORACLE REVISION 29 ISSUED 12/14/09 TO MOVE DELIVERY DATE ON LINE 1/SHIP#57 FROM 12/9/09 TO 12/18/09. THIS CHANGE REFLECTS SHIPMENT OF 19 PIECES BY SUPPLIER 11/16/09. Verified at: 3:22:16 PM on: 4/11/2007 by PARTS ARE STILL ON-DOCK IN ANNISTON-BLDG 136 WAITING TO BE Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
RECEIVED IN ORACLE. *********** ********************
ORACLE REVISION 30 ISSUED 12/15/09 TO ADJUST DELIVERY ON LINE 1 AS FOLLOWS: SHIP#69 WAS 80 DUE 10/20/10, NOW 80 DUE 10/1/10 SHIP#72 WAS 76 DUE 11/30/10, NOW 76 DUE 11/1/10 SHIP#73 WAS 76 DUE 11/30/10, NOW 76 DUE 11/15/10 THIS CHANGE AT NO ADDITIONAL CHARGE TO GDLS.
********************* ************
ORACLE REVISION 31 ISSUED 12/16/09 TO ADJUST QUANTITY/DELIVERY OF 14 PIECES AS FOLLOWS:
LINE 1/SHIP#58: WAS 61 PIECES DUE 12/15/09; NOW 75 PIECES DUE 12/23/09 (38 PIECES ALREADY RECEIVED) LINE 1/SHIP#59: WAS 75 PIECES DUE 1/20/10; NOW 61 PIECES DUE 1/20/10 THIS CHANGE REFLECTS SHIPMENT OF 37 PIECES BY SUPPLIER 12/15/09.
*********** ************
ORACLE REVISION 32 ISSUED 12/21/09 TO ADJUST DELIVERY DATES AS FOLLOWS: LINE 2/SHIP#3: 16 PCS DUE 5/22/09, MOVED TO DUE DATE 1/20/10
THESE 16 PCS ARE NOT LATE - LIMA CORRECTED AN OLD DUPLICATE RECEIPT OF 16 PCS 12/17/09, WHICH RE-OPENED A 16 PIECE REQUIREMENT ON THIS LINE.
LINE 1/SHIP#59: 61 PCS DUE 1/20/10, MOVED TO DUE DATE 1/4/10.
THIS CHANGE REFLECTS 38 PIECE SHIPMENT BY SUPPLIER 12/17/09. ONCE RECEIVED AT LIMA, THE DUE DATE ON BALANCE OF 23 PIECES DUE ON THIS SHIPMENT WILL BE MOVED BACK OUT TO 1/20/10.
************ **************
ORACLE REVISION 33 ISSUED 12/29/09 TO ADJUST DELIVERY ON 23 PIECES STILL DUE ON LINE #1/SHIP#59 FROM 1/4/10 TO 1/20/10. ************** *************** ORACLE REVISION 34 ISSUED 2/1/10 TO ADJUST DELIVERY AS FOLLOWS: LINE 2/SHIP#3 WAS 5 DUE 1/22/10, NOW 5 DUE 2/8/10. *************** ************ ORACLE REVISION ISSUED 3/4/10 TO MOVE DELY ON LINE 1/SHIP#61 IN 4 DAYS.
************ ********
ORACLE REVISION #36 ISSUED 3/8/10 TO MOVE DELY ON LINE 1/SHIP#61 BACK TO 3/22/10. ************ **************
ORACLE REVISION 38 ISSUED 3/24/10 TO MOVE 5 PIECES FROM LINE 1/SHIPMENT#61 TO LINE 1/SHIPMENT#62. ************ *******************
ORACLE REVISION 39 ISSUED 3/24/10 TO REDUCE PURCHASE ORDER QUANTITY BY 870 PIECES: LINE 1/SHIPMENT #62-#69 & #71-#73. THIS QUANTITY IS BEING MOVED TO A NEW PURCHASE ORDER AT SUPPLIER REQUEST (REFERENCE R.RUTHERFORD-DRAKE EMAIL DATED 3/11/10 & TELECON OF 3/15/10 WITH: R.RUTHERFORD-DRAKE, K.HAWKINS, J.BROWN, M.DONOHUE) DUE T0 PROGRESS PAYMENT/ORACLE/LIQUIDATION ISSUE. THE NEW PO IS BEING ISSUED AT THE SAME UNIT COST, SAME DELIVERIES, ETC. HOWEVER, THERE WILL BE NO PROGRESS PAYMENTS ON THE NEW ORDER. THIS CHANGE AT NO ADDITIONAL COST TO GDLS.
*****************
Purchase Order Revision 35, ONLY revises the ship to location from GDLS - Joint Sys Mfg Ctr - LIM to GDLS - Joint Sys Mfg Ctr - Menlo for all outstanding LIM shipments. Please view shipment section of purchase order to verify correct delivery address/location.
ORACLE REVISION 5 ISSUED 8/18/08 TO PROVIDE CORRECT CHANGE DOCUMENTATION FOR 8/12/08 MCN (GDMY3096). ******************************************************************************************** ORACLE REVISION 4 ISSUED 8/18/08 FOR INTERNAL CHANGE TO PROJECT INFO ONLY.
********************************************************************************************
ORACLE REVISION 3 ISSUED 8/12/08 TO PROVIDE CHANGE DOCUMENTATION. CHANGE WILL NOT BE INCORPORATED ON PURCHASE ORDER UNTIL RESPONSE IS RECEIVED FROM SUPPLIER.
********************************************************************************************
ORACLE REVISION 2 ISSUED 7/28/08 TO REFLECT RELEASE OF GDMY3104. COPY OF ENGINEERING CHANGE SENT TO SUPPLIER 7/28/08 VIA VENDOR FREE FORM.
*********************************************************************************************
ORACLE REVISION 1 ISSUED 7/25/08 TO ADD PROGRESS PAYMENTS CLAUSE BACK ONTO THE ORDER PER VENDOR REQUEST. **********************************************************************************************
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
SUPPLEMENT 001 ISSUED 6-26-07 TO INCREASE RELEASE QTY BY 301 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************
SUPPLEMENT 002 ISSUED 9-6-07 TO MODIFY DELIVERY SCHEDULE TO HELP MEET PRODUCTION REQUIERMENTS.
************************************************************************
SUPPLMENT 003 ISSUED 04-30-08 TO INCREASE RELEASE QTY BY 1937 PCS. PLEASE NOTE DELIVERY SCHEDULE AND QTY CHANGES.
************************************************************************
SUPPLEMENT 004 ISSUED 05-12-08 TO MODIFY DELIVERY SCHEDULE TO HELP VENDOR MEET SCHEDULE.
************************************************************************
PROGRESS PAYMENTS IN ACCORDANCE WITH DFAR 232.501 -1 ARE AUTHORIZED FOR THE CONTRACTS AND QUANTITIES LISTED BELOW:
CONTRACT NO. | QUANTITY | |
------------------------ | ---------------- | |
G0006 RP00 | 552 | |
G0006 RQ00 | 323 | |
G0006 RT00 | 720 | |
G0006 RU00 | 64 | |
G0006 RV00 | 712 | |
G0006 RST3 | 74 |
WITHIN 30 DAYS AFTER RECEIPT OF THIS ORDER, SELLER SHALL SUBMIT IN WRITING, A BILLING FORECAST SCHEDULE TO THE BUYER OF THE ESTIMATED PROGRESS BILLINGS FOR EACH CONTRACT, BY MONTH, FOR THE DURATION OF THE ORDER. ANY REVISIONS TO THE ORIGINAL SCHEDULE MUST HAVE THE APPROVAL OF GDLS PROCUREMENT AND MATERIAL FINANCE. FAILURE TO SUBMIT SCHEDULES PROMPTLY OR SUBSTANTIAL DEVIATIONS TO THE SCHEDULE, FOR ALL CONTRACTS AND QUANTITIES LISTED ABOVE WILL DELAY PAYMENT. ONLY THOSE QUANTITIES LISTED ABOVE ARE ELIGIBLE FOR PROGRESS PAYMENTS. INVOICES FOR PROGRESS PAYMENTS MUST BE SUPPORTED BY AN SF1443 FOR EACH CONTRACT.
LINE PART | REV | DESCRIPTION | QTY | UoM | PRICE | TOTAL | ||||||
|
|
|
|
|
|
|
||||||
1 12548774 | PERISCOPE ASSEMBLY | 3640 | Each | 3378.13000 | 12,296,393.20 | |||||||
|
|
|
|
|
|
|
||||||
CONTRACT | MSDS | NOTE TO SUPPLIER | LINE STATUS | |||||||||
|
|
|
|
|
|
|
||||||
QA CLAUSE / ITEM TEXT: | ||||||||||||
1. ADDITIONAL PROCUREMENT DATA: NONE | ||||||||||||
2. DRWG REV G, DATED 07/13/04 | ||||||||||||
WITH OD1993-C021, OD1995-L008 | ||||||||||||
WITH GDMY3096, GDMY3077, GDMY3188 | ||||||||||||
** QUALITY REQUIREMENTS: | ||||||||||||
QY11 | ||||||||||||
WEB | ||||||||||||
QG5 | ||||||||||||
QJ21 | ||||||||||||
QP93 | ||||||||||||
QP6 | ||||||||||||
QK11 | ||||||||||||
MIL-STD-171 | ||||||||||||
QY2 | ||||||||||||
(205) | ||||||||||||
QY3 | ||||||||||||
QL31 | ||||||||||||
12548769 | ||||||||||||
QJ8 | ||||||||||||
QG2A | ||||||||||||
QK9 Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process | ||||||||||||
|
|
|
|
|||||||||
Terms and Conditions | ||||||||||||
Please refer to the General Dynamics Land Systems website at | ||||||||||||
www.gdls.com for purchase order terms and conditions. | ||||||||||||
MARY DONOHUE | ||||||||||||
|
|
|
|
|
|
|
4. CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET.
(12548773)
SUPPLEMENT 001 TO THIS RELEASE CHANGES THE UNIT PRICE FROM 3499.86 EA TO THE NEGOTIATED PRICE OF 3378.13 EACH. THIS IS NO LONGER AN NTE ORDER,
IT HAS BEEN CHANGED TO FFP.
|
Lima, OH | 45801-3141 | Distribution 64: Qty 20, Project , Task , Contract Number , DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
01-NOV-2010 | ||||||||||||||||||
72 | 76 | 0 | 3378.13000 256,737.88 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 76, Project , Task , Contract Number , DPAS Rating DOA4 | |||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
15-NOV-2010 | ||||||||||||||||||
73 | 76 | 0 | 3378.13000 256,737.88 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
General Dynamics Land Systems | ||||||||||||||||||
C/O Menlo Logistics, Inc | ||||||||||||||||||
2050 N. Sugar Street | Distribution 1: Qty 76, Project , Task , Contract Number , DPAS Rating DOA4 | |||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
LINE PART | REV | DESCRIPTION | QTY | UoM | PRICE | TOTAL | ||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
2 12548774 | PERISCOPE | 80 | Each | 3378.13000 | 270,250.40 | |||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
CONTRACT | MSDS | NOTE TO SUPPLIER | LINE STATUS | |||||||||||||||
|
|
|
|
|
QA CLAUSE / ITEM TEXT:
|
1. | ADDITIONAL PROCUREMENT DATA: NONE |
2. | DRWG REV G, DATED 07/13/04 |
WITH OD1993-C021, OD1995-L008 WITH GDMY3096, GDMY3077, GDMY3188 ** QUALITY REQUIREMENTS: QY11 WEB
QG5 QJ21 QP93 QP6 QK11 MIL-STD-171 QY2 (205) QY3 QL31 12548769 QJ8 QG2A QK9 QP5 QP95
4. CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET.
(12548773)
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
10-APR-2009 | ||||||||||||||||||
1 | 15 | 0 | 3378.13000 | 50,671.95 | 12:00:00 | |||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
Verified General at: Dynamics 3:22:16 Land Systems PM on: 4/11/2007 by | Domino Process | |||||||||||||||||
|
|
|
|
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
C/O Menlo Logistics, Inc | Distribution 1: Qty 15, Project , Task , Contract Number , DPAS Rating DOA4 | |||||||||||||||||
2050 N. Sugar Street | ||||||||||||||||||
Lima, OH | 45801-3141 | |||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
17-APR-2009 | ||||||||||||||||||
2 | 15 | 0 | 3378.13000 50,671.95 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
General Dynamics Land Systems | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH | 45804-1815 | Distribution 1: Qty 15, Project , Task , Contract Number , DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
12-MAR-2010 | ||||||||||||||||||
3 | 25 | 20 | 3378.13000 84,453.25 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
General Dynamics Land Systems | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH | 45804-1815 | Distribution 1: Qty 25, Project , Task , Contract Number , DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
04-MAY-2009 | ||||||||||||||||||
4 | 25 | 0 | 3378.13000 84,453.25 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|
||||||||||
General Dynamics Land Systems | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH | 45804-1815 | Distribution 1: Qty 25, Project , Task , Contract Number , DPAS Rating DOA4 | ||||||||||||||||
United States | ||||||||||||||||||
|
|
|
|
|
|
|
|
|
End of Contract
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINATOR: JULIE M ADAMSON | NUMBER: 9726800650 | |||||||||
MESSAGE: B003 PCL860003 | ||||||||||
GENERAL DYNAMICS | RELEASE TO BLANKET | |||||||||
ORDER | ||||||||||
DATE: 02/08/2008 | ORDER NO: PCL860003 | |||||||||
SUPPL.DATE: 02/08/2008 | SUPPL.NO: 001 | |||||||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||||||
1420 PRESIDENTIAL DRIVE | ||||||||||
RICHARDSON TX 75081 | LAND SYSTEMS DIVISION | |||||||||
LIMA FACILITY | ||||||||||
1161 BUCKEYE RD | ||||||||||
LIMA OH 45804-1815 | ||||||||||
SUPPLIER NO: 23230 | CATEGORY: S N | INVOICE TO: GENERAL DYNAMICS | ||||||||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||||||
F.O.B.: RICHARDSON | TX | ACCOUNTING DEPARTMENT | ||||||||
TERMS: NET 30 DAYS | 1161 BUCKEYE ROAD | |||||||||
LIMA OH | 45804-1815 | |||||||||
ITEM QUANTITY | PART-DESCRIPTION | PRICE F | UM-REV. | |||||||
EXT.PRICE | ||||||||||
0001 | 2 12548774 | $3378.13 | EA | |||||||
$6756.26 | ||||||||||
PERISCOPE ASSEMBLY |
SUPPLEMENT 001 ISSUED 2-08-08 TO CHANGE UNIT PRICE FROM 3499.86 TO 3378.13 BASED ON NEGOTIATIONS. THIS IS NO LONGER AN NTE ORDER, IT HAS BEEN CHANGED TO FFP.
DELIVERY SCHEDULE: | CONTRACT: | |||||||||||||
DATE | ORIG PROM | QUANTITY | ALIAS | SEG | WBS | |||||||||
03/20/2009 | 1 | G0006 | RP00 | |||||||||||
03/20/2009 | 1 | GN001 | RK00 | |||||||||||
PRIORITY | ACCUMULATIVE | |||||||||||||
CONTRACT | SEG | RATING | QUANTITY | |||||||||||
DAAE07-01-G-N001 | RK00 | DXA4 | 1.000 | |||||||||||
W56HZV-06-G-0006 | RP00 | NONE | 1.000 |
ACCOUNTS: | ORGANIZATION | ACCOUNT | CENTER | |||
DIV | 79500 | 2313 | ||||
TOTAL P.O. VALUE | ||||||
$6,756.26 |
************************************************
BLANKET AMOUNT REMAINING
$0.00
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
BUYER: | EXPEDITOR: E003 | |||
|
||||
JULIE M. ADAMSON BUYER:B003 | ||||
P:586-825-8756 F:586-268-7437 | ORDER NO: PCL860003 | |||
EMAIL: ADAMSONJ@GDLS.COM | PAGE 1 OF 1 | |||
*~*~*~*~*~*~*~*~*~* | ||||
Verified at: 8:50:29 AM on: 2/8/2008 | by Domino Process | |||
*~*~*~*~*~*~*~*~*~* |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Ship To: | General Dynamics Land Systems | PO Creation Date: | 09-JUL-2008 15:08:50 | |||||
Division | Revision Date: | 24-FEB-2009 13:12:39 | ||||||
|
|
|||||||
Bill to: | General Dynamics Land Systems Division | PO Status: APPROVED | ||||||
1161 Buckeye Road | Freight Terms: FCA SP | |||||||
Freight Carrier: REFER TO GDLS ROUTING GUI | ||||||||
Lima, OH 45804-1815 | Total PO Value: 6,756.26 | |||||||
|
||||||||
United States | PO Award Code: 2A | |||||||
|
||||||||
Payment Terms: | NET30 | PO Description: | Converted PO ETP-C088 PCL860003 | |||||
PO Currency: | USD | |||||||
|
|
|
|
|
||||
SUPPLIER | BUYER | PLANNER | ||||||
Company: | Optex Systems Inc | MARY DONOHUE | ||||||
Supplier No.: | 503610 | Phone: 586/825-4060 | Phone: | |||||
Site: | RICHARDSON | Email: donohuem@gdls.com | Email: | |||||
Address: | 1420 Presidential Drive | |||||||
Richardson, TX 75081 | ||||||||
United States | ||||||||
Attn: VCN 23230 - OPTEX SY | ||||||||
|
|
|
|
|
****************
ORACLE REVISION 1 ISSUED 9/4/08 TO INCORPORATE GDMY3096 AT NO COST TO GDLS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
**************** *******************
ORACLE REVISION 2 ISSUED 9/15/08 TO CORRECT DRAWING INFORMATION. THIS CHANGE AT NO COST TO GDLS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
******************** *********************
ORACLE REVISION 3 ISSUED 2/24/09 TO MOVE DELIVERY OF 2 PIECES IN FROM 3/20/09 TO 3/10/09. PARTS SHIPPING FROM SUPPLIER 2/24/09. REFERENCE: EMAIL 2/24 FROM M.DONOHUE TO D.SCHOENING.
********************
4. CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS | ||||||||||||||||||
REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET. | ||||||||||||||||||
(12548773) | ||||||||||||||||||
SUPPLEMENT 001 ISSUED 2-08-08 TO CHANGE UNIT PRICE FROM 3499.86 TO | ||||||||||||||||||
3378.13 BASED ON NEGOTIATIONS. THIS IS NO LONGER AN NTE ORDER, IT HAS | ||||||||||||||||||
BEEN CHANGED TO FFP. | ||||||||||||||||||
|
||||||||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
10-MAR-2009 | ||||||||||||||||||
1 | 1 | 0 | 3378.13 3,378.13 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems Division | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH | 45804-1815 | Distribution 1: Qty 1, Project ABRAMS 2006 PROD BOA, Task RP00NONWBS, Contract | ||||||||||||||||
United States | Number W56HZV-06-G-0006, DPAS Rating DOA4 | |||||||||||||||||
|
|
|
|
|
|
|||||||||||||
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
10-MAR-2009 | ||||||||||||||||||
2 | 1 | 0 | 3378.13 3,378.13 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems Division | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH | 45804-1815 | Distribution 2: Qty 1, Project ABRAMS SPARES BOA 2002, Task SK73NONWBS, | ||||||||||||||||
United States | Contract Number DAAE20-02-G-0009, DPAS Rating DXA5 | |||||||||||||||||
|
|
|
|
|
|
End of Contract
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
ORIGINATOR: JULIE M SCHNEIDER | NUMBER: 9726800650 | |||||||||||||
MESSAGE: B003 PCL860004 | ||||||||||||||
GENERAL DYNAMICS | RELEASE TO BLANKET ORDER | |||||||||||||
DATE: | 04/18/2007 | ORDER NO: PCL8 60004 | ||||||||||||
TO: OPTEX SYSTEMS INC | SHIP TO: | GENERAL DYNAMICS | ||||||||||||
1420 PRESIDENTIAL DRIVE | ||||||||||||||
RICHARDSON TX | 75081 | LAND SYSTEMS DIVISION | ||||||||||||
LIMA FACILITY | ||||||||||||||
1161 BUCKEYE RD | ||||||||||||||
LIMA OH 45804-1815 | ||||||||||||||
SUPPLIER NO: 23230 | CATEGORY: S N | INVOICE TO: | GENERAL DYNAMICS | |||||||||||
SHIP VIA: TRUCK | CRC2A | LAND SYSTEMS DIVISION | ||||||||||||
F.O.B.: RICHARDSON TX | ACCOUNTING DEPARTMENT | |||||||||||||
TERMS: NET 30 DAYS | 1161 BUCKEYE ROAD | |||||||||||||
LIMA OH 45804-1815 | ||||||||||||||
ITEM | QUANTITY | PART-DESCRIPTION | PRICE F UM-REV. | EXT.PRICE | ||||||||||
0001 | 15 12548774 | $3499.86 | EA | $52497.90 | ||||||||||
PERISCOPE ASSEMBLY | ||||||||||||||
DELIVERY SCHEDULE: | CONTRACT: | |||||||||||||
DATE | ORIG PROM QUANTITY | ALIAS | SEG | WBS | ||||||||||
10/30/2007 | 15 | GNOO1 | RKOO | |||||||||||
PRIORITY | ACCUMULATIVE | |||||||||||||
CONTRACT | SEG | RATING | QUANTITY | |||||||||||
DAAE 07-01 -G-N 001 | RKOO | DXA4 | 15. 000 | |||||||||||
ACCOUNTS: | ORGAN I ZAT ION | ACCOUNT | CENTER | |||||||||||
DIV | 79500 | 2313 | ||||||||||||
TOTAL P.O. VALUE | $52,497.90 | |||||||||||||
************************************************ | ||||||||||||||
BLANKET AMOUNT REMAINING | $0.00 |
BUYER: | EXPEDITOR: | E003 | ||||||
|
||||||||
JULIE M. SCHNEIDER BUYER:B003 | ||||||||
P:586-825-8756 F:586-268-7437 | ORDER NO: | PCL860004 | ||||||
Verified at: 3:22:16 PM on: 4/11/2007 | by | Domino | Process |
EMAIL: | SCHNEIDJ@GDLS.COM | PAGE | 1 OF | |||||||||
Verified | at: 2:41:31 PM on: | 4/18/2007 | by | Domino | Process |
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Ship To: | General Dynamics Land Systems | PO Creation Date: | 09-JUL-2008 15:08:51 | |||||
Division | Revision Date: | 19-FEB-2009 07:42:08 | ||||||
|
|
|||||||
Bill to: | General Dynamics Land Systems Division | PO Status: APPROVED | ||||||
1161 Buckeye Road | Freight Terms: FCA SP | |||||||
Freight Carrier: REFER TO GDLS ROUTING GUI | ||||||||
Lima, OH 45804-1815 | Total PO Value: 50,671.95 | |||||||
|
||||||||
United States | PO Award Code: 2A | |||||||
|
||||||||
Payment Terms: | NET30 | PO Description: | Converted PO ETP-C088 PCL860004 | |||||
PO Currency: | USD | |||||||
|
|
|
|
|
||||
SUPPLIER | BUYER | PLANNER | ||||||
Company: | Optex Systems Inc | MARY DONOHUE | ||||||
Supplier No.: | 503610 | Phone: 586/825-4060 | Phone: | |||||
Site: | RICHARDSON | Email: donohuem@gdls.com | Email: | |||||
Address: | 1420 Presidential Drive | |||||||
Richardson, TX 75081 | ||||||||
United States | ||||||||
Attn: VCN 23230 - OPTEX SY | ||||||||
|
|
|
|
|
*******************
ORACLE REVISION 1 ISSUED 2/19/09 TO MOVE DELIVERY DATE OUT TO 3/2/09. GD RECEIVING ERROR IN JULY 2008 WAS REVERSED 2/18/09. ADJUSTED DELIVERY TO ALLOW SUPPLIER TO SHIP WITHOUT PENALTY. THIS CHANGE AT NO COST TO GDLS.
*******************
SUPPLEMENT 001 ISSUED 05-12-08 TO MODIFY DELIVERY SCHEDULE TO HELP VENDOR MEET SHIPMENTS.
SHIP | QTY | REC'D | PRICE | EXTENDED | TAX | NEED BY DATE | PROMISE DATE | HAZARDOUS MATERIAL | STATUS | |||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
02-MAR-2009 | ||||||||||||||||||
1 | 15 | 0 | 3378.13 50,671.95 | 12:00:00 | ||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
SHIP TO | TEXT | |||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||
General Dynamics Land Systems Division | ||||||||||||||||||
1161 Buckeye Road | ||||||||||||||||||
Lima, OH 45804-1815 | Distribution 1: Qty 15, Project ABRAMS SPARES BOA 2002, Task SK73NONWBS, | |||||||||||||||||
United States | Contract Number DAAE20-02-G-0009, DPAS Rating DXA5 | |||||||||||||||||
|
|
|
|
|
|
End of Contract
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
PRIORITY | ACCUMULATIVE | |||||||||
CONTRACT W56HZV- | SEG | RAT ING | QUANTITY | |||||||
06-G-0006 | BDMT | DOA4 | 57. 000 | |||||||
ACCOUNTS: | ORGANIZATION | ACCOUNT | CENTER | |||||||
DIV | 79500 | 6513 | ||||||||
|
|
|
|
|||||||
TOTAL | P.O. VALUE | $199,492.02 | ||||||||
************************************************ | ||||||||||
BLANKET | AMOUNT REMAINING | $0.00 | ||||||||
|
|
|
BUYER: | EXPEDITOR: | E003 | ||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||
Verified | at: | 3:22:16 | PM | on: | 4/11/2007 | by | Domino | Process |
JULIE M. SCHNEIDER BUYER:B003
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Ship To: | General Dynamics Land Systems | PO Creation Date: | 04-JUL-2008 12:57:17 | |||||
Commander | Revision Date: | 26-FEB-2009 11:09:14 | ||||||
|
|
|||||||
Bill to: | General Dynamics Land Systems Division | PO Status: APPROVED | ||||||
1161 Buckeye Road | Freight Terms: FCA SP | |||||||
Freight Carrier: REFER TO GDLS ROUTING GUI | ||||||||
Lima, OH 45804-1815 | Total PO Value: 405,375.60 | |||||||
|
||||||||
United States | PO Award Code: 2A | |||||||
|
||||||||
Payment Terms: | NET30 | PO Description: | Converted PO ETP-C088 PCL860005 | |||||
PO Currency: | USD | |||||||
|
|
|
|
|
||||
SUPPLIER | BUYER | PLANNER | ||||||
Company: | Optex Systems Inc | MARY DONOHUE | ||||||
Supplier No.: | 503610 | Phone: 586/825-4060 | Phone: | |||||
Site: | RICHARDSON | Email: donohuem@gdls.com | Email: | |||||
Address: | 1420 Presidential Drive | |||||||
Richardson, TX 75081 | ||||||||
United States | ||||||||
Attn: VCN 23230 - OPTEX SY | ||||||||
|
|
|
|
|
****************
ORACLE REVISION 2 ISSUED 9/4/08 TO INCORPORATE GDMY3096 AT NO COST TO GDLS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
**************** ********************
ORACLE REVISION 3 ISSUED 9/15/08 TO CORRECT DRAWING INFORMATION. THIS CHANGE AT NO COST TO GDLS. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
******************** ****************
ORACLE REVISION 4 ISSUED 2/12/09 FOR INTERNAL CHANGE ONLY. PROJECT/TRANSFER CODES WERE CHANGED ON SHIPMENT #3 - NO IMPACT TO SUPPLIER.
***************** ********************
ORACLE REVISION 5 ISSUED 2/26/09 TO MOVE 46 PIECES FROM ANNISTON(AND -BLDG 136) DELIVERY TO LIMA (MENLO PARK) DELIVERY. DELIVERY DATE FOR 46 PIECES IS 3/20/09.
*******************
ORACLE REVISION 1 ISSUED 7/28/08 TO REFLECT RELEASE OF GDMY3104. COPY OF ENGINEERING CHANGE SENT TO SUPPLIER 7/28/08 VIA VENDOR FREE FORM.
QJ21 QP93 QP6 QK11 MIL-STD-171 QY2 (205) QY3 QL31 12548769 QJ8 QG2A QK9
4. CHEMICAL AGENT RESISTIVE COATING (CARC) FINAL PROTECTIVE FINISH IS REQUIRED PER DRAWING 12344344 AS SPECIFIED ON PULLSHEET.
(12548773)
SUPPLEMENT 001 ISSUED 2-08-08 CHANGES THIS ORDER FROM NTE, TO FFP. BASED ON AUDIT AND NEGOTIATIONS, THE PRICE DECREASES FROM 3499.86 TO
3378.13.
|
SHIP TO | TEXT | |
|
|
|
General Dynamics Land Systems | ||
C/O Menlo Logistics, Inc | ||
2050 N. Sugar Street | Distribution 1: Qty 46, Project ABRAMS 2006 PROD BOA, Task RST3NONWBS, | |
Lima, OH 45801-3141 | Contract Number W56HZV-06-G-0006, DPAS Rating DOA4 | |
United States | ||
|
|
End of Contract
|
Verified at: 3:22:16 PM on: 4/11/2007 by Domino Process
Terms and Conditions
Please refer to the General Dynamics Land Systems website at www.gdls.com for purchase order terms and conditions. |
MARY DONOHUE
|
Optex Systems | TSP | Purchase Order: 9B16014 | Page lof 2 | |||||||||
mc: | ||||||||||||
1420 Presidential | Please fax signed copy of this Purchase Order Instructions to seller: | |||||||||||
Richardson, TX 75081 | 1. Purchase Order number and Purchase Order item number must appear on all | |||||||||||
to: Purchasing Dept. 972.234.3544 | shipping documents, quality certifications, invoices and packages. | |||||||||||
Phone: 972.644.0722 | description 2. Packing sheets in detail must accompany each container showing complete | |||||||||||
of the contents | ||||||||||||
Fax: | 972.234.3544 | 3. All correspondence relative hereto will be addressed to | ||||||||||
the attention of the signer hereof. | ||||||||||||
4. This order will be governed | by these instructions; any | |||||||||||
special conditions typed herein and other specifications, reports, | ||||||||||||
and documents duly referenced herein. | ||||||||||||
Attention: | Tootie Hardman | FOB: | ORIGIN | |||||||||
Order Date: | 6/3/2009 | |||||||||||
TSP Inc | DueDate: | 8/7/2009 | ||||||||||
2009 Glenn Parkway | Ship Via: | United Parcel Servio | ||||||||||
Batavia, OH 45103 | ||||||||||||
Phone: | 513-732-8900 | Terms: | Net 30 Days | |||||||||
Fax: | 513-732-6988 | Prime Contract #: | W56HZV-07-D-M112 | |||||||||
VMS Rating: | ||||||||||||
Buyer: | Peeples, Ronald E. | |||||||||||
Notes | ||||||||||||
All terms and conditions of original P0 apply | ||||||||||||
|
|
|
|
|
|
|||||||
Optex Systems is an equal opportunity employer | Continued over |
Optex Systems | TSP | Purchase Order: 9B16802 | Pagelof3 | |||||||
mc: | ||||||||||
1420 Presidential | ||||||||||
Richardson, TX 75081 | Please fax signed copy of this Purchase Order Instructions 1. Purchase Order to seller: number and Purchase Order item number must appear on all | |||||||||
to: Purchasing Dept. 972.234.3544 | shipping documents, quality certifications, invoices and packages. | |||||||||
2. Packing sheets in del:ail must accompany each container showing complete | ||||||||||
Phone: | 972.644.0722 | description of the contents | ||||||||
Fax: | 972.234.3544 | 3. All correspondence relative hereto will be addressed to | ||||||||
the attention of the signer hereof. | ||||||||||
4. This order will be governed | by these instructions; any | |||||||||
special conditions typed herein and other specifications, reports, | ||||||||||
and documents duly referenced herein. | ||||||||||
Attention: Tootie Hardman | FOB: | ORIGIN | ||||||||
Order Date: | 10/12/2009 | |||||||||
TSP Inc | DueDate: | 11/9/2009 | ||||||||
2009 Glenn Parkway | Ship Via: | United Parcel Servia | ||||||||
Batavia, OH 45103 | ||||||||||
Phone: | 513-732-8900 | Terms: | Net 30 Days | |||||||
Fax: | 513-732-6988 | Prime Contract #: | W56HZV-06-G-0006 | |||||||
DM5 Rating: | DOA4 | |||||||||
Buyer: | Peeples, Ronald E. | |||||||||
Notes | ||||||||||
OSI-10087 TERMS AND CONDITIONS APPLY | ||||||||||
|
|
|
|
|
||||||
Optex Systems is an equal opportunity employer | Continued over | |||||||||
|
Optex Systems | TSP mc: | Purchase Order: 9B16802 | Page2of3 | |||||||||||||||||
1 4)fl D | I | Please fax signed copy of this Purchase Order to | ||||||||||||||||||
Purchasing Dept. 972.234.3544 | InstructiOns to seller: | |||||||||||||||||||
Richardson, TX | 75081 | 1. Purchase Order number and Purchase Order item number must appear on all shipping | ||||||||||||||||||
documents, quality certifications, invoices and packages. | ||||||||||||||||||||
Phone: | 972.644.0722 | 2. Packing sheets in detail must accompany each container showing complete description of | ||||||||||||||||||
the contents | ||||||||||||||||||||
Fax: | 972.234.3544 | 3. All correspondence relative hereto will be addressed to the attention of the signer hereof. | ||||||||||||||||||
4. This order will be governed by these instructions; any special conditions | typed herein and | |||||||||||||||||||
other specifications, reports, and documents duly referenced herein. | ||||||||||||||||||||
|
|
|
|
|
|
|
|
|||||||||||||
1 | ||||||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|
||||||||||
Line Part ID | Rev | Part Description | U/M | Quantity | Unit Price | Extd Price | ||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
1 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | |||||||||||||||||
QC Codes: 3 | Due Date 111912009 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
2 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 12114I2009 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
3 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 111112010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
4 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 211 5I2010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
5 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 3I15I2010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
6 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 411 9I2010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
7 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 511712010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
8 | 12285078-2 | G | Window (Short Driver) | EA | 100.00 | 4.37000 | $437.00 | |||||||||||||
Supplier to fab -2 detail complete | to print per Drawing | No. 12285078 | Rev G, less paint per drawing | note 10. | ||||||||||||||||
QC Codes: 3 | Due Date 612112010 | SO No: | 2077-1/550400 | |||||||||||||||||
|
|
|
|
|
|
|
|
|
|
|||||||||||
Optex Systems is an equal opportunity employer | " Continued over | |||||||||||||||||||
|
Accepted By | Authorized By | OrderSub | Total: | ggci | ||||||
|
||||||||||
Vendor: | Optex: | Tax: | $0.00 | |||||||
Optex | Systems is an equal opportunity employer | Continued over |
Period
|
Rentable Square
|
Annual Rent Per
|
|
Monthly
Installment
|
||||||||||||||
from
|
through
|
Footage
|
Square Foot
|
Annual Rent
|
of Rent
|
|||||||||||||
January
|
July
31,
|
48,838 | $ | 0.00 | $ | 0.00 | $ | 0.00 | ||||||||||
1,2010
|
2010
|
|||||||||||||||||
August
|
July
31,
|
48,838 | $ | 4.70 | $ | 229,538.60 | $ | 19,128.22 | ||||||||||
1,
2010
|
2013
|
|||||||||||||||||
August
|
July
31,
|
48,838 | $ | 4.95 | $ | 241,748.10 | $ | 20,145.68 | ||||||||||
1,2013
|
2015
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
1
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
2
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
3
|
(a)
|
Section 4.2
of
the Lease is hereby deleted in its entirety, and the following is hereby
substituted therefor:
|
(b)
|
The
fourth
(4th
sentence of
Section 4.3
of
the Lease shall be and is hereby amended to delete the words “or Base
Year”;
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
4
|
(c)
|
The
last sentence of.
Section
4.5.2
of the Lease
shall be and is hereby deleted in its
entirety;
|
(d)
|
The
words “Base Year (Expenses)” and “Base Year (Taxes)” shall he and are
hereby deleted from the reference pages of the Lease and the words “(Base
Year)” shall be and are hereby deleted from the title of the “Reference
Page” of the Lease; and
|
(e)
|
All
other references in the Lease to “Base Year” or its equivalent shall he
and hereby are deleted in their
entirety.
|
|
(ii)
|
For
purposes of calculating Tenant’s Proportionate Share of Expenses and Taxes
for calendar year 2010 only, in no event shall the amount of Expenses and
Taxes for calendar year 2010 used in such calculation exceed $1.64 per
square foot.
|
(iii)
|
Section
4.7 of the Lease shall be and is hereby deleted in its entirety and
substituted in lieu thereof shall be the
following:
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
5
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
6
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
7
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
8
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
9
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
10
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
11
|
Mechanical
Company
|
C
Service Company
425
Ditlard St.
Grand
Prairie. Texas 75051
Drcct:
972.339.1201
Direct
Fax 972339.1662
|
Split
system #1:
|
||||
Condensing
unit: Carrier Model # 38BA008630 Serial # 5183678409
|
Age:
1983
|
Tonnage
7.5
|
||
Mr
handling unit: Carrier Model # 40RE008310 Serial # 4081G1
1820
|
Age:
1981
|
|||
1—4L5lOBelt 1-3Ox48x2fllter
|
||||
Need
to perform leak check and repair. Unit is low on charge.
Price
to perform leak eheck $300.00
|
||||
Cannot
price repairs due to not knowing the cxtent of the leaks at this
time.
|
||||
Split
system # 2:
|
||||
Condensing
unit: Lennox Model # 11529-653-16 Serial # 5895E66057
|
Age:
1995 .
|
Tonnage
5
|
||
Air
Handling unit: Carrier Model # 40Q8060300 Serial # Z301997
|
Age:
1983
|
|||
Unit
does not use a belt. 1—20125 xl fdter
|
||||
No
problems listed with this unit at this time.
|
||||
Split
System #3:
|
||||
Condensing
Unit: Carrier Model # 38AE016600 Serial # 1393774
|
Age:
1983
|
Tonnage 15
|
||
Air
handling unit: Carrier Model # 40RE015610 Serial # 4283G76
|
Age:
1983
|
|||
2—AXSSbelts 1—3ox60x2fflter
|
||||
Need
to perform leak cbeck and repair. Unit is low on charge.
|
||||
Price.
toperformieak check: $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
|
|
Split
System #4:
|
||||
Condensing
Unit: Carrier Model # 38AE01 6600 Serial # W393039
|
Age:
1983
|
Tonnage
15
|
||
Air
Handling unit: Carrier Model # 4RE015610 Serial # 4283076
|
Age:
1983
|
|||
2—AX55belts 1—30x60x2fllter
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Need
to replace the condenser fan motor contactors.
|
||||
Need
to replace the compressor contactor. -
|
||||
Need
to replace the wire to the condenser fan motors.
|
||||
Price
to .perform’leak-checlc $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
||||
Price
to make other repairs to this unit: $550.00
|
||||
Split
System # 5:
|
||||
Condensing
unit: Goodman Model # CK6O-4C Serial # 9811452207
|
Age:
1998
|
Tonnage
5
|
||
Air
Handling unit: Carrier Model # 40QB060300 Serial # Z301994
|
Age:
1983
|
|||
Unit
does not use a belt. 1—20 x 25 x I filter
|
||||
Unit
has an inline dud heater that is operating properly.
|
||||
Unit
needs the thermostat replaced it is not operating
properly.
|
||||
Unit
has low airflow problem due to dirty evaporator coil..
|
||||
Price
to-make’repairs.to this unit: $620.00
|
||||
Split
System #6:
|
||||
Condensing
unit: Carrier Model # 38BA008630 Serial # 5183078
|
Age:
1983
|
Tonnage
7.5
|
||
Air
Handling unit: Carrier Model # 40RE008310 Serial # 40810
|
Age:
1981
|
|||
I
—AX48 belt 1—3014812 Filter
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Need
to replace the filter drier and the sight glass.
|
||||
Price
to perform leak check: $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
||||
Price
to -replace filter drier and sight glass: $385.00
|
||||
Split
System #7:
|
||||
Condensing
unit: Carrier Model # 38AR501261 1 Serial # 3303G30009
|
Age:
2003
|
Tonnage
10
|
||
Air
Handling unit: Carrier Model # N/A Serial # N/A
|
Age:
N/A
|
|||
1 —
ASS bell No filter in unit
|
||||
No
thermostat needs new one.
|
||||
Compressor
is grounded needs new one.
|
||||
Drain
pan needs to be replaced.
|
||||
Price
for repairs to-this unit: $9,000.00
|
|
|
Split
System #8:
|
||||
Condensing
Unit: Carrier Model # 38AD024620 Serial # Z393657
|
Age:
1983
|
Tonnage
20
|
||
Mr
Handling unit: Carrier Model # 40RR024530 Serial # Y392614
|
Age:
1983
|
|||
2—A43bclts 6-20x25x2flltcrs
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Replace
the discharge valve gasket.
Clean
the condenser coil.
|
||||
Secure
the thermostat wire to the refrigerant lines.
|
||||
Price
:twpedornv leak dieclg ‘$300;OP
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this time.
Price4.inak&otliàjrnii:t&thii.unitiS425:00
|
||||
Split
System #9:
|
||||
Condensing
unit: Carrier Model # 38AD024620 Serial # 2393666
|
Age:
1983
|
Tonnage
20
|
||
Air
Handling unit: Carrier Model# 40RR024530 Serial # Y392615
|
Age:
1983
|
|||
2—AX43belts 4—l6x2ox2flltcrsaud4—2ox2ox2filters
|
||||
Need
to replace the blower pulley and the belts.
|
||||
Need
to replace the blower wheel, shaft, pulley and bearings.
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Need
to clean the evaporator coil and the condenser coil.
|
||||
Priceto
perforrnleakcheck: ‘$300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
||||
Priceto
make’ôtlier repairs to thWunit: $1675.00
|
||||
Split
System # 10:
|
||||
Condensing
unit: Carrier Model # 388A008630 Serial # 5183G78376
|
Age:
1983
|
Tonnage
7.5
|
||
Mr
Handling unit: Carrier Model # 40RE008310 Serial # 4181 GI
1862
|
Age:
1981
|
|||
1—A48belt
1-4Sx3Oxlfilier
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Price
toperformleak check: $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
|
|
Split
System # 11:
|
||||
Condensing
unit: Carrier Model # 38AD028630 Serial # Y394217
|
Age:
1983
|
Tonnage
25
|
||
Air
Handling unit: Carrier Model # 40RR028000 Serial # X392352
|
Age:
1983
|
|||
2—
BX85 belts Filter N/A
|
||||
Unit
has an electric duct heater and it is operating normal.
|
||||
Evaporator
coil needs to be replaced.
|
||||
Need
to replace the return ductwork
|
||||
Need
to clean the condenser coil.
Unit
is shut off at disconnect.
|
||||
Price
to pethrm repairs to this unit: $12,500.O0
|
||||
Price
to.replace airbandler: $18,500.00
|
||||
Split
System #12:
|
||||
Condensing
unit: N/A Model # H1DA060S464 Serial # ECBM076544
|
Age:
N/A
|
Tonnage
5
|
||
Air
Handling unit: Goodman Model # A60-10 Serial # 9311005095
|
Age:
1993
|
|||
Unit
does not have a belt. 1 —20 x 25 i I
filter
|
||||
Unit
has an electric duct heater that is operating normal.
|
||||
No
problems with this unit at this lime.
|
||||
Split
System #13:
|
||||
Condensing
unit: Carrier Model # 38BA008630 Serial # 5183G78403
|
Age:
1983
|
Tonnage
7.5
|
||
Air
Handling unit: Carrier Model # 40RE008310 Serial #4181
G11994
|
Age:
1981
|
|||
l-.AX4Sbelt 1—3ox48x2fihter
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Need
to replace the compressor contactors.
|
||||
Need
to replace the condenser fan contactors.
|
||||
Price
to pertorm leak check: $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
||||
Price
to make othèr.repairsto this unit: $550.00
|
||||
Split
System # 14
|
||||
Condensing
unit: Carrier Model # 38BA008630 Serial # 5183G78406
|
Age:
1983
|
Tonnage
7.5
|
||
Air
Handling unit: Carrier Model # 40RE008310 Serial #
4181G11825
|
Age:
1981
|
|||
1—AX4Sbelt 1—30x48x2flltcr
|
||||
Need
to perform leak check and repair. Unit is low on charge.
|
||||
Need
to replace the compressor conlactors.
|
||||
Need
to replace the condenser fan contactors.
|
||||
Priceto
perfórm leakchetk: $300.00
|
||||
Cannot
price repairs due to not knowing the extent of the leaks at this
time.
|
||||
Priceto
make other repairs to this unit: $550.00
|
|
|
Split
System # 15:
|
||||
Condensing
unit: Trane Model # 2TTAOO6OA4000AA Serial # 617518531?
|
Age:
2006
|
Tonnage
5
|
||
Air
Handling unit: Carrier Model # FA4CNB06O Serial #
0406A81949
|
Age:
2006
|
|||
Unit
does not have a belt. 1 —20 x 24 xl Filter
|
||||
Unit
has an electric duct heater that is operating normal.
|
||||
Need
to attach disconnect to the unit
|
||||
Need
to replace the thermostat wire.
|
||||
Price
to makerepairs to this unit: $450O0
|
||||
All
prices are plus applicable sales tax.
|
|
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
12
|
Mechanical
Company
|
C
Service Company
425
Dillard SL
Grand
Prairie, Texas 75051
Direct:
972.339.1201
Diiect
Fax:
972339.1662
|
Split
system # 16:
|
||||
Condensing
unit: Carrier Model # 38BA012600 Serial # 394443
|
Age:
1983
|
Tonnage
10
|
||
Air
handling unit: Carrier Model # 40RE010310 Serial #
4083G65173
|
Age:
1983
|
|||
1-A55Belt 1-3Ox48x2fdter
|
||||
Need
to replace the loss of charge switch.
Price
to make repairs for this unit: $325.00
|
||||
Split
system # 17:
|
||||
Condensing
unit: Carrier Model # 38AE016600 Serial # T393782
|
Age:
1983
|
Tonnage
15
|
||
Mr
Handling unit: Carrier Model # 4RE015610 Serial #
N/A
|
Age:
N/A
|
|||
Need
to replace the loss of charge switch.
|
||||
Need
to replace head gaskets on the compressor and charge the
system.
|
||||
Price
to make repairs for this unit: $1,200.00
|
||||
Split
System # 18:
|
||||
Condensing
Unit: Carrier Model # N/A Serial # N/A
|
Age:
N/A
|
|||
Air
handling unit: Carrier Model # 40QB0483000 Serial #
Q317242
|
Age:
1983
|
Tonnage
4
|
||
Direct
Drive Motor 1 —24 x24 x 1 filter
|
||||
No
problems with this unit at this time.
|
||||
Split
System # 19:
|
||||
Condensing
Unit: Carrier Model # 38AE012600 Serial # R394459
|
Age:
1983
|
Tonnage
10
|
||
Air
Handling unit: Carrier Model # 4RE010610 Serial # 1083G65185
|
Age: 1983 | |||
2—A5Sbelts 1—48z3Zx2fllter
|
||||
Need
to replace the condenser fan motor.
|
||||
Need
to replace the condenser fan motor contactor.
|
||||
Need
to replace the evaporator fan contactor.
|
||||
Price
to make repairs for this unit: $1,175.00
|
|
|
Split
System #20:
|
||||
Condensing
unit: Carrier Model # 38AE012600 Serial # R394463
|
Age:
1983
|
Tonnage
10
|
||
Air
Handling unit: Carrier Model # 40RE019310 Serial #
1083G$184
|
Age:
1983
|
|||
Unit
does not use a belt. 1 —20 x 24
,
I filter
|
||||
Drain
pan is rusted.
|
||||
Evaporator
coil has a refrigerant leak.
|
||||
Price
to make repairs to this unit: $4,033.33
|
||||
Split
System #21:
|
||||
Condensing
unit: Carrier Model # N/A Serial #
N/A
|
Age:
N/A
|
Tonnage
S
|
||
Air
Handling unit: Carrier Model # 40QB06030 Serial # N351181
|
Age:
1983
|
|||
Unit
does not use a belt. 1 —20 x 24 x 1
Filter
|
||||
No
problems with unit at this time.
|
|
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
13
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
14
|
AcQuu’owr
DFWIP, INC.,
|
|
a
Delaware corporation
|
|
By:
|
|
Name:
|
e ‘esa Ranok
|
Its:
|
Vice President
|
TENANT:
|
|
OPTEx
SYSTEMS INC.,
|
|
a
Delaware corporation
|
|
By:
|
|
Name:
|
|
Its:
|
|
THIRD
AMENDMENT
TO
LEASE
|
PAGE
15
|
Optex
Systems, Inc.
|
American
Capital Ventures, Inc.
|
||||
By:
|
/s/
Stanley A. Hirschman
|
By:
|
/s/
Howard Gostfrand
|
||
Name: Stanley
A. Hirschman
|
Name: Howard
Gostfrand
|
||||
Title: President
|
Title: President
|
ECON
CORPORATE SERVICES
|
OPTEX
SYSTEMS INCORPORATED
|
Investorideas.com
|
|
/s/
Dawn Van Zant
|
/s/
Merrick D. Okamoto
|
Ms.
Dawn Van Zant, Director
|
Merrick D.
Okamoto
|
1.
|
Consulting
Services
|
·
|
Company
product website review and
recommendations
|
·
|
Review
Company product-oriented literature
|
·
|
Introduction
to industry trade publications
|
|
·
|
Investor
call response
|
|
·
|
Press
Release management, drafting, editing,
dissemination
|
|
·
|
Management
and hosting of quarterly conference calls/web
casts
|
|
·
|
Database
Management
|
|
·
|
Financial
Package Management
|
|
·
|
Investor
Website review and recommendations
|
|
·
|
Presentation
assessment and revisions
|
|
·
|
Quarterly
written assessments to management and Board of
Directors
|
|
·
|
Institutional
road shows – Region specific and as
needed
|
|
·
|
Best
efforts to obtain speaking presentation at Investment Banking Conferences
and other sell-side or sponsored
conferences
|
|
·
|
Introduction
to the sell-side including Institutional Research Teams, and Sales and
Trading Departments
|
|
·
|
Introduction
to ZA Consulting proprietary Broker and Retail Investor
network
|
|
·
|
Analysis
of DTC sheets, Nobo lists and Transfer Agent
Sheets
|
|
·
|
Ongoing
outreach with current shareholders including stakeholders of record and in
street name via Nobo list mailings and phone
communications
|
2.
|
Term
|
3.
|
Compensation of
Consultant
|
a.
|
$150,000
to paid on the execution of this
agreement
|
|
b.
|
40,000
shares of restricted common stock per
month
|
|
c.
|
$5,000
per month beginning July 1, 2009
|
|
d.
|
Company
agrees to pay for all out of pocket expenses reasonably incurred by the
Consultant, including pre-approved travel (not to exceed $250 without
written consent)
|
4.
|
Available
Time
|
5.
|
Relationship
|
6.
|
Confidentiality
|
7.
|
Assignment
|
8.
|
Arbitration
|
9.
|
Indemnification
Clause
|
Optex
Systems, Inc.
|
ZA
Consulting Inc
|
||
/s/ Stanley A. Hirschman
|
/s/ David P. Zazoff
|
||
Stanley
A. Hirschman,
|
David
P Zazoff
|
||
President
|
President
|
OPTEX
SYSTEMS, INC., a Delaware corporation
|
||
By:
|
||
Title:
|
||
Peninsula
Bank Business Funding,
|
||
a
division of The Private Bank of the Peninsula
|
||
By:
|
||
Title:
|
DEBTOR:
|
OPTEX
SYSTEMS, INC.
|
SECURED
PARTY:
|
PENINSULA
BANK BUSINESS FUNDING,
|
A
DIVISION OF THE PRIVATE BANK OF THE
PENINSULA
|
1. Availability
(from Client Summary):
|
____________
|
2. $25
Wire Fee (if applicable):
|
____________
|
3. Advance
Request:
|
____________
|
4. Ending
Availability (1- 2-3):
|
____________
|
Borrower: OPTEX
SYSTEMS, INC.
|
Bank: Peninsula
Bank Business Funding,
|
a
division of The Private Bank of the Peninsula
|
|
Commitment
Amount: $2,000,000
|
ACCOUNTS
RECEIVABLE
|
||||
1.
|
Accounts
Receivable Book Value as of ___
|
$___________
|
||
2.
|
Additions
(please explain on reverse)
|
$___________
|
||
3.
|
TOTAL
ACCOUNTS RECEIVABLE
|
$___________
|
||
ACCOUNTS
RECEIVABLE DEDUCTIONS (without duplication)
|
||||
4.
|
Amounts
over 90 days due
|
$___________
|
||
5.
|
Balance
of 25% over 90 day accounts
|
$___________
|
||
6.
|
Concentration
Limits
|
|||
7.
|
Foreign
Accounts
|
$___________
|
||
8.
|
Governmental
Accounts
|
$___________
|
||
9.
|
Contra
Accounts
|
$___________
|
||
10.
|
Demo
Accounts
|
$___________
|
||
11.
|
Intercompany/Employee
Accounts
|
$___________
|
||
12.
|
Other
(please explain on reverse)
|
$___________
|
||
13.
|
TOTAL
ACCOUNTS RECEIVABLE DEDUCTIONS
|
$___________
|
||
14.
|
Eligible
Accounts (#3 minus #13)
|
$___________
|
||
15.
|
LOAN
VALUE OF ACCOUNTS (__% of #14)
|
$___________
|
||
BALANCES
|
||||
16.
|
Maximum
Loan Amount
|
$___________
|
||
17.
|
Total
Funds Available [Lesser of #16 or #15]
|
$___________
|
||
18.
|
Present
balance owing on Line of Credit
|
$___________
|
||
19.
|
Outstanding
under Sublimits (if any)
|
$___________
|
||
20.
|
RESERVE
POSITION (#17 minus #18 and #19)
|
$___________
|
OPTEX
SYSTEMS, INC.
|
|
By:
|
|
Authorized
Signer
|
TO:
|
PENINSULA
BANK BUSINESS FUNDING, A DIVISION OF THE PRIVATE BANK OF THE
PENINSULA
|
FROM:
|
OPTEX
SYSTEMS, INC.
|
Reporting Covenant
|
Required
|
Complies
|
||||||
CPA-reviewed
financial statements & compliance certificate
|
Quarterly
within 45 days of quarter-end
|
Yes
|
No
|
|||||
Annual
financial statements (CPA Audited)
|
FYE
within 90 days
|
Yes
|
No
|
|||||
10K
and 10Q
|
(as
applicable)
|
Yes
|
No
|
|||||
A/R
& A/P Agings, Borrowing Base Cert.
|
Monthly
within 20 days
|
Yes
|
No
|
|||||
A/R
Audit
|
Initial
and Semi-Annual
|
Yes
|
No
|
|||||
IP
Report
|
Quarterly
within 30 days
|
Yes
|
No
|
|||||
Financial Covenant
|
Required
|
Actual
|
Complies
|
|||||
EBITDA
|
$________
|
$_______
|
Yes
|
No
|
||||
Minimum
Cash
|
$500,000
|
$_______
|
Yes
|
No
|
Comments Regarding
Exceptions:
See Attached.
|
BANK
USE ONLY
|
||
Received
by:
|
|||
Sincerely,
|
AUTHORIZED
SIGNER
|
||
Date:
|
|||
Verified:
|
|||
SIGNATURE
|
AUTHORIZED
SIGNER
|
||
Date:
|
|||
TITLE
|
|||
Compliance
Status Yes
No
|
|||
DATE
|
NAMES
|
POSITION
|
ACTUAL SIGNATURES
|
||
Stanley Hirschman
|
President
& Secretary
|
|||
Karen Hawkins
|
Vice
President-Finance
|
|||
Danny Schoening
|
Chief
Operating Officer
|
|||
CERTIFIED
AND ATTESTED BY:
|
||
X
|
OPTEX
SYSTEMS HOLDINGS, INC.,
a
Delaware corporation
|
||
By:
|
||
Name:
|
||
Title:
|
Company:
|
Optex
Systems Holdings, Inc.
|
Initial
Number of Shares:
|
1,000,000
|
Class
of Stock:
|
Common
|
Exercise
Price:
|
$0.10
|
Issue
Date:
|
March
4, 2010
|
Expiration
Date:
|
March
3, 2016
|
|
(a)
|
This
Warrant shall be imprinted with a legend in substantially the following
form:
|
OPTEX
SYSTEMS HOLDINGS, INC.
|
|
By:
|
|
Name:
|
|
Title:
|
|
PENINSULA
BANK HOLDING CO., or Registered Assignee
|
|
(Signature)
|
|
(Date)
|