Sei sulla pagina 1di 62

SPMICI-07-R-0214

SECTIONB

REF. NO. DOC. BEING CONT'D

THE FOLLOWING CHANGES ARE HEREBY MADE TO DPSC MASTER SOLICITAnON 4234 DATED JAN 1992

52.ZID-9POI, SPECIFICATIONS (JAN 199Z) DSCP, is revised to change the number to 5Z.Z11-9P03.

5Z.ZI0-9P07, CHARGES FOR REMARKING, REPACIUNG, REPACKAGING, RECRATING AND REPALLETIZATION (JAN 1992)
DSCP, is deleted.

52.ZlO-9PIO, LOGMARS BAR CODE MARKINGS (JAN 1992), which was renumber to 52.211-9PII is deleted.

52.21O-9PI6, AVAILABILITY OF PURCHASE DESCRIPTIONS AND OTHER SPECIFICATIONS (JAN 1992) DSCP, is revised to
change the number to 52.2ll-9P17.

52.211-9P35, DRUGS-SUBMISSION OF PROTOCOLS (JAN 1992) DSCP, previously 52.212-9PI9, is removed.

5Z.ZI2-9000, PRIORITY RATING (FEB 1996) DSCP, is to change the number to 52.211-9002 and change the date to MAR 2000.

52.212-9P03, CONTRACT DELIVERIES (JAN 1992) DSCP, is revised to change the number to 52.211-9P20.

52.212-9P05, DELIVERY REQUIREMENTS (JAN 1992) DSCP, is revised to change the number to 52.211-9P22.

52.212-9P07, EfFECTIVE DATE Of AWARD (JAN 1992) DSCP, is revised to change the number to 5Z.211-9P24.

52.212-9P20, FDA COMPLIANCE (JAN 1992) DSCP, is revised to change the number to 52.211-9P36.

52.213-9P03 FAST PAYMENT FOR DELIVERY ORDERS NOT IN EXCESS OF $25,000 (JAN 1992) DSCP is revised to change the date
to AUG Z004, change clause title to "FAST PAYMENT FOR DIRECT VENDOR DELIVERY ORDERS NOT IN EXCESS OF $100,000,
and change dollar figure in clause text to $100,000.

52.219-P901, LABOR SURPLUS AREA CONCERN - DEFINITION FOR CLOTHING PURCHASES INVOLVING "CONVERTERS"
(AUG 1987) DSCP, is hereby deleted.

52229-9P04, SPECIAL PROVISION RELATING TO NONBEVERAGE DOMESTIC DRAWBACK (JAN 1992) DSCP, is removed.

52.232-9POI, MARKING DANGEROUS OR HAZARDOUS MATERIALS (JAN 1992) DSCP, is revised to change the number to 5Z.Z23­
9P06.

52.Z45-9P03, PROVISION RELATING TO MATERlAL TO BE FURNISHED BY THE GOVERNMENT (C&T BAILMENT SYSTEM)
(JAN 1992) DSCP, is revised tochange the date to AUG 1999, change the reference to "FAR 52.247-54, Diversion of Shipment Under
F.O.B. Destination Contracts" in paragraphs (a)(5) and (r) to "the Changes clause specified in the solicitation/contract," change the address in
the first sentence ofparagnaph (d) to the following:
Defense Supply Center Philadelphia
700 Robbins Avenue, Bldg 6-I-D
Philadelphia, PA 19111-5092
ATIN: Material Accountability Section
Directorate of Clothing and Textiles
DSCP-CRDA-l
And change the reference to the Defense Personnel Support Center and office symbol for the Material Accountability Section (DPSC­
FOAM), as contained in paragnaphs (g)(3 )(iii)(B) and (0), to Defense Supply Center Philadelphia and DSCP-CRDA-I.

52.245-9P04, GOVERNMENT MATERiAL-PROPERTY ADMINISTRATION (FIXED-PRICE BAILMENT SYSTEM CONTRACTS)


(JAN 1992) DSCP, is revised to change the date to (AUG 1999), change "Defense Personnel Support Center", in paragraph (a)(I), to
"Defense Supply Center Philadelphia," and change "DPSC', in paragraph (a)(4), to "DSCP".

52.245-9P21, FIRM AND FLEXIBLE SIZES (JAN 1992) DSCP, is revised to change the date to JAN I 997and change the clause number
referenced in paragraph (d) to 52.245-9P20.

52.246-9P06, MANUFACTURING PROCESS CONTROLS AND IN-PROCESS INSPECTIONS FOR FABRIC FINISHERS (JAN 1992)
is revised to change the date to (AUG 1999), change "MIL-I-45208A, Inspection System Requirements, and DLAR" to "ANSI!ASQC
Q9002, or equivalent standards with process controls, and DLAD".

52.246-9P35, WARRANTY OF SUPPLIES (JAN 1992) DSCP, is removed and, if applicable, will be located on solicitation/contract fonn
LP-H-2.

52.249-9000, ADMINISTRATIVE COSTS OF REPROCUREMENT AFTER DEFAULT (MAY 1988) DLAD is revised to increase
the specified administrative cost of reprocurement to $1,155.
LP-B-l, NOV 04 EDITION LP-B-l SEP 04 OBSOLETE
SPMICI-07-R-0214

SECTION C - ITEM DESCRIPTION

ADVANCED COMBAT HELMET


WITH ONE MOUNTING HOLE
WITH SIZE 3j4-INCH PAD SUSPENSION SYSTEM
WITH A 4-POINT CHIN STRAP.
COLOR: FOLIAGE GREEN 504
NSN:8470-01-529-6302 (SMALL)
8470-01-529-6329 (MEDIUM)
8470-01-529-6344 (LARGE)
8470-01-529-6365 (EXTRA-LARGE)

THE HELMET SHALL BE MANUFACTURED IN ACCORDANCE WITH


PURCHASE DESCRIPTION COjPD-05-04, DATED OCTOBER 30, 2007.

ADDITIONAL INFORMATION FOR COjPD 05-04:

FIRST ARTICLES SHALL BE INSPECTED FOR VISUAL, DIMENSIONAL AND BALLISTIC


TESTING IN ACCORDANCE WITH COjPD-05-04, DATED OCTOBER 3D, 2007. THIRTY
DAYS WILL BE REQUIRED TO EVALUATE THE FIRST ARTICLE.

THE FIRST ARTICLE SAMPLE OF THIRTY-ONE (31) COMPLETE HELMET SYSTEMS SHALL
BE EXAMINED FOR VISUAL REQUIREMENTS AT DSCP. THE TOTAL OF 31 COMPLETE
HELMET SYSTEMS SHALL BE DIVIDED INTO THE FOLLOWING SIZES: 7-SMALL, 7­
MEDIUM, 10-LARGE AND 7-EXTRA-LARGE. AFTER VISUALS ARE COMPLETE DSCP WILL
FORWARD THE THIRTY-ONE(31) COMPLETE HELMET SYSTEMS TO THE DLA TESTING LAB
FOR NON-BALLISTIC TESTING IN ACCORDANCE WITH THE REQUIREMENTS IDENITFIED IN
SECTION 4 OF COjPD-05-04, DATED OCTOBER 3D, 2007.

AN ADDITIONAL SIXTY (60) COMPLETE HELMET SYSTEMS SHALL BE SENT TO A


NATIONAL INSTITUTE OF JUSTICE (NIJ) CERTIFIED LAB FOR BALLISTIC TESTING IN
ACCORDANCE WITH COjPD-05-04, DATED OCTOBER 3D, 2007. THE TOTAL OF 60
HELMET SYSTEMS SHALL BE DIVIDED INTO THE FOLLOWING SIZES: 15-SMALL, 15­
MEDIUM, IS-LARGE AND 15-EXTRA-LARGE.
SPMICI-07-R-0214

ACH - FIRST ARTICLE TESTING TABLE - BALLISTIC REQUIREMENTS (COjPD 05-04)

TEST 2gr. 4gr. 16gr. 64gr. 17gr. 9nun RTP/BFD NOTE/


V50 V50 V50 V50. FSP,V50 SAMPLES
REQUIREMENT 4200 3475 2475 1750 2200 1400+50
MIN MIN MIN MIN MIN NO PENETRATION
0.63/1.00-INCH
AMBIENT S (M) M(L) L(XL) XL(S) S (M) M(L) 12
OOOBLIQUITY
I HIGH TEMP M(L) L (XL) XL (S) S (M) M(L) L(XL) 12
OOOBLIQUITY
LOW TEMP L(XL) XL (S) S (M) M(L) L (XL) XL (S) 12
OOOBLIQUITY
SALTWATER XL(S) S (M) M(L) L (XL) XL (S) S (M) 12
OOOBLIQUITY
WEATHER S (XL) 2
o° OBLIQUITY
AMBIENT M(L) L (XL) XL(S) S (M) M(L) 10-Gov.
45°0BLIQUITY Reference

30 TOTAL TESTS - 30 HELMET SAMPLES WITH 30 CONTINGENCY SAMPLES


(PARENTHESIZED) - TOTAL 60­ S:15; M:15; L:15; XL:15.

COPIES OF FIRST ARTICLE BALLISTIC REPORTS SHALL BE SENT TO SCOTT BENNET,


EMAIL SCOTT.BENNET@US.ARMY.MIL OR BY FAX (508)233-5985 AND DR. JAMES ZHENG,
EMAIL JAMES.QING.ZHENG@US.ARMY.MIL OR BY FAX (703)704-4866 AND A COpy SENT
TO DSCP, JIM HEIMAN, EMAIL JAMES.HElMAN@DLA.MIL OR BY FAX (215)737-5694.

ANY WEIGHT, DIMENSIONAL OR ANY OTHER TEST FAILURE SHALL BE CAUSE FOR
REJECTION OF THE FIRST ARTICLE. ANY MAJOR DEFECT OR MORE THAN FOUR MINOR
DEFECTS SHALL BE CAUSE FOR REJECTION OF THE FIRST ARTICLE.

PRODUCTION IS NOT AUTHORIZED UNTIL NOTIFIED IN WRITING BY DSCP THAT FIRST


ARTICLE SAMPLES HAVE PASSED.

THE QAR SHALL EXAMINE THE SAMPLES DRAWN FROM THE LOT THAT ARE TO BE
BALLISTICALLY TESTED AND FOR VISUAL, DIMENSIONAL AND WEIGHT REQUIREMENTS
PRIOR TO FORWARDING TO THE TESTING FACILITY. THE QAR SHALL PROVIDE A
SIGNED AND STAMPED DD1222 WITH THE SAMPLES.

THE CONTRACTOR SHALL PROVIDE THE GOVERNMENT QAR DOCUMENTATION OF THE


MATERIALS AND PROCESSES USED FOR EVERY SYSTEM SUBMITTED FOR QUALIFICATION.
ALL PRODUCTION LOT QUANTITIES SHALL BE MADE USING THE SAME MATERIALS AND
PROCESSES THAT RESULTED IN A SUCCESSFUL FIRST ARTICLE QUALIFICATION.

CERTIFICATIONS OF COMPLIANCE FOR RAW MATERIALS ARE REQUIRED AND THE


GOVERNMENT RESERVES THE RIGHT TO LIMIT LOT SIZES FOR SUCH TESTING.
SPMICI-07-R-0214

NO CHANGES ARE PERMITTED AFTER A SYSTEM HAS BEEN QUALIFIED UNLESS APPROVED
BY DSCP.

SAMPLING PROCEDURES FOR INSPECTION SHALL BE IN ACCORDANCE WITH ANSI/SQC


Z1.4.

BALLISTIC LOT TESTING OF THE END ITEMS SHALL BE ACCEPTANCE TESTING. ALL
BALLISTIC TESTING LOTS SHALL BE CONDUCTED AT A NATIONAL INSTITUTE OF
JUSTICE (NIJ) CERTIFIED LAB. COPIES OF ALL BALLISTIC TESTING REPORTS SHALL
BE SUBMITTED TO SCOTT BENNET, EMAIL SCOTT.BENNET@US.ARMY.MIL OR BY FAX
(508)233-5985 AND DR. JAMES ZHENG, EMAIL JAMES.QING.ZHENG@US.ARMY.MIL OR BY
FAX (703)704-4866 AND A COPY SENT TO DSCP, JIM HEIMAN, EMAIL
JAMES.HElMAN@DLA.MIL OR BY FAX (215)737-5694.

A DD1222 (REQUEST AND RESULTS OF TESTS) SHALL BE SIGNED AND STAMPED BY THE
GOVERNMENT QAR AND SHALL ACCOMPANY EACH LOT SUBMITTED FOR TESTING. THE
DD1222 SHALL IDENTIFY THE SYSTEM/DESIGN BEING TESTING IN ORDER TO PROVIDE
TRACEABILITY TO THE APPROVED FIRST ARTICLE.

END ITEM VISUAL EXAMINATION. THE END ITEM SHALL BE TESTED FOR THE
REQUIREMENTS IN TABLE V OF CO/PD-05-04, DATED OCTOBER 30, 2007. THE LOT
SIZE SHALL BE EXPRESSED IN UNITS OF HELMET ASSEMBLIES OF ONE SIZE ONLY.
THE SAMPLE UNIT FOR EACH TEST SHALL BE ONE HELMET. THE INSPECTION LEVEL
SHALL BE II AND THE AQL, EXPRESSED IN TERMS OF DEFECTS PER HUNDRED UNITS,
SHALL BE 0.4 FOR MAJOR DEFECTS AND 1.5 FOR TOTAL DEFECTS.

END ITEM WEIGHT EXAMINATION. THE END ITEM SHALL BE TESTED FOR THE
REQUIREMNTS IN TABLE III OF CO/PD-05-04, DATED OCTOBER 30, 2007. THE LOT
SIZE SHALL BE EXPRESSED IN UNITS OF HELMET ASSEMBLIES OF ONE SIZE ONLY.
THE SAMPLE UNIT FOR EACH TEST SHALL BE ON HELMET. THE INSPECTION LEVEL
SHALL BE S-3 AND THE AQL, EXPRESSED IN TERMS OF DEFECTS PER HUNDRED UNITS,
SHALL BE 2.5.

END ITEM EXMAINATION. THE END ITEM SHALL BE TESTED FOR THE REQUIREMENTS IN
TABLE II OF CO/PD-05-04, DATED OCTOBER 30, 2007, AND THE TABLE BELOW FOR
BALLISTIC LOT TESTING. VISUAL, DIMENSIONAL, WATER IMMERSION, ADHESION OF
RUBBER EDGING REQUIREMENTS SHALL BE IN ACCORDANCE WITH TABLE V OF CO/PD-05­
04, DATED OCTOBER 30, 2007. THE LOT SIZE SHALL BE EXPRESSED IN UNITS OF
HELMET ASSEMBLIES OF ONE SIZE ONLY. THE SAMPLE UNIT FOR EACH TEST SHALL BE
ONE HELMET. FOR ALL TESTING, THE INSPECTION LEVEL SHALL BE S-2 AND THE
AQL, EXPRESSED IN TERMS OF DEFECTS PER HUNDRED UNITS, SHALL BE 1.5.

LOT SIZE NUMBER OF 17 GRAIN FSP NUMBER OF 9mm RTP, POSSIBLE


o°OBLIQUITY , AMBIENT TRANSIENT DEFORMATION SAMPLES NEEDED
V50 1/
4-150 1 5 2-3
151-1200 2 5 3-5
1201-3200 3 10 5-8

1/ MULTIPLE HELMET SHELLS MAY BE REQUIRED TO DETERMINE THE V50 BL(P) .


SPM1 C1-07-R-02 14

FOR PRODUCTION LOT TESTING: THE V50 BL{P) FOR EACH HELMET SHELL SHALL BE
THE AVERAGE OF AT LEAST 6 FAIR IMPACT VELOCITIES CONSISTING OF AN EQUAL
NUMBER OF THE LOWEST COMPLETE PENETRATION AND THE HIGHEST PARTIAL
PENETRATION VELOCITIES PROVIDED THAT THE VELOCITY SPREAD IS NOT GREATER
THAN 125 FT/SEC. IN CASES WHERE THE VELOCITY SPREAD IS GREATER THAN 125
FPS, THE V50 BL{P) SHALL BE THE AVERAGE OF AT LEAST 10 FAIR IMPACT
VELOCITIES CONSISTING OF AN EQUAL NUMBER OF THE LOWEST COMPLETE PENETRATION
AND THE HIGHEST PARTIAL PENETRATION VELOCITIES WITH A VELOCITY SPREAD NO
GREATER THAN 150 FPS. IF NEITHER THE SIX NOR THE TEN SHOT CONDITIONS CAN
BE SATISFIED, AND AT LEAST FIVE PARTIAL PENETRATIONS AT VELOCITIES IN
EXCESS OF THE REQUIRED MINIMUM V50 AND THERE ARE NO COMPLETE PENETRATIONS
AT OR BELOW THE MINIMUM REQUIRED V50 VELOCITY AND AT LEAST 10 FAIR SHOTS
HAVE BEEN MADE INTO THE HELMET{S), THE HELMET{S) SHALL BE DETERMINED TO
HAVE SATISFIED THAT SPECIFIC THREAT CONDITION REQUIREMENT. SHOULD NONE OF
THESE THREE CONDITIONS APPLY, THE TEST SHALL BE DECLARED INCONCLUSIVE.

THE GOVERNMENT RESERVES THE RIGHT TO PERFORM ANY OF THE TESTING SET FORTH
IN ACH SPECIFICATION WHERE SUCH TESTS ARE DEEMED NECESSARY TO ENSURE THE
ITEM CONFORM TO REQUIREMENTS.

ADDITIONAL INFORMATION FOR FED-STD-191:

FED-STD-191A NOTICE 7, DATED AUGUST 9, 2000 IS HEREBY INACTIVE FOR NEW


DESIGN. WHEN NOT USING FED-STD-191, SEE INTERIM CHANGES TO END ITEM
SPECIFICATION FOR REPLACEMENT ASTM.

INTERIM CHANGES TO FED-STD-191A:


TEST METHOD 5202, PARA. 5.3, DELETE FIRST SENTENCE AND SUBSTITUTE: liTHE
SPECIMEN SHALL BE CLAMPED FIRMLY, WITH ONE END FLUSH WITH THE OUTER EDGE OF
THE VISE, SUCH THAT ONE INCH OF SPECIMEN LIES WITHIN THE CLAMP AND ONE INCH
OF THE SPECIMEN EXTENDS BEYOND THE CENTER OF ROTATION (FACE OF THE VISE) ,
AND WITH THE LONG EDGE PARALLEL TO THE FACE OF THE DIAL PLATE 11 •

TEST METHOD 5309.1 ABRASION RESISTANT OF TEXTILE WEBBING. PAGE 1, PARA


4.1.2,LlNE 4: DELETE "B-97" AND SUBSTITUTE "B-91".

THE FOLLOWING METHODS ARE IDENTIFIED AS SPECIFYING OZONE DEPLETING


SUBSTANCES: 1100, 1200, 1240, 1400, 1410, 1500, 1510,1520,1530, 1540, AND
1550. PARA 5.1 OF THESE TEST METHODS REQUIRE THE USE OF 1,1,1­
TRICHLOROETHANE, ALCOHOL OR ETHER. l,l,l-TRICHLORETHANE IS AN OZONE
DEPLETING SUBSTANCE (METHYL CHLOROFORM) AND IS THEREFORE PROHIBITED. THE
USE OF EITHER ALCOHOL OR ETHER IS REQUIRED WHEN THESE METHODS ARE IN BASIC
OR ANY REFERENCED DOCUMENT.

METHOD 5202, STIFFNESS OF CLOTH, DIRECTIONAL; CANTILEVER BENDING METHOD.


PAGE 2, PARA. 5.3 DELETE FIRST SENTENCE AND SUBSTITUTE WITH THE FOLLOWING:
"THE SPECIMEN SHALL BE CLAMPED FIRMLY, WITH 1 END FLUSH WITH THE OUTER EDGE
OF THE VISE, SUCH THAT 1" OF THE SPECIMEN LIES WITHIN THE CLAMP AND 1" OF
THE SPECIMEN EXTENDS BEYOND THE CENTER OF ROTATION (INNER FACE OF THE VISE)
AND WITH THE LONG EDGE PARALLEL TO THE FACE OF THE DIAL PLATE. II

METHOD 5556.1, MOBILE LAUNDRY EVALUATION FOR TEXTILE MATERIALS, PAGE 5,


PARA. 5.2.2, LINE 8: DELETE SENTENCE BEGINNING WITH "THE SPECIMENS AND
SPMICI-07-R-0214

BALLAST" IN ITS ENTIRETY AND SUBSTITUTE WITH THE FOLLOWING: "THE SPECIMENS
AND BALLAST SHALL BE SEPARATED, OPENED TO FULL WIDTH AND PLACED IN A PRE­
HEATED DRYER HAVING A STACK TEMPERATURE OF 140-180 DEG. F. THIS
TEMPERATURE RANGE CORRESPONDS TO A SETTING OF "HIGH" ON THE TEMPERATURE
INDICATOR ON THE DRYER. DRYING SHALL CONTINUE FOR 45-60 MINUTES OR
UNTILSAMPLES ARE DRY IN A ROTATING TUMBLE DRYER."

PAGE 5, PARA. 5.2.3, LINE 8: DELETE SENTENCE BEGINNING WITH "THE SPECIMENS
AND BALLAST" IN ITS ENTIRETY AND SUBSTITUTE WITH THEFOLLOWING: "THE
SPECIMENS AND BALLAST SHALL BE SEPARATED, OPENED TO FULL WIDTH AND PLACED
IN A PRE-HEATED DRYER HAVING A STACKTEMPERATURE OF 140-180 DEG. F. THIS
TEMPERATURE RANGE CORRESPONDS TO A SETTING OF "HIGH" ON THE TEMPERATURE
INDICATOR ON THE DRYER. DRYING SHALL CONTINUE FOR 35-40 MINUTES OR UNTIL
SAMPLES ARE DRY."

METHOD 5931, ELECTROSTATIC DECAY OF FABRICS; DETERMINATION OF PAGE 1, PARA.


3: AFTER NUMBER OF DETERMINATIONS ADD "PER SAMPLEUNIT". PAGE 1, PARA. 4:
DELETE "APPARATUS" AND SUBSTITUTE "APPARATUS". PAGE 1, PARA. 5. 1, LINE 3:
AFTER "AT" DELETE"APPROXIMATELY".

PAGE 2, PARA. 5.2, LINES 2, AND 5: AFTER "OF" ADD "+-". LINE 6: AFTER "TO"
ADD "+-".

PAGE 2, PARA. 5.3: DELETE IN ITS ENTIRETY AND SUBSTITUTE WITH THE
FOLLOWING:"5.3 MOUNT A SPECIMEN TIGHTLY ACROSS THE ELECTRODES, CENTERING IT
OVER THE SENSOR OPENING. THE SURFACE OF THE TEST SPECIMEN (BACK OR FRONT)
SHALL FACE THE SENSOR. RECORD (OPTIONAL) THE RESIDUAL CHARGE LEVEL ON THE
SAMPLE AS SEEN BY THE SENSOR, INCLUDING POLARITY.
NOTE THAT TEST SAMPLES WITH THE RESIDUAL CHARGE LEVELS OF LESS +500 VOLTS
YIELD THE BEST RESULTS. APPLY +5000 VOLTS TO THEELECTRODES FOR A PERIOD OF
20 SECS. AT THE END OF THE 20 SECOND PERIOD, THE HIGH VOLTAGE (5000 VOLTS)
SHALL BE TURNED OFF ANDTHE SPECIMENS IMMEDIATELY GROUNDED. THE VOLTAGE
BEHAVIOR OF THE SPECIMEN WITH RESPECT TO TIME SHALL BE PLOTTED ON THE
RECORDER. NOTE: IN SOME CASES, THE TEST EQUIPMENT WILL DISPLAY VOLTAGE AND
DECAY TIME INFORMATION AND A CHART RECORDER IS NOT NECESSARY."

PAGE 2, PARA. 5.4, LINE 3: DELETE SENTENCE BEGINNING WITH "IF THE SPECIMEN
DID" IN ITS ENTIRETY.

PAGE 2, PARA. 5.5: DELETE PARAGRAPH IN ITS ENTIRETY AND SUBSTITUTE WITH THE
FOLLOWING: "RECORD THE MAXIMUM VOLTAGE LEVEL(INCLUDING POLARITY) AND DECAY
TIME TO 10% OF THE MAXIMUM VOLTAGE LEVEL ACHIEVED."

PAGE 2, PARA. 5.6, LINE 1: ADD THE FOLLOWING PRIOR TO 1ST SENTENCE:
"REVERSE VOLTAGE POLARITY REPEAT MEASUREMENT, ANDRECORD RESULTS."

PAGE 3, PARA. 6.6: DELETE PARAGRAPH IN ITS ENTIRETY AND SUBSTITUTE WITH THE
FOLLOWING: "THE AVERAGE TIME TO DECAY TO 10%OF THE MAX VOLTAGE SHALL BE
INCLUDED FOR EACH OF THE WARP & FILLING DIRECTIONS, AS WELL AS THE OVERALL
AVERAGE, FOR EACHFABRIC TESTED. THESE WILL BE OBTAINED BY AVERAGING THE
TEST RESULTS (ABSOLUTE VALUE OF) TOGETHER FOR BOTH VOLTAGEPOLARITIES.
UNLESS OTHERWISE STATED IN THE REQUIREMENTS DOCUMENT, THE FABRIC SHALL BE
CONSIDERED ACCEPTABLE IF THEAVERAGE MAXIMUM VOLTAGE IN BOTH THE WARP AND
FILLING DIRECTIONS IS LESS THAN 4000 VOLTS, AND THE AVERAGE DECAY TIME (TO
10% MAXVOLTAGE) IS GREATER THAN 0.5 SECONDS IN BOTH THE WARP AND FILLING
DIRECTIONS. IT SHALL BE INDICATED WHETHER THE FABRIC ISACCEPTABLE OR NON­
ACCEPTABLE."
SPMICI-07-R-0214

PAGE 3, PARA. 7.1, SECOND COLUMN, LINE 2: DELETE 406C AND SUBSTITUTE WITH
"406D" .

AFTER PARA. 7.1, ADD THE FOLLOWING: "7.2 NOTE: IF THE MODEL 406D STATIC
DECAY METER, OR EQUIVALENT, IS USED, A CHART RECORDER ISNOT MANDATORY FOR
THE TEST."
(Ref. T0215 - 05/17/07)

MIL-DTL 32075: LABEL FOR CLOTHING, EQUIPAGE, AND TENTAGE, GENERAL USE
REPLACES DDD-L-20
(Ref. T0451 - June 19, 2007)

IN ACCORDANCE WITH MIL-H-6083, HYDRAULIC


FLUID, PETROLEUM BASE

IN ACCORDANCE WITH MIL-H-46170, HYDRAULIC FLUID


RUST INHIBITED, FIRE RESISTANT, SYNTHETIC
HYDROCARBON BASE

ADDITIONAL INFORMATION FOR MIL-P-46593:


NO ADDITIONAL INFORMATION.

ADDITIONAL INFORMATION FOR MIL-STD-662:


NO ADDITIONAL INFORMATION FOLLOWS.

MIL-STD-662 V50 BALLISTIC TEST FOR ARMOR,


REV E, 1/22/87.

MIL-STD-810F ENVIRONMENRTAL TEST METHODS


& ENGINEERING GUIDELINES
DATED 1 JAN 2000

SECTION D - PACKAGING AND MARKING

PACKAGING SHALL BE AS PER ASTM-D-3951, MIL-STD-129, MIL-HDBK-774 AND THE


SPECIAL INSTRUCTIONS BELOW.

PRESERVATION
AN INSTRUCTION BOOKLET SHALL BE PLACED IN EACH HELMET. EACH HELMET SHALL
BE COMPLETELY WRAPPED IN A 1/4-INCH THICKNESS OF CELLULOSIC CUSHIONING
MATERIAL CONFORMING TO GRADE II, CLASS C OF A-A-1898. THE CUSHIONING PAD
SHALL MEASURE 28 INCHES IN LENGTH BY 24 INCHES IN WIDTH. THE WRAP SHALL BE
ACCOMPLISHED BY PLACING THE CROWN OF THE HELMET IN THE CENTER OF THE PAD
WITH THE FRONT EDGE FACING ANY CORNER OF THE PAD. EACH CORNER OF THE
CUSHIONING PAD SHALL BE FOLDED TO THE INSIDE OF THE HELMET.

PACKING
TEN HELMETS OF ONE SIZE ONLY, PRESERVED AS INDICATED ABOVE, SHALL BE PACKED
IN A FIBERBOARD SHIPPING CONTAINER CONFORMING TO ASTM-D-5118. THE INSIDE
SPMICI-07-R-0214

OF EACH SHIPPING CONTAINER SHALL BE FITTED CORRUGATED FIBERBOARD, WEATHER­


RESISTANT, DOUBLE WALL GRADE BOX LINER CONFORMING TO ASTM-D-5118. EACH
HELMET PACK SHALL BE PACKED FIVE IN LENGTH, TWO IN WIDTH, AND ONE IN DEPTH
WITHIN A SHIPPING CONTAINER. THE WRAPPED HELMETS SHALL BE NESTED WITH THE
BACK OF THE HELMET RESTING ON THE BOTTOM OF THE SHIPPING CONTAINER. INSIDE
DIMENSIONS OF EACH CONTAINER SHALL BE APPROXIMATELY 22 INCHES IN LENGTH,
20-1/2 INCHES IN WIDTH, AND 11-1/2 INCHES IN DEPTH. APPROXIMATE DIMENSIONS
ARE FURNISHED AS A GUIDE ONLY. EACH SHIPPING CONTAINER SHALL BE CLOSED IN
ACCORDANCE WITH ASTM-D-1974.

LOT NUMBER SHALL BE IN ACCORDANCE WITH MIL-STD-129 AND DSCP 4155.3.

SIGNIFICANT NOTE - "PALLETIZATION IS REQUIRED FOR THESE SUPPLIES".

NOTE: THE FOLLOWING APPLIES TO ALL NON-MANUFACTURED WOOD PACKAGING


MATERIALS:

"ALL WOOD PACKAGING MATERIAL (WPM) ACQUIRED BY DOD MUST MEET REQUIREMENTS
OF INTERNATIONAL STANDARDS FOR PHYTOSANITARY MEASURES (ISPM) 15,
"GUIDELINES FOR REGULATING WOOD PACKAGING MATERIALS IN INTERNATIONAL
TRADE. " DOD SHIPMENTS INSIDE AND OUTSIDE OF THE UNITED STATES MUST MEET
ISPM 15 WHENEVER WPM IS USED TO SHIP DOD CARGO, OR WHEN WOOD IS BEING
ACQUIRED BY DLA FOR FUTURE USE AS PACKAGING MATERIAL. WPM IS DEFINED AS
WOOD PALLETS, SKIDS, LOAD BOARDS, PALLET COLLARS, WOODEN BOXES, REELS,
DUNNAGE, CRATES, FRAME AND CLEATS. PACKAGING MATERIALS EXEMPT FROM THE
REQUIREMENTS ARE MATERIALS THAT HAVE UNDERGONE A MANUFACTURING PROCESS,
SUCH AS CORRUGATED FIBERBOARD, PLYWOOD, PARTICLEBOARD, VENEER, AND ORIENTED
STRAND BOARD (OSD). ALL WPM SHALL COMPLY WITH ONE OF THE FOLLOWING
OFFICIAL QUALITY CONTROL PROGRAMS:

HEAT TREATMENT (HT) OR KILN DRIED HEAT TREATMENT (KD HT) IN ACCORDANCE WITH
AMERICAN LUMBER STANDARD COMMITTEE, INCORPORATED (ALSC) WOOD PACKAGING
MATERIAL PROGRAM AND WPM ENFORCEMENT REGULATIONS (SEE HTTP://www.ALSC.ORG/i
OR

METHYL BROMIDE FUMIGATION IN ACCORDANCE WITH THE NATIONAL WOOD PALLET AND
CONTAINER ASSOCIATION (NWPCA) QUALITY CONTROL PROGRAM DEVELOPED IN
COORDINATION WITH THE UNITED STATES DEPARTMENT OF AGRICULTURE, ANIMAL AND
PLANT HEALTH INSPECTION SERVICE
(SEE HTTP://WWW.APHIS.USDA.GOV/pPQ/wPM/EXPORT/FUMIGATION.HTML)

ALL WPM SHALL INCLUDE CERTIFlCATION/QUALITY MARKINGS IN ACCORDANCE WITH THE


ALSC OR NWPCA STANDARDS, AS APPLICABLE. MARKINGS SHALL BE PLACED IN AN
UNOBSTRUCTED AREA THAT WILL BE READILY VISIBLE TO INSPECTORS. PALLET
MARKINGS SHALL BE APPLIED TO THE STRINGER OR BLOCK ON DIAGONALLY OPPOSITE
SIDES OF THE PALLET AND BE CONTRASTING AND CLEARLY VISIBLE.
ALL CONTAINERS SHALL BE MARKED ON A SIDE OTHER THAN THE TOP OR BOTTOM,
CONTRASTING AND CLEARLY VISIBLE. ALL DUNNAGE USED IN CONFIGURING AND/OR
SECURING THE LOAD SHALL ALSO COMPLY WITH ISPM 15 AND BE MARKED WITH AN ASLC
APPROVED DUNNAGE STAMP. FAILURE TO COMPLY WITH THE REQUIREMENTS OF THIS
RESTRICTION MAY RESULT IN REFUSAL, DESTRUCTION, OR TREATMENT OF MATERIALS
SPMICI-07-R-0214

AT THE POINT OF ENTRY. THE AGENCY RESERVES THE RIGHT TO RECOUP FROM THE
CONTRACTOR ANY REMEDIATION COSTS INCURRED BY THE GOVERNMENT."

PALLET SHALL BE 4 WAY ENTRY, WINGED TYPE. PALLETIZED LOAD DIMENSIONS SHALL
NOT EXCEED 43 INCHES IN LENGTH, 52 INCHES IN WIDTH, AND 54 INCHES IN HEIGHT
(INCLUDING THE PALLET) .
REFERENCE PAGE 16 OF MIL-HDBK-774, ANY 4-WAY ENTRY PALLET
ILLUSTRATED IS ACCEPTABLE.

THE PALLETIZED LOAD SHALL BE BONDED USING APPROVED COMMERCIAL BONDING


MATERIALS. PALLET LOADS SHALL CONTAIN THE SAME NUMBER OF CARTONS, OF
IDENTICAL QUANTITIES, OF ONE NSN, TO THE MAXIMUM EXTENT POSSIBLE.

MIL-HBK-774 IS HEREBY REFERENCED FOR GUIDANCE FOR PALLETIZED LOADS.

(ref. TPACY - 5/15/2007)

SECTIOND

REF. NO. DOC. BEING CONT'D

[X] 252.211-7006 RADIO FREQUENCY IDENTIFICATION (NOV 2005) DFARS


(a) Definitions. As used in this clause­
"Advance shipment notice" means an electronic notification used to list the contents of a shipment of
goods as well as additional information relating to the shipment, such as order information, product
description, physical characteristics, type of packaging, marking, carrier infonnation, and
configuration of goods within the transportation equipment.
"Bulk commodities" means the following commodities, when shipped in rail tank cars, tanker trucks,
trailers, other bulk wheeled conveyances, or pipelines:
(1) Sand.
(2) Gravel.
(3) Bulk liquids (water, chemicals, or petroleum products).
(4) Ready-mix concrete or similar construction materials.
(5) Coal or combustibles such as firewood.
(6) Agricultural products such as seeds, grains, or animal feed.
"Case" means either a MIL-STD-129 defined exterior container within a palletized unit load or a MIL­
STD-129 defined individual shipping container.
"Electronic Product Code™ (EPC)" means an identification scheme for universally identifying
physical objects via RFID tags and other means. The standardized EPC data consists of an EPC (or
EPC identifier) that uniquely identifies an individual object, as well as an optional filter value when
judged to be necessary to enable effective and efficient reading of the EPC tags. In addition to this
SPMICI-07-R-0214

standardized data, certain classes of EPC tags will allow user-defined data. The EPC tag data standards
will define the length and position of this data, without defining its content.
"EPCglobaFM" means a joint venture between EAN International and the Uniform Code Council to
establish and support the EPC network as the global standard for immediate, automatic, and accurate
identification of any item in the supply chain of any company, in any industry, anywhere in the world.
"Exterior container" means a MIL-STD-129 defined container, bundle, or assembly that is sufficient
by reason of material, design, and construction to protect unit packs and intermediate containers and
their contents during shipment and storage. It can be a unit pack or a container with a combination of
unit packs or intermediate containers. An exterior container mayor may not be used as a shipping
container.
"Palletized unit load" means a MIL-STD-129 defined quantity of items, packed or unpacked, arranged
on a pallet in a specified manner and secured, strapped, or fastened on the pallet so that the whole
palletized load is handled as a single unit. A palletized or skidded load is not considered to be a
shipping container. A loaded 463L System pallet is not considered to be a palletized unit load. Refer to
the Defense Transportation Regulation, DoD 4500.9-R, Part II, Chapter 203, for marking of 463L
System pallets.
"Passive RFID tag" means a tag that reflects energy from the reader/interrogator or that receives and
temporarily stores a small amount of energy from the reader/interrogator signal in order to generate the
tag response. Acceptable tags are­
(1) EPC Class 0 passive RFID tags that meet the EPCglobal Class 0 specification; and
(2) EPC Class 1 passive RFID tags that meet the EPCglobal Class 1 specification.
"Radio Frequency Identification (RFID)" means an automatic identification and data capture
technology comprising one or more reader/interrogators and one or more radio frequency transponders
in which data transfer is achieved by means of suitably modulated inductive or radiating
electromagnetic carriers.

LP-D-I, JAN 06 EDITION LP-D-I, JUL 05 OBSOLETE


SECTIOND
REF. NO. DOC. BEING CONT'D
252.211-7006 RADIO FREQUENCY IDENTIFICATION (Continued)

"Shipping container" means a MIL-STD-129 defined exterior container that meets carrier regulations
and is of sufficient strength, by reason of material, design, and construction, to be shipped safely
without further packing (e.g., wooden boxes or crates, fiber and metal drums, and corrugated and solid
fiberboard boxes).
(b)(l) Except as provided in paragraph (b)(2) of this clause, the Contractor shall affix passive RPID
tags, at the case and palletized unit load packaging levels, for shipments of items that­
(i) Are in any of the following classes of supply, as defmed in DoD 4140.1-R, DoD Supply
Chain Materiel Management Regulation, APl.I.II:
(A) Subclass of Class I - Packaged operational rations.
(B) Class II - Clothing, individual equipment, tentage, organizational tool kits, hand tools, and
administrative and housekeeping supplies and equipment.
(C) Class VI - Personal demand items (non-military sales items).
(D) Class IX - Repair parts and components including kits, assemblies and subassemblies,
reparable and consumable items required for maintenance support of all equipment, excluding
medical-peculiar repair parts; and
(ii) Are being shipped to­
(A) Defense Distribution Depot, Susquehanna, PA: DoDAAC W25GlU or SW3124; or
(B) Defense Distribution Depot, San Joaquin, CA: DoDAAC W62G2T or SW3224.
(2) Bulk commodities are excluded from the requirements of paragraph (b)(l) of this clause.
(c) The Contractor shall ensure that­
SPMICI-07-R-0214

(1) The data encoded on each passive RFID tag are unique (i.e., the binary number is never
repeated on any and all contracts) and conforms to the requirements in paragraph (d) of this clause;
(2) Each passive tag is readable at the time of shipment in accordance with MIL-STD-129
(Section 4.9.1.1) readability performance requirements; and
(3) The passive tag is affixed at the appropriate location on the specific level of packaging, in
accordance with MIL-STD-129 (Section 4.9.2) tag placement specifications.
(d) Data syntax and standards. The Contractor shall use one or more of the following data constructs
to write the RFID tag identification to the passive tag, depending upon the type of passive RPID tag
being used in accordance with the tag construct details located at http://www.dodrfid.org/tagdata.htm
(version in effect as of the date of the solicitation):
(1) Class 0, 64 Bit Tag - EPCglobal Serialized Global Trade Item Number (SGTIN), Global
Returnable Asset Identifier (GRAI), Global Individual Asset Identifier (GW), or Serialized Shipment
Container Code (SSCC).
(2) Class 0, 64 Bit Tag - DoD Tag Construct.

(3) Class 1, 64 Bit Tag - EPCglobal SGTIN, GRAI, GIAI, or SSCc.

(4) Class 1, 64 Bit Tag - DoD Tag Construct.

(5) Class 0, 96 Bit Tag - EPCglobal SGTIN, GRAI, GIAI, or SSCC.

(6) Class 0, 96 Bit Tag - DoD Tag Construct.

(?) Class 1,96 Bit Tag - EPCglobal SGTIN, GRAI, GIAI, or SSCc.

(8) Class 1, 96 Bit Tag - DoD Tag Construct.

(e) Receiving report. The Contractor shall electronically submit advance shipment notice(s) with the
RFID tag identification (specified in paragraph (d) of this clause) in advance of the shipment in
accordance with the procedures at http://www.dodrfid.org/asn.htm.

LP-D-1, JAN 06 EDITION LP-D-l, JUL 05 OBSOLETE


SECTIOND
REF. NO. DOC. BEING CONT'D

52.211-9008 BAR CODING REQUIREMENTS FOR DIRECT VENDOR DELIVERY (DVD)


SHIPMENTS - DD FORM 250/250C/COMMERCIAL PACKING LIST (FEB 2004) DLAD
(a) This bar coding requirement is applicable only to solicitations and awards issued by DSCC,
DSCP, and DSCR that require shipments of material to a location other than a DLA Distribution Depot
(i.e., direct vendor delivery (DVD)). This clause requires a linear bar code only.
(b) In addition to other marking requirements in this contract, the following separate lines of bar
coded data, with Human Readable Interpretation (RR!) printed directly below the element, shall be
provided:
(1) Document number and suffix.
(2) National Stock Number (NSN) (in absence of the NSN, the CAGE and Part Number).
(3) ICP Routing Identifier Code (RIC), Unit ofIssue, quantity, followed by an "A" and eight
zeros.
(c) These bar code markings shall either be placed on or printed on labels affixed to either the DD
Form 250/250c or the commercial packing list. Ifused on DD Form 250/250c, it should be in blocks
15, 16,17, etc. In either case, these documents shall be furnished in Packing List Envelopes affixed to
the outside of the shipping container.
(d) The bar code symbology shall be Code 3 of9 (Code 39) in accordance with ISO/IEC-16388.

NOTES: In bar code element 1 above, the Document Number consists of a 14-character (15
characters when a suffix is included) alphanumeric code. It may be listed on a contract/award as the
Requisition Number, Transportation Control Number (TCN), etc.
SPM 1C1-07-R-02 14

In bar code element 2 above, the NSN will appear as a 13-digit code without the dashes.
In bar code element 3 above:
The RIC for each procuring activity is as follows:

S9C - Defense Supply Center Columbus - Construction


S9E - Defense Supply Center Columbus - Electronics
S9G - Defense Supply Center Richmond
S9I - Defense Supply Center Philadelphia - General and Industrial
S9T- Defense Supply Center Philadelphia - Clothing and Textiles
S9M - Defense Supply Center Philadelphia - Medical Materiel
S9P .. Defense Supply Center Philadelphia - Perishable Subsistence
S9S - Defense Supply Center Philadelphia - Semi-perishable Subsistence

The appropriate unit ofissue (VII) will appear as a two digit alpha character.

The quantity will appear as a five-position number, including zero fillers on the left.

The above will be followed by an "A" and eight zeros, (i.e. "AOOOOOOOO")

NO SPACES SHALL SEPARATE THE INDIVIDUAL DATA ELEMENTS WITHIN EACH LINE.

A copy of ISO/IEC-l 6388 is available from:

The American National Standards Institute


25 West 43 rd Street
New York, NY 10036

Or through www.ansi.org or www.iso.ch

LP-D-I, JAN 06 EDITION LP-D-1, JUL 05 OBSOLETE


SECTIOND
REF. NO. DOC. BEING CONT'D
52.211-9010 MILITARY SHIPPING LABEL (MSL) REQUIREMENTS -- MIL-STD-129P
(MAR 2004) DLAD
(a) MIL-STD-129, Revision P, dated December 15,2002, establishes the requirement for
Contractors that ship packaged materiel to the Government to provide both linear and two-dimensional
(2-D) bar coding on military shipping labels (MSLs). The new requirements apply to all shipments,
which includes either depot (DLA-Direct) or DVD (Customer-Direct) shipments. Linear (Code 3 of 9
or Code 39) bar codes continue to be required on interior packages (unit and intennediate packages)
for the National Stock (NSN) and, when applicable, the serial number; and on shipping containers and
palletized unit loads for the NSN, Contractor and Government Entity (CAGE) Code, contract number
and, when applicable, the serial number. The new requirements do not apply to delivery orders when
the basic contract has not been modified to require MIL-STD-129P.
(b) The new MSL replaces former DD Form 1387 and is illustrated in Figures 2a and 2b of MIL­
STD-129P. The MSL requires Code 3 of 9 or Code 39 linear bar codes for the Transportation Control
Number (TCN), piece number and DODAAC for the ultimate consignee or mark-for address. The 2-D
bar code on the MSL must contain the document (requisition) number, NSN, Routing Identifier Code
(RlC), Unit ofIssue, Quantity, Condition Code, and Unit Price, which are ordinarily included on the
DD Form 250 or the DD Form 1348-1A. MIL-STD-129P provides numerous illustrations of what
must be bar-coded and the recommended placement of the bar code. When the contract omits any
data element required to be bar-coded, the field should be zero-filled.
(c) MIL-STD-129P, sources for conforming labels, and related information are available on the
IDLA
I
Packaging Web Site at URL:
.http://www.dscc.dla.mil/offices/packaging!specstdslist.html#STDs.
SPMICI-07-R-0214

(d) This clause does not apply to ­


(1) Subsistence items procured through full-line food distributors (prime vendors), "market
ready" type items such as fresh milk, ice cream, and other fresh dairy products, fresh bread and other
fresh bakery products, and all fresh fruits and vegetables, shipped within the Continental United States
(CONUS) to customers within CONUS;
(2) Any item for which ownership remains with the vendor until the item is placed in designated
locations at the customer location prior to issuance to the customer. Government control begins upon
placement of the item by the vendor into the designated location or issuance from the designated
location by vendor personnel (i.e., the vendor is required to stock bins at the customer location and/or
issue parts fj~om a vendor controlled parts room); or
(3) Bulk purchases of petroleum, oil and lubricant products delivered by (1) pipeline; or (2) tank
car, tanker and tank trailer for which the container has (i) a capacity greater than 450 L (119 gallons)
as a receptacle for a liquid; (ii) a maximum net mass greater than 400 kg (882 pounds) and a capacity
greater than 450 L (119 gallons) as a receptacle for a solid; or (iii) a water capacity greater than 454 kg
(1000 poinds) as a receptacle for a gas.
NOTES:
In bar code element 1 above, the Document Number consists of a l4-character (15 characters when a
suffix is included) alphanumeric code. It may be listed on a contract/award as the Requisition Number,
Transportation Control Number (TCN), etc.
In bar code element 2 above, the NSN will appear as a l3-digit code without the dashes.
In bar code element 3 above:
The RIC for (:ach procuring activity is as follows:

S9C - Defense Supply Center Columbus - Construction


S9E - Defense Supply Center Columbus - Electronics
S9F - Defens(: Energy Support Center
LP-D-l, JAN 06 EDITION LP-D-l, JUL 05 OBSOLETE
SECTIOND
REF. NO. DOC. BErNG CONT'D
S9G - Defense Supply Center Richmond
S91 - Defense Supply Center Philadelphia - General and Industrial
S9T - Defense Supply Center Philadelphia - Clothing and Textiles
S9M - Defense Supply Center Philadelphia - Medical Materiel
S9P - Defense Supply Center Philadelphia - Perishable Subsistence
S9S - Defense Supply Center Philadelphia - Semi-perishable Subsistence

The appropriate unit of issue (V/I) will appear as a two digit alpha character.

The quantity will appear as a five-position number, including zero fillers on the left.

The above will be followed by an "A" and eight zeros, (i.e. "AOOOOOOOO")

NO SPACES SHALL SEPARATE THE INDIVIDUAL DATA ELEMENTS WITHIN EACH LINE.

A copy ofISO/lEC-16388 is available from:

The American National Standards Institute


25 West 43rd Street
New York, NY 10036
or through www.ansi.org or www.iso.ch.
SPMICI-07-R-0214

The following Defense Logistics Agency Directive (DLAD) clause incorporated by reference when

checked:

[ ] 52.211-9P012 OBSOLETE COMPONENTS (JUL 2005)

LP-D-l, JAN 06 EDITION LP-D-l, JUL 05 OBSOLETE


SECTIONE
REF. NO. DOC. BEING CONT'D
The clauses listed herein, if marked with an "X" in the space provided, apply to this solicitation. Some of the
clauses are printed full text, others are included by reference to the Master Solicitation. The clauses included by
reference are identified by the clause number, title and date. Each of the clauses incorporated by reference shall
have the same force and effect as if set forth in full. The insertion of an "X" by the offeror in any additional
space my render the offer unacceptable.

MASTER SOLICITATION CLAUSES INCORPORATED BY REFERENCE


[ ] 52.246-9P02 SUPPLIER RESPONSIBILITY FOR TESTING OF MATERIALS AND
COMPONENTS (JAN 1992) DSCP
[X] 52.246-9P04 SHADE EVALVAnON OF CONTRACTOR FURNISHED COMPONENTS (JAN
1992) DSCP
[X] 52.246-9P06 MANUFACTURING PROCESS CONTROLS AND IN-PROCESS INSPECTIONS FOR
FABRIC FINISHERS (AUG 1999) DSCP
[ ] 52.246-9P07 INSPECTION SYSTEM REQUIREMENT FOREIGN MANUFACTURED ITEMS
(JAN 1992) DSCP
[ ] 52.246-9P08 TEST AT GOVERNMENT LABORATORY (JAN 1992) DSCP

The following Federal acquisition regulation clauses are incorporated by reference:


[X] 52.246-2 INSPECTION OF SUPPLIES-FIXED PRICE (AUG 1996)
SPM1C1-07·-R-0214

[X] 52.246-15 CERTIFICATE OF CONFORMANCE (APR 1984)


[X] 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984)

CLAUSES SET FORTH IN FULL


[X] 52.246-9PI2 INSPECTION AND ACCEPTANCE BY THE GOVERNMENT (JAN 1992) DSCP
(a) Saving and reserving to the Government all rights under the inspection provision, the following is
applicable to this acquisition:
Inspection at [ X ] Contractor's Plant and Acceptance at [ X ] Contractor's Plant
[ ] Destination [ ] Destination
upon execution ofDD Form 250 by the authorized Government representative_
(b) Resultant award or contract will contain the name and address of the office responsible for performance
of inspection.
(c) Offeror shall indicate below the location where supplies will be inspected:

Plant: _

Street:

--------------------
City/St/Zip: _

[ ] (d) Notwithstanding the foregoing designation of destination as the place for inspection and acceptance of
supplies furnished hereunder, the Government reserves the right to require inspection and acceptance at
contractor's plant. Said right may be exercised either before award or during the course of performance of any
resultant contract. Should said right be exercised during the course of performance, only the undelivered portion
of the contract quantities will be subject to inspection and acceptance at contractor's plant. In view of the
foregoing, offerors are required to supply the information requested in paragraph (c), above.
LP-E-l MAR 03 EDITION LP-D-I, SEP 02, REPLACED
SPMl CI-07-R-0214

SECTION E
REf. NO. DOC. BEING CONT'D

[X] 52.246-9P44 IDENTIFICATION OF QUALIFIED LABORATORY AND SOURCE SAMPLING (AUG


1999) DSCP
(a) The offeror or bidder shall indicate in paragraph (e) below the name and address of the laboratory or
laboratories where components or end items will be tested during the course of any resultant contract. Any
laboratory proposed by the contractor is subject to the approval of the contracting officer.
(b) The Government QAR will cut samples from a lot at the textile component source and send them for
testing to the Laboratory cited below. (The acceptability of each lot will be determined through the testing of
these samples) . In addition, the QAR will simultaneously cut samples from the same rolls of material and send
them to the DSCP laboratory when advised by the DSCP textile technologist to do so. For end items, duplicate
samples will be drawn. Source sampling procedures are detailed further in DSCP Manual, Quality Systems
Requirements, 4155.3, which is incorporated by reference.
(c) The prime contractor will notify the DSCP textile technologist (Joe Jaworski at (215) 737-3246) in
writing at least ten days in advance when lots are to be presented to allow Government witnessing of testing at
the contractor's laboratory. If the Government intends to witness testing, a representative from the DSCP
laboratory will notify the contractor's laboratory. In the absence of Government notification, testing should
proceed as scheduled.
(d) Should the contracting officer withdraw approval of the laboratory proposed by the contractor during
the course of a eontract, DSCP will perform the required testing for up to 30 calendar days from the date of
approval withdrawal. The contractor is responsible for securing the services of another laboratory during this
period. The charge for testing will be the DSCP laboratory's effective cost rate on the date of testing.
(e) Any change in the laboratory (or laboratories) specified below is prohibited unless approved in advance
by the contracting officer.

Name and Address of Laboratory Component Identity* Name and Address of


Component Source

_Ballistic Testing_

_ Altitude Test__

* When a single lot of material requires testing by more than one laboratory for different characteristics, list the
name of the secondary laboratory and the test characteristics below:

Name and Address of Laboratory Component Identity Test Characteristics

(f) It is solely the prime contractor's responsibility to schedule laboratory testing and to obtain test reports.
The cost oflaboratory testing shall also be borne by the prime contractor.
(g) Shipments of component materials to the prime contractor need not be deferred pending test results
except when shade approval is required (see paragraph (h». Cutting production lots without a passing laboratory
test report on the corresponding samples is done at the contractor's own risk.
(h) Shade evaluation is acceptance testing. Therefore, component lots may not be shipped to the prime
contractor until the DSCP laboratory accepts the shade of the material.

LPC-E-2, AUG 99 EDITION LPF-E-2, JUN 97 OBSOLETE


SPMICI-07-R-0214

SECTIONE
REF. NO. DOC. BEING CONT'D
---------------------------
52.246-11 HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (FEB 1999)

The Contractor shall comply with the higher-level quality standard selected below. [If more than
one standard is listed, the offeror
shall indicate its selection by checking the appropriate block.]

Title Number Date Tailoring

ISO 9002

ANSIIASQC Q92

[Contracting Officer insert the title, number (if any), date, and tailoring (if any) of the higher-level
quality standards.]

52.246-9001 MANUFACTURING PROCESS CONTROLS AND IN-PROCESS INSPECTIONS


(JUN 1998) DLAD

LP-E-6, MAR 99 EDITION LP-E-6, NOV 98 OBSOLETE


SPMICI-07-R-0214

SECTIONF

REF. NO. DOC. BEING CONT'D

The following provisions/clauses are incorporated by reference only when checked:

[ ] 52.211-11 LIQUIDATED DAMAGES-SUPPLIES, SERVICES OR RESEARCH AND DEVELOPMENT (SEP 2000)


Paragraph (a): Insert the amount of _
[X] 52.211-16 VARlATION IN QUANTITY (APR 1984)

Paragraph (b): The permissible variation shall be limited to:

___2_ _Percent increase _ _2 Percent decrease

This lincrease or decrease shall apply to:


[ x] 1. Each contract sub-line item number (e.g., 000 I AA)

[ ] 2. The following contract sub-line item numbers:

[X] 52.21] -17 DELIVERY OF EXCESS QUANTITIES (SEP 1989)


[X] 52.242-15 STOP-WORK ORDER (AUG 1989)
[X] 52.242-17 GOVERNMENT DELAY OF WORK (APR 1984)
[ ] 52.247-29 F.O.B. ORIGIN (FEB 2006)
[X] 52.247-34 F.O.B. DESTINATION (NOV 1991)
[ ] 52.247-52 CLEARANCE AND DOCUMENTATION REQUIREMENTS - SHIPMENTS TO DoD AIR OR WATER

TERMINAL TRNSSHIPMENT POINTS (FEB 2006)

[ ] 52.247-58 LOADING, BLOCKING, AND BRACING OF FREIGHT CAR SHIPMENTS (APR 1984)
[ ] 52.247-59 F.O.S. ORIGIN--CARLOAD AND TRUCKLOAD SHIPMENTS (APR 1984)
[ ] 52.247-61 F.O.B. ORIGIN-MINIMUM SIZE OF SHIPMENTS (APR 1984
[ ] 52.247-65 F.O.B. ORIGIN, PREPAID FREIGHT-SMALL PACKAGE SHIPMENTS (JAN 1991)
[X] 52.247-68 REPORT OF SHIPMENT (REPSHIP) (FEB 2006)
MASTER SOLICITAnON CLAUSES INCORPORATED BY REFERENCE
[ ] 52.242-9P03 REPORT OF SHIPMENT (REPSHIP) OF PERISHABLE MEDICAL ITEMS (JAN 1992) DSCP
[ ) 52.247-9P06 SPECIAL HANDLING/STORAGE INSTRUCTIONS (JAN 1992) DSCP
The following clause is set forth in full text:
[X] 52.246-9P27 DISTRIBUTION OF MATERIAL INSPECTION AND RECEIVING REPORTS (DD FORM 250) (MAY
2004) DSCP
(a) If processed manually, distribution of Material Inspection and Receiving Reports (DD Form 250) will be in
accordance with Appendix F of the Defense FAR Supplement (DFARS). The "Purchasing Office" copy shall be forwarded
to the Defense Supply Center Philadelphia, Defense Logistics Agency, 700 Robbins Avenue, Philadelphia, PA 19111-5092,
ATTN: DSCP-FQDA - Mara Cremen.
(i) The Supply Planner's copy shall be mailed in a separate envelope to the address cited above.
Marked for ATTN: DSCP-FQDA.
(ii) This is a acquisition. With respect to Table 2, Special Distribution, of DFARS Appendix
F, ~_. _
*NOTE: When paragraphs (a)(i) and (a)(ii) are both completed with a DSCP attention code, contractor is required to use one
envelope addressed to DSCP- ; however, the top of each form must be annotated with separate codes
appearing in paragraphs (a)(i) and (a)(ii) respectively.
(b) Whether processed manually, or through the Wide Area Work Flow Receipt and Acceptance (WAWF-RA) electronic
form, if this purchase is for Foreign Military Sales (FMS):
(i) Eight (8) paper copies of the DD250 are required for the FMS representatives. These copies shall be mailed to the
addressees) provided in accordance with DSCP 52.225-9POl, FMS Shipping Instructions; and
(ii) Contractors must ensure that a copy of the DD250 is placed on the inside and the outside of each package shipped to
the freight forwarder.
LP-F-I, JAN 06 EDITION LP-F-l, MAY 04 OBSOLETE
SPM1Cl-07-R-0214

SECTIONH
REF. NO. DOC. BEING CONT' 0

The following Defense Supply Center Philadelphia clauses are incorporated by reference only
when checked:

[ ] 52.211-9P36 FDA COMPLIANCE (JAN 1992) DSCP

[ ] 52.246-9P37 WARRANTY OF SUPPLIES (JAN 1992) DSCP

The following Defense Supply Center Philadelphia clauses are incorporated only when checked:

[X] 52.246-9P35 WARRANTY OF SUPPLIES (APR 2003) DSCP

(a) Definitions.

"Acceptance", as used in this clause, means the act of an authorized representative of the government
by which the government assumes for itself, or as an agent of another, ownership of existing supplies,
or approves specific services as partial or complete performance of the contract.

"Correction", as used in this clause, means the elimination of a defect.

"Supplies", as used in this clause, means the end item furnished by the contractor and related services
required under the contract. The word does not include "data".

(b) Contractor's Obligations.

(1) Notwithstanding inspection and acceptance by the government of supplies furnished under
this contract, or any condition of this contract concerning the conclusiveness thereof, the contractor
warrants that for 12 months after receipt of supplies at destination:

(i) all supplies furnished under this contract will be free from defects in material or
workmanship and will conform with all requirements of this contract; and

(ii) the preservation, packaging, packing and marking, and the preparation for, and method of,
shipment of such supplies will conform with the requirements of this contract.

(2) When return of the supplies to the contractor and redelivery, if applicable, is required,
transportation charges and responsibility for the supplies while in transit shall be borne by the
contractor. Contractor shall also be liable for:

(i) handling costs and incidental charges incurred by the government in the preparation of the
above described supplies for return to the contractor and in return of said supplies to storage, after
redelivery by the: contractor; and

(ii) for cost of government examination of the corrected or replaced supplies computed and
charged at the flat rate of$49.28 per hour.

LP-H-2, SEP 05 EDITION LP-H-2, AUG 04 OBSOLETE PAGE 1 OF 3 PAGES


SPMICI-07-R-0214

SECTIONH

REF. NO. DOC. BEING CONT'D

(3) Any supplies or parts thereof, corrected or furnished in replacement under this clause, shall
also be subject to the tenus of this clause to the same extent as supplies initially delivered. The
warranty, with respect to supplies or parts thereof, shall be equal in duration to that in paragraph (b)(1)
of this clause and shall run from the date of receipt at destination ofthe corrected or replaced supplies.

(4) All implied warranties of merchantability and "fitness for a particular purpose" are excluded
from any obligation contained in this contract.

(c) Remedies Available to the Government.

(1) The contracting officer shall give written notice to the contractor of any breach of warranties
in paragraph (b)( 1) of this clause within lJ months from receipt of supplies at destination.

(2) Conformance of supplies or parts thereof subject to warranty action shall be determined in
accordance with the inspection and acceptance procedures contained in the contract except as provided
herein. If the contract provides for sampling, the contracting officer may group any supplies delivered
under this contract. The size of the sample shall be that required by the sampling procedure specified
in the contract for the quantity of supplies on which warranty action is proposed, except when
projecting sampling results. Warranty sampling results may be projected over supplies in the same
shipment or other supplies contained in other shipments even though all of such supplies are not
present at the point of reinspection and regardless of whether such supplies have been issued or
consumed, proVided; the supplies from which the samples were drawn are reasonably representative of
the quantity on which warranty action is proposed; and the defects found in the sample size are
sufficient to reject the quantity of supplies on which warranty action is proposed, even though the
sample size may be less than that required for such quantity. The original inspection lots need not be
reconstituted, nor shall the contracting officer be required to use the same lot size as on original
inspection. Within a reasonable time after the notice, the contracting officer may exercise one or more
of the following options, and also, following the exercise of any option, may unilaterally change it to
one or more of the other options set forth below:

(i) Require an equitable adjustment in the contract price for any supplies or group of supplies;

(ii) Screen the supplies grouped under this clause at contractor's expense and return all
nonconforming supplies to the contractor for correction or replacement;

(iii) Require the contractor to screen the supplies at depots designated by the government
within the continental united states and to correct or replace all nonconforming supplies;

(iv) Return any supplies or group of supplies under this clause to the contractor (irrespective of
the F.O.B. point or the point of acceptance) for screening and correction or replacement;

(v) Retum or hold for contractor's account any supplies or group of supplies delivered
hereunder, whereupon the contractor shall repay the contract price paid therefore. In such event, the
government may reprocure similar supplies upon such tenus and in such manner as the contracting
officer may deem appropriate, and charge to the contractor the additional cost occasioned the
government thereby.

LP-H-2, SEP 05 EDITION LP-H-2, AUG 04 OBSOLETE PAGE 2 OF 3 PAGES


SPMICI-07-R-0214

SECTIONH

REF. NO. DOC. BEING CaNTO

(3) Wben either option three or four of this clause is exercised, the contractor is required to

submit in writing and within 30 days after receipt of notice of such invocation a schedule for either:

(i) correction and/or replacement of all defective supplies and subsequent redelivery of the

returned supplies; or,

(ii) screening defective supplies at each depot involved and subsequent redelivery of all
corrected and/or replaced supplies. Such schedule will become a part of the contract delivery schedule
upon agreement thereto by the government. If the contractor fails to provide an agreeable schedule
within the specified period, or any extension agreed to by the government, the government may correct
the items and charge the contractor's account, or issue a contract for correction of the items and charge
the contractor's account, or exercise one or more of the remedies specified in paragraph (4) below.

(4) If the contractor fails to accept return of the nonconforming supplies, or fails to make
redelivery of the corrected or replaced supplies to the government within the time established, or fails
to make progress after their return to correct or replace them so as to endanger performance within the
time established for redelivery and does not cure such failure within a period of 10 days (or such
longer period as the contracting officer may authorize in writing) after receipt of notice from the
contracting otficer specifying such failure, the contracting officer may exercise one or more of the
following remedies:

(i) Retain or have the contractor return the nonconforming supplies and require an equitable

adjustment in the contract price.

(ii) Return or hold the nonconforming supplies for contractor's account, or require the return of
the nonconforming supplies and then hold for contractor's account, whereupon the contractor shall
repay the contract price therefore. In such event, the government may reprocure similar supplies upon
such terms and in such manner as the contracting officer may deem appropriate, and charge to the
contractor the additional costs occasioned the government thereby.

(iii) lfthe contractor fails to furnish timely disposition instructions, dispose of the
nonconforming supplies for the contractor's account in a reasonable manner, in which case the
government is entitled to reimbursement from the contractor or from the proceeds for the reasonable
expenses of the care and disposition of the nonconforming supplies, as well as for any other costs
incurred or to be incurred.

(5) The rights and remedies ofthe government provided in this clause are in addition to, and do
not limit, any rights afforded to the government by any other clause of this contract.

(d) Failure to agree upon any determination to be made under this clause shall be a dispute
concerning a que~stion of fact within the meaning of the "disputes" clause of this contract.

(e) When the contract specifies ultimate delivery of supplies to a location outside the contiguous
United States, such location shall be deemed the destination for purposes of this clause.

LP-H-2, SEP 05 PAGE 3 OF 3 PAGES


SPMICI-07-R-0214

SECTION I

REF. NO. DOC. BEING CONT'D

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(es): http://www.dla.mil/j-3/j-336/icps.htm
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 Defense FAR Supplement (48 CFR Chapter 2) clause with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
The FAR provisions/clauses listed below are incorporated by reference only when checked.
[X] 52.204-7 CENTRAL CONTRACTOR REGISTRATION (DEC 2003)

[ ] 52.204-7 CENTRAL CONTRACTOR REGISTRATION (DEC 2003) ALTERNATE I (DEC 2003)

[X J 52.208-9 CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY (JUL 2004)

[X] 52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (SEP 1990)

[ ] 52.214-26 AUDIT AND RECORDS--SEALED BIDDING (OCT 1997)

[ ] 52.214-27 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--MODIFICATIONS-­

SEALED BIDDING (OCT 1997)

[ ] 52.214-28 SUBCONTRACTOR COST OR PRICING DATA-- MODIFICATIONS--SEALED BIDDING

(OCT 1997)

[ ] 52.214-29 ORDER OF PRECEDENCE - SEALED BIDDING (JAN 1986)

[ ] 52.217-2 CANCELLATION UNDER MULTIYEAR CONTRACTS (OCT 1997)

[ ] 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)

Insert "the time specified in paragraph (c) of clause 52.217-9P08."


[ ] 52.217-7 OPTION FOR INCREASED QUA.!~TITY--SEPARATELYPRICED LINE ITEM (MAR 1989)
Insert "the time specified in paragraph (c) of clause 52.2l7-9P08."
( ] 52.219-3 NOTICE OF TOTALHUBZONE SET-ASIDE (JAN 1999)
(X] 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS
CONCERNS (JUL 2005)
( ] 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003)
[ ] 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) ALTERNATE I (OCT 1995)
[ ] 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) ALTERNATE II (MAR
2004)

[X] 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004)

( ] 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005)

( ] 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005) ALTERNATE I (OCT 2001)

[X] 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005) ALTERNATE II (OCT 2001)

[ ] 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996)

[X] 52.219-16 LIQUIDATED DAMAGES - SUBCONTRACTING PLAN (JAN 1999)

LP-I-l, JAN 06 EDITION LP-I-l, NOV 05 OBSOLETE PAGE 1 of 4 PAGES

SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D
[ ] 52.219-27 NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET­
ASIDE (MAY 2004)
[ ] 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

[ ] 52.222-3 CONVICT LABOR (JUN 2003)


[X] 52.222-19 CHILD LABOR- COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2006)
[X] 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (DEC 1996)
[X] 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999)
[X] 52.222-26 EQUAL OPPORTUNITY (APR 2002)
[ ] 52.222-29 NOTIFICATION OF VISA DENIAL (JUN 2003)
[X] 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE

VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001)

[X] 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998)
[X] 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE

VIETNAM ERA (DEC 2001)

[X] 52.222-38 COMPLIANCE WITH VETERANS' EMPLOYMENT REPORTING REQUIREMENTS (DEC


2001)
[X] 52.222-39 NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DlJES

OR FEES (DEC 2004)

[X] 52.223-6 DRUG-FREE WORKPLACE (MAY 2001)


[ ] 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA­

DESEGNATED PRODUCTS (AUG 2000)

[ ] 52.223-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA­


DESEGNATED PRODUCTS (AUG 2000) ALTERNATE I (APR 1996)
[X] 52.223-14 TOXIC CHEMICAL RELEASE REPORTING (AUG 2003)
[X] 52.227-1 AUTHORIZATION AND CONSENT (JUL 1995)
[X] 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND CPYRIGHT INFRINGEMENT
(AUG 1996)
[ ] 52.227-3 PATENT INDEMNITY (APR 1984)

[ ] 52.227-3 PATENT INDEMNITY (APR 1984) ALTERNATE I (APR 1984)

(c) This patent indemnification shall not apply to the following items:

[ ] 52.228-14 IRREVOCABLE LETTER OF CREDIT (DEC 1999)


[X] 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (APR 2003)

[ ] 52.229-4 FEDERAL, STATE, AND LOCAL TAXES (STATE AND LOCAL ADJUSTMENTS) (APR

2003)

[ ] 52.229-6 TAXES--FOREIGN FIXED-PRICE CONTRACTS (ruN 2003)

( ] 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984)


LP-I-l, JAN 06 EDITION LP-I-1, NOV 05 OBSOLETE PAGE 2 of4 PAGES
SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

[ ] 52.232-16 PROGRESS PAYMENTS (APR 2003)


[ ] 52.232-16 PROGRESS PAYMENTS (APR 2003) ALTERNATE II (APR 2003)
Paragraph (0) $ (limit on amount of unliquidated progress payments)
[ ] 52.232-16 PROGRESS PAYMENTS (APR 2003) ALTERNATE III (APR 2003)
[] 52.232-18 AVAILABILITY OF FUNDS (APR 1984)
[X] 52.232-25 PROMPT PAYMENT (OCT 2003)
The following time frames apply to the fill-ins contained in this clause:
Para (a)(5)(i): 7th day
Para (b)(1): 7th day for progress payments and 14thday for interim payments on cost type contracts.
[X] 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - CENTRAL CONTRACTOR
REGISTRATION
(OCT 2003)

[ ] 52.232-36 PAYMENT BY THIRD PARTY (MAY 1999)


[ ] 52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)
[ ] 52.242-2 PRODUCTION PROGRESS REPORTS (APR 1991)
[ ] 52.244-2 SUBCONTRACTS (COST-REIMBURSEMENT AND LETTER CONTRACTS) (AUG 1998)
ALTERNATE I (JAN 2006)
[ ] 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004)
[ ] 52.245-2 GOVERNMENT PROPERTY (FIXED-PRICE CONTRACTS) (MAY 2004) ALTERNATE I
(APR 1984) (DEVIATION)
[ ] 52.245-4 GOVERNMENT-FURNISHED PROPERTY (SHORT FORM) (JUN 2003)
[ ] 52.245-17 SPECIAL TOOLING (MAY 2004)
[X] 52.246-23 LIMITATION OF LIABILITY (FEB 1997)
[ ] 52.246-24 LIMITATION OF LIABILITY-HIGH VALUE ITEMS (FEB 1997)
[ ] 52.246-24 LIMITATION OF LIABILITY-HIGH VALUE ITEMS (FEB 1997) ALTERNATE I (APR 1984)
[ ] 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS (APR 1984)
[X] 52.248-1 VALUE ENGINEERING (FEB 2000) ALTERNATE III (APR 1984)
NOTE: In accordance with DSCP VECP program requirements, a VECP will not be considered if it is the
subject of a similar proposal submitted by another contractor or if the Government is independently pursuing a
similar engineering change.

[ ] 52.251-1 GOVERNMENT SUPPLY SOURCES (APR 1984)

[X] 52.253-1 COMPUTER GENERATED FORMS (JAN 1991)

LP-I-l, JAN 06 EDITION LP-I-1, NOV 05 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

I. The following FAR provision/clauses are incorporated by reference in all acquisitions:


52.202-1 DEFINITIONS (JUL 2004)
52.203-3 GRATUITIES (APR 1984)
52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984)
52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1995)
52.203-7 ANTI-KICKBACK PROCEDURES (JUL 1995)
52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER
ACTIVITY (JAN 1997)
52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)
52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP
2005)
52.204-4 PRINfED OR COPIED, DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000)
52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED OR PROPOSED FOR DEBARMENT (JAN 2005)
52.211-5 MATERIAL REQUIREMENTS (AUG 2000)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005)
52.232-1 PAYMENTS (APR 1984)
52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)
52.232-11 EXTRAS (APR 1984)
52.232-17 INTEREST (JUN 1996)
52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986)
52.233-1 DISPUTES (JUL 2002)
52.233-3 PROTEST AFTER AWARD (AUG 1996)
52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.242-13 BANKRUPTCY (JUL 1995)
52.243-1 CHANGES-FIXED PRICE (AUG 1987)
52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (FEB 2006)
52.249-2 TERMINATION FOR CO:N"VENIENCE OF THE GOVERNMENT (FIXED-PRICE) (MAY 2004)
52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984)

II. The following Defense Logistics Agency Directive (DLAD) clause is incorporated in all solicitations and
contracts:

52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN


2001) (c) If you wish to opt out of this clause, check here [ ]

LP-I-2, JAN 06 EDITION LP-I-2, NOV 05 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D
The FAR provisions/clauses listed below are incorporated by reference only when checked. Where an
applicability statement appears beneath a checked provision/clause, the provision/clause will apply only as
indicated in the statement.
[X] 52.215-2 AUDIT AND RECORDS-- NEGOTIATION (AUG 1996)

[X] 52.215-8 ORDER OF PRECEDENCE - UNIFORM CONTRACT FORMAT (OCT 1997)

[ ] 52.215-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997)

[X] 52.215-11 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--MODIFICATIONS


(OCT 1997)

[ ] 52.215-12 SUBCONTRACTOR COST OR PRICING DATA (OCT 1997)

[X] 52.215-13 SUBCONTRACTOR COST OR PRICING DATA--MODIF1CATIONS (OCT 1997)

[X] 52.215-14 INTEGRITY OF UNIT PRICES (OCT 1997)

[ ] 52.215-14 INTEGRITY OF UNIT PRICES (OCT 1997) ALTERNATE I (OCT 1997)

[ ] 52.215-15 PENSION ADJUSTMENTS AND ASSET REVERSIONS (OCT 2004)

[ ] 52.215-18 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRE)


OTHER THAN PENSIONS (JUL 2005)

[ ] 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)

[ ] 52.216-4 ECONOMIC PRICE ADJUSTMENT--LABOR AND MATERIAL (JAN 1997)

[ ] 52.216-19 ORDER LIMITATIONS (OCT 1995)


The following information applies:
paragraph (a): _
paragraph (b)(l):. _
paragraph (b)(2): _
paragraph (b)(3): _
paragraph (c)

[ ] 52.230-2 COST ACCOUNTING STANDARDS (APR 1998)

[ ] 52.230-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES (APR 1998)

[ ] 52.230-4 CONSISTENCY IN COST ACCOUNTING PRACTICES (AUG 1992)

[ ] 52.230-5 COST ACCOUNTING STANDARDS-EDUCATIONAL INSTITUTION (APR 1998)

[ ] 52.230-6 ADMINISTRATION OF COST ACCOUNTING STANDARDS (APR 2005)

[ ] 52.244-5 COMPETITION IN SUBCONTRACTING (DEC 1996)

LP-I-3, SEP 05 EDITION LP-I-3, JUL 05 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D PAGE OF

The following Defense FAR Supplement (DFARS) clauses are incorporated by reference in all solicitation and
contracts.

NUMBER TITLE/DATE
252203-700 I PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-
RELATED FELONIES (DEC 2004) DFARS

252.204-7003 CONTROL OF GOVERNMENT WORK PRODUCT (APR 1992) DFARS

252.204-7004 ALTERNATE A (NOV 2003) DFARS

252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE


GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006) DFARS

252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (APR 2003) DFARS

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JAN 2007) DFARS

252.243-700 I PRICING OF CONTRACT MODIFICAnONS (DEC 1991) DFARS

252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998) DFARS

252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS

The following Defense FAR Supplement (DFARS) clauses are incorporated by reference only when checked.

NUMBER TITLE/DATE
[X] 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991)
DFARS

[X] 252.215-7000 PRICING ADJUSTMENTS (DEC 1991) DFARS

( ] 252.215-7002 COST ESTIMATING SYSTEM REQUIREMENTS (DEC 2006) DFARS

[ ] 252.217-7001 SURGE OPTION (AUG 1992) DFARS


(a)(l) %

( ] 252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (APR 2007) OF ARS

[ ] 252.223-7002 SAFETY PRECAUTIONS FOR AMMUNITION AND EXPLOSIVES (MAY 1994) DFARS

( ] 252.223-7003 CHANGE IN PLACE OF PERFORMANCE-AMMUNITION AND EXPLOSIVES (DEC 1991) DFARS

[ ] 252.223-7004 DRUG-FREE WORK FORCE (SE? 1988) DFARS

( ] 252225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (FEB 2006) DFARS

(X] 252.225-7003 REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA-
SUBMISSION WITH OFFER (DEC 2006) DFARS

[X] 252.225-7004 REPORTING OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA
- SUBMISSION AFTER AWARD (DEC 2006) DFARS

[X] 252.225-7006 QUARTERLY REPORTING OF ACTUAL CONTRACT PERFORMANCE OUTSIDE THE UNITED
STATES (DEC 2006) DFARS

LP-I-4, APR 07 EDITION LP-I-4, MAR 07 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D PAGE OF
[ ] 252.225-7013 DUTY FREE ENTRY (OCT 2006) DFARS

[ ] 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS (JUN 2005) DFARS

[ ] 252.225-7021 TRADE AGREEMENTS (MAR 2007) DFARS

[ ] 252.225-7028 EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN GOVERNMENTS


(APR 2003) DFARS

[X] 252.225-7031 SECONDARY ARAB BOYCOIT OF ISRAEL (JUN 2005) DFARS

NUMBER TITLEIDATE
[ ] 252.225-7032 WAIVER OF UNITED KINGDOM LEVIES - EVALUATION OF OFFERS (APR
2003) DFARS

[ ] 252.225-7033 WAIVER OF UNITED KINGDOM LEVIES (APR 2003) DFARS

[ ] 252.225-7036 BUY AMERICAN ACT - FREE TRADE AGREEMENTS - BALANCE OF


PAYMENTS PROGRAM (MAR 2007) DFARS

[ ] 252.225-7036 BUY AMERICAN ACT - FREE TRADE AGREEMENTS - BALANCE OF


PAYMENTS PROGRAM (MAR 2007) ALTERNATE I (OCT 2006) DFARS

[ ] 252 225-7040 CONTRACTOR PERSONNEL SUPPORTING A FORCE DEPLOYED OUTSIDE


THE UNITED STATES (JUN 2006) DFARS

[ ] 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE


CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) DFARS
(d) Infonnation and guidance pertaining to DoD antiterrorism/force protection can
be obtained from _

[X] 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC


ENTERPRISES, AND NATIVE HAWAlIAN SMALL BUSINESS CONCERNS
(SEP 2004) DFARS

[ ] 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (NOV 1995) DFARS

[ ] 252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION (JUN 1995) DFARS

[ ] 252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE


RESTRICTIONS (JUN 1995) DFARS

[X] 252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991) DFARS

[ ] 252.232-7002 PROGRESS PAYMENTS FOR FOREIGN MILlTARY SALES ACQUISITIONS


(DEC 1991) DFARS

[X] 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENTS REQUEST (MAR 2007) DFARS

[X] 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS

[ ] 252.232-7004 DoD PROGRESS PAYMENT RATES (OCT 2001) DFARS


LP-I-4, APR 07 EDITION LP-J-4, MAR 07 OBSOLETE
SPMlCI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D PAGE OF
[ ] 252.237--7019 TRAINING FOR CONTRACTOR PERSONNEL INTERACTING WITH
DETAINEES (SEP 2005) DFARS

[ ] 252.239-·7000 PROTECTION AGAINST COMPROMISING EMANATIONS (JUN 2004) DFARS

[ ] 252.242-7003 APPLICATION FOR U.S. GOVERNMENT SHIPPING


DOCUMENTATION/INSTRUCTIONS (DEC 1991) DFARS

[ ] 252.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (DEC 2000)


DFARS

[ ] 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS AND COMMERCIAL


COMPONENTS (DoD CONTRACTS) (NOV 2005) DFARS

[ ] 252.245-7001 REPORTS OF GOVERNMENT PROPERTY (MAY 1994) DFARS

[X] 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003) DFARS

[ ] 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE I (MAR


2002) DFARS

[ ] 252.251-7000 ORDERING FROM GOVERNMENT SUPPLY SOURCES (NOV 2004) DFARS

The following; Defense Logistics Acquisition Directive (DLAD) Clauses are incorporated by reference only
when checked:

NUMBER TITLEIDATE

[ ] 52.211-9002 PRIORITY RATING (MAR 2000) DLAD

[X] 52.211-9004 PRIORITY RATING FOR VARIOUS LONG-TERM CONTRACTS (MAR 2000)
DLAD

[ ] 52.211-9006 CHANGES IN CO~'TRACTORSTATUS, ITEM ACQUIRED, AND/OR


MANUFACTURING PROCESSIFACILITY - CRITICAL SAFETY ITEMS (JUL
2002) DLAD

[ ] 52.211-9007 WITHHOLDING OF MATERIAL REVIEW BOARD (MRB) AUTHORlTY-


CRITICAL SAFETY ITEMS (JUL 2002) DLAD

[X] 52.215-9006 JAVITS-WAGNER-O'DAY ACT ENTITY- CONTRACTOR REPORTING (DEC


1997) DLAD

[ ] 52.215-9011 REQUIREMENTS FOR QUANTITY INCREMENTS OR RANGES (JUL 2006)


DLAD

[X] 52.216-9006 ADDITIONiDELETION OF ITEMS (AUG 2005) DLAD

[ ] 52.216-9007 CONTRACT AND DELIVERY ORDER LIMITATIONS (JUL 2006) DLAD

[ ] 52.216-9008 OFFEROR'S QUANTITY LIMITATIONS (JUL 2006) DLAD

LP-I-4, APR 07 EDITION LP-I-4, MAR 07 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D PAGE OF
[ ] 52.217-9006 LIMITATIONS ON SURGE AND SUSTAINMENT (S&S) ThTVESTMENTS (JUL
1999) DLAD

[ ] 52.219-9001 SET-ASIDES OF ACQUISITIONS OF ITEMS LISTED IN THE SCHEDULE OF


PRODUCTS MADE IN FEDERAL PENAL AND CORRECTIONAL
INSTITUTIONS (JUN 2002) DLAD

[X] 52.219-9003 DLA MENTORING BUSINESS AGREEMENTS (DEC 1997) DLAD

[ ] 52.239-9000 Y2K COMPLIANCE NOTICE (JUN 2002) DLAD

The following Defense Supply Center Philadelphia (DSCP) Clauses are incorporated only when checked:

[X] 52.214-9P06 ROUNDING OFF OF OFFER AND AWARD PRICES (JAN 1992) DSCP
Unit prices shall be limited to a maximum offour decimal places. For evaluation and award purposes,
offers containing a unit price of more than four decimal places shall be rounded off to four decimal places. For
administrative purposes, the extended line item and total dollar amounts will be rounded to two decimal places
and may not precisely reflect the quantity(ies) times the unit prices(s). Payment shall be accomplished on a unit
price basis.

[ ] 52.214-9P06 ROUNDING OFF OF OFFER AND AWARD PRICES (JAN 1992) ALTERNATE I (FEB
1998) DSCP
In lieu of four decimal places, unit prices shall be limited to a maximum of two decimal places. For evaluation
and award purposes, offerors containing a unit price of more than two decimal places shall be rounded off to two
decimal places, as follows:
$0.01 to $0.104 = $0.10
$0.105 to $0.109 = $0.11
$0.111 to $0.114 = $0.11
$0.115 to $0.119 = $0.12, etc

LP-I-4, APR 07 EDITION LP-I-4, MAR 07 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D PAGE OF
The followiIig Defense FAR Supplement (DFARS) clause is incorporated only when checked:

[X] 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) DFARS


(a) Definitions. As used in this clause-
(1) "Contract fmancing payment" and "invoice payment" have the meanings given in section 32.001 of the
Federal Acquisition Regulation.
(2) "Electronic fonn" means any automated system that transmits information electronically from the
initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic
forms for submission of payment requests. However, scanned documents are acceptable when they are part of a
submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this
clause.
(3) "Payment request" means any request for contract financing payment or invoice payment submitted by
the Contractor under this contract.
(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one
of the following electronic forms:
(1) Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is
available on the Internet at https://wawf.eb.mil.
(2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at
https:!/ecweb.dfas.mil.
(3) American National Standards Institute (ANSI) X.l2 electronic data interchange (EDI) formats.
(i) InfoIDlation regarding EDI formats is available on the Internet at http://www.X12.org.
(ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi.
(4) Another electronic form authorized by the Contracting Officer.
(c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a
payment request in electronic form, the Contractor shall submit the payment request using a method mutually
agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office.
(d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate
payment clauses in this contract when submitting payment requests.

LP-I-4, APR 07 EDITION LP-I-4, MAR 07 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

52.209-4 FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989)


(a) The Contractor shall deliver ** see Section C - Item Description** unites) of Lot/Item 9906 within 90 DAYS
calendar days from the date of this contract to the Government at the Contractor's facility for first article tests. The shipping
documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article
must meet and the testing requirements are specified elsewhere in this contract.
(b) Within 19..calendar days after the Government receives the first article, 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.
(c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for
testing. After each request, 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 foHowing a disapproval. The Contractor shall furnish any additional first article to the Government
under the terms and conditions and within the time specified by the Government. The Government shall act on this first
article within the time limit 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 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, the Contractor-
(1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract
requirements for acceptance and was not consumed or destroyed in testing; and
(2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense.
(f) lfthe Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shan,
upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or
performance datl:S andlor the contract price, and any other contractual term affected by the delay.
(g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair
of the first article during any first article test.
(h) Before first article approval, the acquisition of materials or components for, or the commencement of production of,
the balance of the: contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall
not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the
convenience of the Government.
(i) 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.

The follOWing alternates apply only when checked:

[X] 52.209-4 FIRST ARTICLE APPROYAL-GOVERNMENT TESTING (SEP 1989) ALTERNATE I (JAN 1997)
Add the following paragraph (j) to 52.209-4 above:
(j) The Contractor shall produce the first article and the production quantity at the same facility.

[ ] 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) ALTERNATE II (SEP 1989)
Substitute the fol1owing paragraph (h) for paragraph (h) of 52.209-4 above:
(h) 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 (I) 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.

LP-I-5, JAN 07 EDITION LP-I-5, IvlAY 05 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONI'D

52.209-9POI SPECIAL INSTRUCTlONS FOR FIRST ARTICLES AND ATTENDANT DOCUMENTATION (lVIAY
20(4) DSCP
(a) The contractor shall notify the cognizant Quality Assurance Representative (QAR) in sufficient time prior to the
manufacture of the first article in order to accommodate an in-process verification of first article manufacture.
(b) The contractor shall notify the contracting officer and the QAR in writing at least ML days prior to the date the first
article wi II be presented to the QAR (before submission to the facility designated in paragraph (a) of FAR clause 52.209-4,
FIRST ARTICLE APPROVAL--GOVERNMENT TESTING). The same criteria for the acceptance of a Certificate of
Compliance for the components of the entire contract quantity shall apply to the acceptance of the first article components
unless specifically stated otherwise.
(c) All documentation, to include first article examination and testing reports, shall be submitted
[ X] with the first article.
[ ] to the following at least] 0 calendar days prior to presentation of the first article:

Food and Drug Administration Food and Drug Administration Defense Supply Center Philadelphia
Medical Products Quality Assurance Staff Analytical Center Directorate of Medical Materiel
Device Section (HFC-122) 109 Holton Street Quality Assurance Division (DSCP-
5600 Fisher Lane Winchester, MA 01890 MQ)
Rockville, MD 20857 700 Robbins Avenue
Philadelphia, PA 19111-5096

(d) When first article testing will be conducted at the contractor's plant, the contractor shall provide all facilities,
equipment and personnel required to perform the examination and evaluation of the first article and the government reserves
the right to charge the contractor for any additional costs of examination and evaluation caused by failure of the contractor to
make available the first article or the required facilities, equipment or personnel, at the time specified in the above mentioned
notice to the contracting officer.
(e) The first article will be shall be inspected for visual, dimensional and ballistic testing in accordance with CO/PD-
05-04, dated O(:tober 30,2007.
(f) Materials used in fabrication offirst articles shall be in strict conformity with the applicable specification of the
contract unless the contracting officer authorizes otherwise.
(g) Prior to the approval of the first article, the contractor shall not initiate any cutting or otherwise use of any government-
furnished property beyond that required for the first article quantities.
(h) In the event the government determines that, as a basis for granting conditional first article approval, a corrective
action plan is needed to confirm that first article deficiencies are readily correctable in production, the contracting officer will
notify the contractor, in writing, of the requirement to submit such plan to the contracting officer within ten (10) working
days of the government notification. The corrective action plan must clearly detail how the contractor intends to correct cited
deficiencies. Should there be insufficient time to obtain a corrective action plan and comply with the timeframe for
notification of first article acceptability in accordance with paragraph (b) of FAR clause 52.209-4, FIRST ARTICLE
APPROVAL--GOVERNMENT TESTING, the contracting officer shall request from the contractor an extension to the time
period for first anicle approval. In the event the contractor (l) does not submit the corrective action plan within the ten (l 0)
working day timeframe, (2) refuses to extend the stated time period for first article approval or (3) submits an otherwise
unacceptable plan and the deficiencies are such that the government cannot determine them to be readily correctable without
further proof from the contractor, then the government shan take action to disapprove the first article.
(i) One approved first article unit shall be held by the contractor at the production facility until all production quantities
have been produced and accepted. This first article unit shall be considered a production guide or baseline for examination
when defects are reported on delivered material or problems are uncovered during production. In the event of a conflict
between the applicable specification and the first article, the specification shall prevail.
[ ](j) When prol,'1'ess payments are authorized by the contract, the amount of progress payments for the first article shall not
exceed the number of units in the first article times % of the unit price of the production line items.

LP-I-6, MAY 04 EDITION MAR 91 OBSOLETE


SPMICI-07··R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

[X] 52.209-9P02 WAIVER OF FIRST ARTICLE APPROVAL (JAN 1992) DSCP


(a) Offerors who consider themselves eligible for waiver of the first article approval requirement are requested to
submit below infonnation identifying the contract number(s) under which identical or similar supplies were previously
furnished by thl~m and accepted by the Government.

CONTRACT NUMBER NOMENCLATURE AND FEDERAL STOCK NUMBER

[ ](b) Delivery schedule for the contract quantity remains unchanged whether or not first article approval is waived.

[ X ](b) The contract delivery schedule is based on the assumption that the first article approval requirement provided
for elsewhere in this solicitation will be complied with. In the event the requirement for first article approval is waived by the
Government, the delivery time will be reduced by the number of days allotted in the "First Article Approval-Government
Testing" clause hereoffor submission, of the first article or first article test report by the contractor and testing and approval
thereof by the Government. This reduction in delivery time shall not be a factor in the evaluation for award.

(c) All offerors are required to submit prices based on test and approval of first articles. Offerors who have previously
furnished identical or similar supplies which were accepted by the Government are also requested to make an alternative offer
based on waiver of first article test and approval. In the Government's detennination as to which offer will be most
advantageous to it, price and other factors considered, offers contemplating inclusion of the first article approval requirement
and alternative offers contemplating exclusion of said requirement will be evaluated on an equal basis. An alternative offer
will be used in evaluation only in the event the Government, at its discretion, determines to waive the first article approval
requirement as to the offeror involved. Alternate price(s) may be stated in the space provided below; however, if an offeror
fails to submit an alternate price based on waiver of the first article approval requirement, the offer will be evaluated on the
basis of the price(s) stated elsewhere in the solicitation and offer.

ITEM NUMBER PRlCE(s) IF FIRST ARTICLE APPROVAL REQUIREMENT IS WAIVED

LP-I-7, JAN 92 EDITION LP-I-7, APR 90 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JAN 2007) DFARS


(a) Definitions. As used in this clause--
(1) "Component" means any item supplied to the Government as part of an end product or ofanother component.
(2) "End product" means supplies delivered under a line item ofthis contract
(3) "United States" means the 50 States, the District of Columbia, and outlying areas.
(4) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or
having national status under the laws ofthe United States.
(b) The Contractor shall deliver under this contract only such ofthe following items, either as end products or components, that
have been grown, reprocessed, reused, or produced in the United States:
(1) Food.
(2) Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not
normally associated with, clothing and the materials and components thereof Clothing includes items such as outerwear, headwear,
underwear, nighlwear, footwear, hosiery, handwear, belts, badges, and insignia.
(3) Tents, taIpaulins, or covers.
(4) Cotton and other natural fiber products.
(5) Woven silk or woven silk blends.
(6) Spun silk yam for cartridge cloth.
(7) Synthetic fabric, and coated synthetic fabric, including alllextile fibers and yams that are for use in such fabrics.
(8) Canvas products.
(9) Wool (whether in the form offiber or yam or contained in fabrics, materials, or manufactured articles).
(10) Any item of individual equipment (Federal Supply Class 8465) manufactured from or containing fibers, yams, fabrics, or
materials listed in this paragraph (b).
(c) This clause: does not apply-
(J) To items listed in section 25 .104(a) ofthe Federal Acquisition Regulation (FAR), or other items for which the Government
has determined that a satisfactory quality and sufficient quantity cannot be acquired as and when needed at U.S. market prices;
(2) To end products incidentally incorporating cotton, other natural fibers, or wool, for which the estimated value ofthe cotton,
other natural fibers, or wool-
(i) Is not more than 10 percent ofthe total price ofthe end product; and
(ii) Does not exceed the simplified acquisition threshold in FAR Part 2;
(3) To wast,e and byproducts of cotton or wool fiber for use in the production ofpropeJlants and explosives;
(4) To foods, other than fish, shellfish, or seafood, that have been manufactured or processed in the United States, regardless of
where the foods (and any component ifapplicable) were grown or produced. Fish, shellfish, or seafood manufactured or processed in
the United States and fish, shellfish, or seafood contained in foods manufactured or processed in the United States shall be provided in
accordance with paragraph (d) ofthis clause;
(5) To chemical warfare protective clothing produced in the countries listed in subsection 225.872-1 of the Defense FAR
Supplement; or
(6) To fibers and yarns that are for use in synthetic fabric or coated synthetic fabric (but does apply to the synthetic or coated
synthetic fabric itself), if-
(i) The fabric is to be used as a component of an end product that is not a textile product Examples oftextile products,
made in whole or in part of fabric, include-
(A) Draperies, floor coverings, furnishings, and bedding (Federal Supply Group 72, Household and Commercial
Fumishings and Appliances);
(8) Items made in whole or in part offabric in Federal Supply Group 83, TextiIe/1eatherffurslapparel/findingsltentslflags,
or Federal Supply Group 84, Clothing, Individual Equipment and Insignia;
(C) Upholstered seats (whether for household, office, or other use); and
(D) Parachutes (Federal Supply Class 1670); or
(ii) The fibers and yams are para-aramid fibers and yams manufactured in the Netherlands.
(d)( I) Fish, shellfish, and seafood delivered under this contract, or contained in foods delivered under this contract-
(i) Shall be: taken from the sea by U.S.-flag vessels; or
(ii) Ifnot taken from the sea, shall be obtained from fishing within the United States; and
(2) Any processing or manufacturing ofthe fish, shellfish, or seafood shall be performed on a U.S.-flag vessel or in the United
States.

LP-I-12, JAN 07 EDITION LP-I-12, JUL 05 OBSOLETE


SPMICI-07··R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS (JUN 2005)

(a) Definitions. As used in this clause-


(1) "Qualifying country" means any country listed in subsection 225.872-1 of the Defense Federal
Acquisition Regulation Supplement.
(2) "Specialty metals" means-
(i) Steel-
(A) With a maximum alloy content exceeding one or more of the following limits: manganese, 1.65
percent; silicon, 0.60 percent; or copper, 0.60 percent; or
(B) Containing more than 0.25 percent of any of the following elements: aluminum, chromium, cobalt,
columbium, molybdenum, nickel, titanium, tungsten, or vanadium;
(ii) Metal alloys consisting of nickel, iron-nickel, and cobalt base alloys containing a total of other alloying
metals (except iron) in excess of 10 percent;
(iii) Titanium and titanium alloys; or
(iv) Zirconium and zirconium base alloys.
(b) Any specialty metals incorporated in articles delivered under this contract shall be melted in the United
States or its ouUying areas, its possessions, or Puerto Rico.
(c) This clause does not apply to specialty metals-
(1) Melted in a qualifying country or incorporated in an article manufactured in a qualifying country; or
(2) Purchased by a subcontractor at any tier.

LP-I-12, JUL 05 EDITION LP-I-12, JUL 04 OBSOLETE


SPMICI-07-R-0214

SECTION I
REF. NO. DOC. BEING CONTD
-------~---------------------

[X] 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

BASIC: DATE OF AWARD THROUGH 729 DAYS

(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) Ifmailc~d, 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.

DEFENSE SUPPLY CENTER PHILADELPHIA


C&T SUPPLY CHAIN
700 ROBBINS AVENUE
PHILADELPHIA, PA 19111

[X] 52.216-9P06 DELIVERY ORDER LIMITATIONS (JAN 1992) DPSC

(a) Minimum order. When the Government requires supplies or services covered by this contract in an
amount ofless than ONE (1) 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 single item in excess of MAXIMUN QUANTITY;
(2) Any order for a combination of items in excess of SAME AS ABOVE; or
(3) A series of orders from the same ordering office within 30 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 anyone 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.
[ ] (e) The delivery order(s) shall specify delivery(ies) no less than from the date of
issuance of the delivery order. Changes and/or cancellations to delivery order(s) may be made by giving
contractor no less than hours notice to be computed from time of receipt by the
contractor oftbe "vritten or oral change(s) or cancellation(s).

LP-I-13, JUN 97 EDITION LP-I-13, JAN 92 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D
[ ] 52.216-20 DEFINITE QUANTITY (OCT 1995)
(a) This is a defInite-quantity, indefInite-delivery contract for the supplies or services specified, and
effective for the period stated in the Schedule.
(b) The Government shall order the quantity of supplies or services specified in the Schedule, and the
Contractor shall furnish them when ordered. Delivery or performance shall be at locations designated in
orders issued in accordance with the Ordering clause and the Schedule.
(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 time 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 after (insert date)

[X] 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 inr 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 makt~ any deliveries under this contract after 729 days after the expiration of the last effective
invoked ordering period.

[ ] 52.2l6-9P23 PLACEMENT OF DELIVERY ORDERS AGAINST MULTIPLE INDEFINITE


DELIVERY/INDEFINITE QUANTITY CONTRACTS (SEP 2002)
(a) The Government intends to make multiple awards under this solicitation. (See FAR provision 52.216-27;
see paragraph (h) ofFAR 52.212-1 for commercial item acquisitions.) The initial contracts will be placed as
specified in Section B, using the source selection evaluation criteria delineated in Sections L and M. It is
anticipated that up to three awards will be made. The Government, however, reserves the right to make only one
award. If only one award is made, this clause is inoperable.
(b) For the contract base and option periods, delivery orders for Government requirements will be placed as
follows:
(1) If three awards are made, the contractor with the best overall evaluation will receive 50% of the
Government requirements; the contractor receiving the next best evaluation will receive 30% of the Government
requirements; and the contractor receiving the third best evaluation will receive 20% of the Government
requirements.
(2) If two awards are made, the contractor with the best overall evaluation will receive 60% of the
Government requirements and the contractor receiving the next best evaluation will receive 40% of the
Government requirements.
[ ] (c) Prior to the placement of each delivery order, during the base year and any option periods, the contracting
officer will evaluate the contractor's
LP-I-15, SEP 04 EDITION LP-I-15, OCT 02, OBSOLETE
SPMICI-07··R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

(1) contract performance (including quality of product, timeliness of delivery and socioeconomic support
proposal compliance) for the proceeding and current contract period and
(2) current price to determine whether revision of award percentages delineated in paragraph (b) above is
necessary.
For this evaluation, contract performance will be considered more important than current price. In the
event contractor prices vary by percentage of Government requirements awarded and revision of the award
percentages for the follow-on delivery orders is indicated, the delivery order price will be revised accordingly.
[ ] (c) Prior to option exercise, the contracting officer will evaluate each contractor's
(1) contract performance (including quality of product, timeliness of delivery and socioeconomic support
proposal compliance) for the proceeding contract period and
(2) current option price to determine whether revision of award percentages for orders delineated in
paragraph (b) above is necessary for the new option period.
For this evaluation, contract performance will be considered more important than current price. In the
event contractor prices vary by percentage of Government requirements awarded and revision of the award
percentages for the follow-on delivery orders is indicated, the option price will be revised accordingly.
(d) No protest under Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an
order under a task-order contract or delivery-order contract, except for a protest on the grounds that the order
increases the scope, period or maximum value of the contract (10 U.S.C. 2304c(d) and 41 U.s.C. 253j(d».

LP-I-15, SEP 04 EDITION LP-I-15, OCT 02, OBSOLETE


SPM1Cl-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D
[X] 52.209-9P04 CERTIFICATION OR DISCLOSURE OF DEBARRED OR SUSPENDED
SUBCONTRA.CTORS, SUPPLIERS OR INDIVIDUALS (JAN 1992) DPSC
(a) Contractors are prohibited from using suspended or debarred contractors as subcontractors or suppliers.
(1) Except as listed in paragraph (3) below, the offeror certifies by submission of its offer, that
no part of the work called for by any contract resulting from this solicitation shall be performed by any
subcontractor, or any tier, or supplier appearing in the Lists of Parties Excluded From Federal Procurement or
Nonprocurement Programs.
(2) Verification of any contractor suspected of appearing in the above list may be obtained by
contacting the contracting officer at the office shown on page 1 of the solicitation.
(3) Debarred or suspended contractors proposed as subcontractors or suppliers:

Name and Address of Contractor(s)

(4) Approval to use a debarred or suspended contractor as a subcontractor or supplier shall not
be given by the Government unless there are compelling reasons for this approval.
(5) Failure on the part of the offeror to comply with this clause in any contract resulting from
this solicitation may result in the Government terminating the entire contract, or any portion thereof, pursuant to
the "Default" clause of such contract.
(6) The offeror agrees, if awarded a contract under this solicitation, to insert the substance of
this clause, including this paragraph (6), in every subcontract resulting from such contract and to require its
subcontractors and suppliers to do likewise.
(b) In addition, offerors are required to identify below, as indicated, any suspended or debarred
individual(s) appearing in the list in para (a)(1) above whom they employ, associate with or have a relationship
to. Such employment, business associations and relationships will be examined to determine the impact of those
ties on the responsibility of the offeror as a government contractor. Verification of suspected
suspended/debarred individuals may be obtained as indicated in paragraph (a)(2) above.

Name and Title of Suspended or Debarred Individual(s): Organization: (If other than
offeror)

Describe AssociationlRelationships: (e.g., employer, consultant)

LP-I-34, JAN 92 EDITION JAN 89 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997)

(a) "Hazardous material", as used in this clause, includes any material defmed as hazardous under the latest
version ofFe.deral Standard No. 313 (including revisions adopted during the term of the contract).
(b) The offeror must list any hazardous material, as defined in paragraph (a) oftrus clause, to be delivered
under this contract. The hazardous material shall be properly identified and include any applicable identification
number, such as National Stock Number or Special Item Number. This information shall also be included on the
Material Safety Data Sheet submitted under this contract.

Material Identification No.


(If none, insert "None")

(c) The list must be updated during performance of the contract whenever the Contractor determines that any
other material to be delivered under this contract is hazardous
(d) The apparently successful offeror agrees to submit, for each item as required prior to award, a Material
Safety Data Sheet, meeting the requirements of 29 CFR 1910.l200(g) and the latest version of Federal Standard
No. 313, for all hazardous material identified in paragraph (b) of this clause. Data shall be submitted in
accordance with Federal Standard No. 313, whether or not the apparently successful offeror is the actual
manufacturer of these items. Failure to submit the Material Safety Data Sheet prior to award may result in the
apparently successful offeror being considered nonresponsible and ineligible for award.
(e) If, after award, there is a change in the composition of the item(s) or a revision to Federal Standard No.
313, which renders incomplete or inaccurate the data submitted under paragraph (d) of this clause, the Contractor
shall promptly notify the Contracting Officer and resubmit the data.
(f) Neither the requirements of this clause nor any act or failure to act by the Government shall relieve the
Contractor of any responsibility or liability for the safety of Government, Contractor, or subcontractor personnel
or property.
(g) Nothing contained in this clause shall relieve the Contractor from complying with applicable Federal,
State, and local laws, codes, ordinances, and regulations (including the obtaining oflicenses and permits) in
connection with hazardous material.
(h) The Government's rights in data furnished under this contract with respect to hazardous material are as
follows:
(1) To use:, duplicate and disclose any data to which this clause is applicable. The purposes of this right
are to:
(i) Apprise personnel of the hazards to which they may be exposed in using, handling, packaging,
transporting, or disposing of hazardous materials;
(ii) Obtain medical treatment for those affected by the material; and
(iii) Have others use, duplicate, and disclose the data for the Government for these purposes.
(2) To use" duplicate, and disclose data furnished under this clause, in accordance with subparagraph (h)(1)
of this clause, in precedence over any other clause of this contract providing for rights in data.
(3) The Government is not precluded from using similar or identical data acquired from other sources.

LP-I-48, JUN 01 EDITION LP-I-48, NOV 97 OBSOLETE


SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

252.223-7001 HAZARD WARNING LABELS (DEC 1991) DFARS

(a) "Hazardous material," as used in this clause, is defined in the Hazardous Material Identification and
Material Safety Data clause of this contract.
(b) The Contractor shaUlabel the item package (unit container) of any hazardous material to be delivered
under this contract in accordance with the Hazard Communication Standard (29 CFR 1910.1200 et seq). The
Standard requires that the hazard warning label conform to the requirements of the standard unless the material is
otherwise subject to the labeling requirements of one of the following statutes:

(1) Federal Insecticide, Fungicide and Rodenticide Act;


(2) Federal Food, Drug and Cosmetics Act;
(3) Consumer Product Safety Act;
(4) Federal Hazardous Substances Act; or
(5) Federal Alcohol Administration Act.
(c) The Offeror shaUlist which hazardous material listed in the Hazardous Material Identification and
Material Safety Data clause of this contract will be labeled in accordance with one of the Acts in paragraphs
(b)(l) tluough (5) of this clause instead ofthe Hazard Communication Standard. Any hazardous material not
listed will be interpreted to mean that a label is required in accordance with the Hazard Communication
Standard.

MATERIAL (If None, Insert "None.") ACT

Cd) The apparently successful Offeror agrees to submit, before award, a copy of the hazard warning label for
all hazardous materials not listed in paragraph (c) of this clause. The Offeror shall submit the label with the
Material Safety Data Sheet being furnished under the Hazardous Material Identification and Material Safety Data
clause of this contract.
(e) The Contractor shall also comply with MIL-STD-129, Marking for Shipment and Storage (including
revisions adopted during the term of this contract).

52.223-9000 MATERlAL SAFETY DATA SHEETS AND HAZARD WARNING LABELS (MAR 1992) -
DLAD

(a)(1) This clause is to be used in conjunction with FAR clause 52.223-3, Hazardous Material Identification
and Material Safety Data, and DFARS clause 252.223-7001, Hazard Waming Labels. Material Safety Data
Sheets (MSDSs) and Hazard Warning Labels (HWLS) shall be required to be submitted by the apparently
successful offeror prior to contract award. Notwithstanding paragraph 4. of Federal Standard (FED-STD) 313c
(1 March 1988), the contractor shall submit MSDSs and accompanying HWLs to the contracting office, rather
than directly to the Defense General Supply Center (DGSC). This will satisfy the FED-STD requirement on the
part of the contractor.
(2) The MSDS must cite the solicitation number and the applicable CAGE code of the manufacturer, the
part number, and, where so identified, the National Stock Number (NSN).

LP-I-48, JUN 01 EDITION LP-I-48, NOV 97 OBSOLETE


SPMIC1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

The following FAR clause applies only when checked:

[ ] 52.223-11 OZONE DEPLETING SUBSTANCES (MAY 2001)

(a) Definition. "Ozone-depleting substance", as used in this clause, means any substance the Environmental
Protection Agency designates in 40 CFR part 82 as -
(1) Class I, including, but not limited to, chlorofluorocarbons, halons, carbon tetrachloride, and methyl
chlorofonn; or
(2) Class II, including, but not limited to, hydrochloroflorocarbons.
(b) The Contractor shall label products which contain or are manufactured with ozone-depleting substances in
the manner and to the extent required by 42 U.S.c. 7671j(b), (c), and (d) and 40 CFR Part 82, Subpart E, as
follows:
WARNING: Contains (or manufactured with, if applicable) * ,a
substance(s) which harm(s) public health and environment by destroying ozone in the upper
atmosphere.

* The Contractor shall insert the name of the substance(s).

LP-I-48, JUN 01
SPM1C1-07-R-0214

SECTION I
REF. NO. DOC. BEING CONT'D

52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST
OR PRICING DATA-MODIFICATIONS (OCT 1997)
(a) Exceptions from cost or pricing data.
(1) In lieu of submitting cost or pricing data for modifications under this contract, for price adjustments
expected to exceed the threshold set forth at FAR 15.403-4 on the date of the agreement on price or the date of
the award, whichever is later, the Contractor 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 1he 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) Information on modifications of contracts or subcontracts for commercial items.
(A) If--
(1.) The original contract or subcontract was granted an exception from cost or pricing data
requirements because the price agreed upon was based on adequate price competition or prices set by law or
regulation, or was a contract or subcontract for the acquisition of a commercial item; and
(2) The modification (to the contract or subcontract) is not exempted based on one of these
exceptions, then the Contractor may provide information to establish that the modification would not change the
contract or subcontract from a contract or subcontract for the acquisition of a commercial item to a contract or
subcontract for the acquisition of an item other than a commercial
item.
(B) For a commercial item exception, the Contractor shall provide, at a minimum, information on
prices at which the same item or similar items have previously been sold that is adequate for evaluating the
reasonableness of the price of the modification. Such information may include--
(1» For catalog items, a copy of or identification ofthe 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 sinlilar to the proposed quantities.
(2) 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.
(3) For items included on an active Federal Supply Service Multiple Award Schedule contract,
proof that an exception has been granted for the schedule item.
(4) The Contractor 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 clause, 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 Contractor's
determination of the prices to be offered in the catalog or marketplace.
(b) Requireml~nts for cost or pricing data. If the Contractor is not granted an exception from the requirement
to submit cost or pricing data, the following applies:
(1) The Contractor shall submit cost or pricing data and supporting attachments in accordance with Table
15-2 ofFAR 15.408.
(2) As soon as practicable after agreement on price, but before award (except for unpriced actions), the
Contractor shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2.

LP-I-69, NOV 97 EDITION LP-I-69, ruN 97 OBSOLETE


SPM1C1-07·R-0214

_ _ _ _ _ _ _ _ _ _ _S~ECTION I
REF. NO. DOC. BEING CONT'D

The following alternates apply only when checked:

[ ] 52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN


COST OR PR1CING DATA--MODIFICATIONS (OCT 1997) ALTERNATE I (OCT 1997).

Substitute the following paragraph (b)( 1) for paragraph (b)( 1) of the basic clause.

(b)(l) The Contractor shall submit cost or pricing data and supporting attachments prepared in the following
format:

[ ] 52.215-2 I REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN


COST OR PRICING DATA-MODIFICATIONS (OCT 1997) ALTERNATE II (OCT 1997).

Add the following paragraph (c) to the basic clause:

(c) When the proposal is submitted, also submit one copy each to: (1) the Administrative Contracting Officer,
and (2) the Contract Auditor.

[ ] 52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFOR.\1:ATION OTHER THAN


COST OR PRICING DATA-MODIFICATIONS (OCT 1997) ALTERNATE III (OCT 1997).

Add the following paragraph (c) to the basic clause:

(c) Submit the cost portion of the proposal via the following electronic media:

[ ] 52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN


COST OR PRICING DATA-MODIFICATIONS (OCT 1997) ALTERNATE II (OCT 1997).ALTERNATE III
(OCT 1997)

Add the following paragraphs (c) and (d) to the basic clause:

(c) When the proposal is submitted, also submit one copy each to: (1) the Administrative Contracting Officer,
and (2) the Contract Auditor.

(d) Submit the cost portion of the proposal via the following electronic media:

LP-I-69, NOV 97
SPM1C1-07-R-0214

SECTION J
REF. NO. DOC. BEING CONT'D

52.252-9P03 LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS (DEC 2002) DSCP
THIS SOLICITATION CONSISTS OF THE FOLLOWING:
[ ] 1. [ ] 3.
[ ] 2. [ ] 4.
DOCUMENTSIREFERENCES MARKED WITH AN "X" BELOW ARE INCORPORATED IN THIS
SOLCITATION BY REFERENCE:
A. [X] DSCP FORM 4234, DPSC MASTER SOLICITATION (C&T AND MEDICAL), JAN 1992
B. [X] VENDOR REQUEST FOR SHIPPING INSTRUCTIONS
C. [ ] MIL-STD-964[DM], Manufacture and Packaging of Drugs, Phannaceutica1s and Biological
Products, 20 MAY 1974, and Change #1,1 MAR 1976.
D. [X] DSCP M 4155.3, Quality Systems Requirements, NOV 1997
These documEnts are available as shown below:
For SPO 100 Solicitations: For SP0200 Solicitations:
DEFENSE SUPPLY CENTER PHILADELPHIA DEFENSE SUPPLY CENTER PHILADELPHIA
Directorate of Clothing and Textiles Directorate of Medical Materiel
ATTN: DSCp··CBTC ATTN: DSCP-MPO
700 Robbins Avenue 700 Robbins Avenue
Philadelphia, PA 19111-5092 Philadelphia, PA 19111-5092
Telephone [215] 737-8439 Telephone [215] 737-5722 or 5409

The following FAR provisions/clauses are incorporated by reference only when checked:
PARAGRAPH TITLEIDATE

CLAUSES SET FORTH IN FULL


[X] 52.211-9P38 PLACE OF PERFORMANCE (NOV 2005) DSCP
(a) The offeror must stipulate in the Place of Performance clause included in this solicitation information
pertinent to the place of performance. Failure to furnish this information with the bid may result in rejection of
the offerlbid.
(b) No change in the place(s) of performance shall be permitted between the opening/closing date of the
bid/offer and the award except where time permits and then only upon receipt of the contracting officer's written
approval.
(c) Any change in place(s) ofperformance cited in this offer and in any resulting contract is prohibited unless
it is specifically approved in advance by the contracting officer.
Paragraph (d) is applicable only when checked.
[ ](d) When a subcontractor is to perform any portion of the work called for in this solicitation or in any
resulting contract, the contracting officer may require a copy of the subcontracting agreement.

LP-J-l, NOV 05 EDITION LP-J-1, SEP 05 OBSOLETE


SPMl C1-07-R-02l4

SECTlONK
REF. NO. DOC. BElNG CONT'D
The following clauses reflect the offeror's certifications and representations for this individually numbered
solicitation. Offeror must furnish all applicable information:

APPLICABLE TO SEALED BID ACQUISITIONS ONLY:


52.214-16 MINIMUM BID ACCEPTANCE PERIOD (APR 1984) [Applies only when there is an entry in
paragraph (c )]
(a) "Acceptance period," as used in this provision, means the number of calendar days available to the
Government for awarding a contract from the date specified in this solicitation for receipt of bids.
(b) This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in
this solicitation.
(c) The Government requires a minimum acceptance period of calendar days.
(d) In the space provided immediately below, bidders may specify a longer acceptance period than the
Government's minimum requirement. The bidder allows the following acceptance period: calendar
days.
(e) A bid al.1owing less than the Government's minimum acceptance period will be rejected.
(f) The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is
accepted in writing within (I) the acceptance period stated in paragraph (c) above or (2) any longer acceptance
period stated in paragraph (d) above.

APPLICABLE TO ALL ACQUISITIONS

252.204-7001 COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (AUG


1999) DFARS
(a) The offeror is requested to enter its CAGE code on its offer in the block with its name and address. The
CAGE code entered must be for that name and address. Enter "CAGE" before the number.
(b) lfthe offeror does not have a CAGE code, it may ask the Contracting Officer to request one from the
Defense Logistics Information Service (DLIS). The Contracting Officer will--
(1) Ask the Contractor to complete section B of a DD Form 2051, Request for Assignment of a
Commercial and Government Entity (CAGE) Code;
(2) Complete section A and forward the form to DLIS; and
(3) Notify the Contractor of its assigned CAGE code.
(c) Do not delay submission of the offer pending receipt of a CAGE code.
252.247-7022 REPRESENTATION OF EXTENT OF TRA.~SPORTATIONBY 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.

LP-K-l, MAY 05 EDITION LP-K-1, JUL 04, OBSOLETE


SPMICI-07-R-0214

SECTIONK
REF. NO. DOC. BEING CONT'D

_ _ 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.
52.242-9P18 MAILING ADDRESS FOR PAYMENT (JAN 1992) DSCP
Applicable If Offeror's Payment Address Is Different From Address Shown In Block 13 Of Form 33:
Offeror shall indicate below the address to which payment should be mailed, if such address is different from
that shown by the offeror in Block 13 of Form 33, Solicitation and Offer.

LP-K-l, MAY 05 EDITION LP-K-l, JUL 04, OBSOLETE


SPMlCl-07-R-02l4

SECTIONK
REF. NO. DOC. BEING CONT'D

[X] 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
ITEM QUANTITY PRICE QUOTATION TOTAL

(c) The infi)rmation 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.

[ ] 52.211-9001 MARKET ACCEPTANCE (FEB 1996) DLAD

The Offeror shall provide with its offer the following information to establish that the offer meets the market
acceptance criteria in the requirements document:

[the Contracting Officer shall insert the specific documentation requirements]

[ ] 52.211-9001 MARKET ACCEPTANCE (FEB 1996) ALTERNATE I (FEB 1996) DLAD

LP-K-2, AUG 02 EDITION LP-K-2, AUG 99 OBSOLETE


SPM1C1-07-R-0214

SECTIONK
REF. NO. DOC. BEING CONT'D

Tbis FAR provision is included in the Online Representations and Certifications Application (ORCA);
however, the version of this provision below requires more information from the offeror. Therefore, each offeror
shall complete the fill-ins in the provision below notwithstanding whether they have already completed the
provision in ORCA.

[X] 52.215-6 PLACE OF PERFORMANCE (OCT 1997)


(a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ ] intends,
[ ] does not intend (check applicable block) to use one or more plants or facilities located at a different address
from the address of the offeror or respondent as indicated in this proposal or response to request for information.
(b) If the offeror or respondent checks "intends" in paragraph (a) of this provision, it shall insert in the
following spaces the required information:

Place of performance Name and address of


(street address, city, state, county, owner and operator of
zip code) the plant or facility if
other than offeror or respondent

NOTE: Ifusing one or more plants or facilities as indicated, offeror/respondent shall provide the following
additional information for each plant location to be used in the performance of a contract resulting from this
solicitation:

Operation Quantity by Plant


(cutting, sbipping etc.)

LP-K-4, MAY 05 EDITION LP-K-4, NOV 97 OBSOLETE


SPMICI-07-R-0214

SECTIONK
REF. NO. DOC. BEING CONTO

Notwithstanding the certification below, offerors are cautioned that all


components must be of domestic origin in compliance with clause 252:225-
7011, Preference for Certain DomestIc Commodities (JAN 2007), as
contained in Section I of this solicitation.

[X] 52.209-9P05 IDENTIFICATION OF SOURCES FOR CLOTHITEXTILE COMPONENTS (JAN 1992)


DPSC

(a) The offeror shall indicate below the names and addresses of those suppliers from whom each cloth or
textile component item will be obtained for use in the performance of any resultant contract. In addition, for
each such cloth or textile component item, the offeror shall also identify the name of the item's manufacturer
and the address of the manufacturing location. Failure to furnish this information with the offer may result in
rejection of the offer.
(b) No change in the supplier(s) or manufacturer(s) listed below shall be permitted between the
opening/closing date of the offer and the award, except where time permits and then only upon receipt of the
contracting officer's written approval.
(c) Any change in the supplier(s) or manufacturer(s) listed below, and in any resultant contract, is
prohibited unless it is specifically approved in advance by the contracting officer.

Cloth/Textile Component Name & Address ofClothlTextile Name Address of Cloth/Textile


and Quantity Supplier Manufacturer

LP-K-12, JAN 92 EDITION LP-K-12, MAY 87 OBSOLETE


SPMICI-07-R-02I4

SECTIONK
REF. NO. DOC. BEING CONT' D

252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A


TERRORIST COUNTRY (SEP 2004) DFARS

(a) Definitions.
As used in this provision--
(I) "Govemment of a terrorist country" includes the state and the govemment of a terrorist country, as well
as any political subdivision, agency, or instrumentality thereof.
(2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1 )(A) of the
Export Administration Act of 1979 (50 U.S.C. App_ 2405 (j) (i) (A», to be a country the govemment of which
has repeatedly provided support for acts of international terrorism. As of the date of this provision, terrorist
countries subject to this provision include: Cuba, Iran, Libya, North Korea, Sudan, and Syria.
(3) "Significant interest" means--
(i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities.
Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares,"
"street names," or some other method of holding securities that does not disclose the beneficial owner;
(ii) Holding a management position in the firm, such as a director or officer;
(iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm;
(iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or
other tangible assets of the firm; or
(v) Holding 50 percent or more of the indebtedness of a firm.
(b) Prohibition on Award.
In accordance with lOU. S. C. 2327, no contract may be awarded to a firm or a subsidiary of a flill1 if the
government of a terrorist country has a significant interest in the flill1 [or subsidiary, or, in the case of a
subsidiary, the flill1 that owns the subsidiary,] unless a waiver is granted by the Secretary of Defense.
(c) Disclosure.
If the gove:mment of a terrorist country has a significant interest in the Offeror or a subsidiary of the
Offeror, the Offeror shall disclose such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall
also disclose any significant interest the government of a terrorist country has in any firm that owns or controls
the subsidiary. The disclosure shall include--
(1) Identification of each government holding a significant interest; and
(2) A descliption of the significant interest held by each Government.

LP-K-13, SEP 04 EDITION LP-K-13, NOV 98 OBSOLETE


SPM1C1-07-R-02l4

SECTIONK
REF. NO. DOC. BEING CONT'D
[X] 52.204-9POl SUBMISSION OF INFORMATION REGARDING ELECTRONIC DATA INTERCHANGE
(EDI) (MAR 1994) DPSC
(a) Electronic Data Interchange (EDI) is most commonly defmed as the electronic exchange of data contained
in normal business transactions, between Trading Partners, using a public standard format.
(b) The Defense Personnel Support Center (DPSC) has implemented a system for EDl, using the Accredited
Standards Committee (ASC) X12 and/or Uniform Communication Standard (UCS) Standards, as applicable, that
will electronically transmit contracts and/or orders for the item(s) covered by this solicitation. Our goal is to
utilize EDI to the maximum extent possible and to possess the capability to receive invoices and transmit
payments electronically in addition to sending contracts andlor orders.
(c) EDl CAP ABILITY IS NOT A REQUIREMENT FOR AWARD UNDER THIS SOLICITATION. ANY
DATA SUBMITTED IN PARAGRAPH (d) BELOW IS FOR INFORMATION PURPOSES ONLY AND
WILL BE CONSIDERED CONFIDENTIAL. At this time, we are asking that you provide information to help
us in our implementation consistent with industry efforts and capabilities in this area.
(d) Please provide the information requested below. If more space is needed, you may use a blank sheet of
paper identifi\~d with your firm's name, the solicitation number and the provision number (52.204-9POl) and item
numbers:
(1) Do you employ the--
[ ] ASC X12 Standard?
[ ] UCS Standard?
If not, identify the standard used/to be used: _
(2) Indicate the type of EDI capability your firm currently possesses or plans to possess within the next 12
months:
[ ] Receive Requests for Quotes.
[ ] Send Offers.
[ ] Receive Orders.
[ ] Receive Functional Acknowledgements.
[ ] Send Functional Acknowledgements.
[ ] Send Ship Notices.
[ ] Send Invoices.
[ ] Electronic Funds Transfer (EFT).
[ ] Other (briefly describe): _
(3) List any restrictions on Government ordering you would need to impose:
[ ] Number of orders per contract _
[ ] Minimum quantity per order: _
[ ] Maximum quantity per order: _
[ ] No. of ordering activities: _
[ ] No. of destinations:-;:-..,..-- _
[ ] Other (briefly describe): _
(4) Offeror's System Point of Contact for EDI:
Name:
Title:
Telephone Number: _
(e) If you have previously furnished this information to DPSC under a separate solicitation, reference the
solicitation number and leave the above paragraphs blank. If you are updating a previous submission, reference
the solicitation number of the previous submission and complete the applicable paragraphs.
Solicitation Number: _

LP-K-23, MAR 94
SPMICI-07-R-0214

SECTIONK
REF. NO. DOC. BEING CONT'D

[X] 52.204-9P04 CERTIFICAnON REGARDING A PREVIOUSLY EXECUTED ELECTRONIC DATA


INTERCHANGE (ED!) TRADING PARTNER AGREEMENT (TPA) (MAR 1994) DPSC

The Offeror certifies that--

(a) It intends to use a previously executed EDI TP A in the performance of any resultant contract.

(b) Such ED! TPA--

(1) is between the Defense Personnel Support Center, Directorate of ~ _


and- - - - - - - - - _ . _ - - - - - - - - - - - - - - - - - - - - - - _ . _ - -

(2) is dated ; and

(3) includes the following modification(s) (if "none", so state):

Modification Number Date

LP-K-24, MAR 94
SPM1Cl-07-R-02l4

SECTION K
REF. NO. DOC. BEING CONT'O

52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006)

(a)

(1) The North American Industry classification System (NAICS) code for this acquisition is _
[insert NAlCS code].

(2) The small business size standard is - - - - - [insert size standard].

(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.

LP-K-27, JAN 06 EDITION LP-K-27, MAY 05 OBSOLETE


SPM1C1-07-R-0214

SECTIONL
REF. NO. DOC. BEING CONT'D

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE


[X] 52.209-9P06 RESPONSIBILITY OF OFFERORS (JAN 1992) DSCP
[X] 52.209-9P07 PRE-AWARD PLANT SURVEY (JAN 1992) DSCP
[] 52.231··9P02 SUBMISSION OF COST DATA (JAN 1992) DSCP
[] 52.245-9P18 GOVERNMENT SAMPLES (JAN 1992) DSCP
[X] 52.245-9P20 SIZED ITEMS (JAN 1992) DPSC
[J 52.245-9P21 FIRM AND FLEXIBLE SIZES (JAN 1997) DSCP

The following Defense FAR Supplement (DFARS) provision is incorporated by reference only when
checked:
[ ] 252.206-7000 DOMESTIC SOURCE RESTRICTION (DEC 1991) DFARS

PROVISIONS SET FORTH IN FULL


[X] 52.211-2 AVAILABILITY OF SPECIFICATIONS LISTED IN THE DOD INDEX OF
SPECIFICATIONS AND STANDARDS (DODISS) AND DESCRIPTIONS LISTED IN THE ACQUISITION
MANAGEMENT SYSTEMS AND DATA REQUIREMENTS CONTROL LIST,DOD 5010.12-L. (FEB 2006)

LP-L-l JAN 06 EDITION LP-L-l, AUG 04 OBSOLETE


SPM1 C1-07-R-0214

SECTION L
REF. NO. DOC. BEING CONT'D

_ _~_. ~P:..:R;;..;O=-V--=IS:..:I..::.O~NS::....::.::SE:..:T-=F:..:O..::.R:.:.T:..:H--=IN--=-FU=LL _

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.dla.mil/j-3/j-336/icps.htm

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 uSle in this solicitation of any Defense FAR Supplement (48 CFR Chapter 2) provision with an
authorized deviation is indicated by the addition of "(DEVIATION)" after the name ofthe regulation.

The following Federal Acquisition Regulation (FAR) provisions are incorporated by reference only when
Checked:
NUMBER TITLEIDATE
[X] 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (APR 1998)
[X] 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990)
(NOTE: A "DO" priority rating will apply to any resultant contract.)
[ ] 52.214-3 AMENDMENTS TO INVITATIONS FORBIDS (DEC 1989)
[ ] 52.214-4 FALSE STATEMENTS IN BIDS (APR 1984)
[ ] 52.214-5 SUBMISSION OF BIDS (MAR 1997)
[ ] 52.214-6 EXPLANATION TO PROSPECTIVE BIDDERS (APR 1984)
[ ] 52.214-7 LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF BIDS (NOV 1999)
[ ] 52.214-10 CONTRACT AWARD-SEALED BIDDING (JUL 1990)
[ ] 52.214-12 PREPARATION OF BIDS (APR 1984)
[ ] 52.214-13 TELEGRAPHIC BIDS (APR 1984) ALTERNATE I (NOV 1988)
[ ] 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
[ ] 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY (APR 1991)
[X] 52.215-1 JNSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITON (JAN 2004)
[ ] 52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE
I (OCT 1997)

LP-L-2 SEP 05 EDITION LP-L-2, MAR 05 OBSOLETE


SPM1C1-07-R-0214

SECTIONL
REF. NO. DOC. BEING CONTD
( ] 52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITIVE ACQUISITION (JAN 2004) ALTERNATE
II (OCT 1997)
[ ] 52.215-1 INSTRUCTIONS TO OFFERORS-COMPETITNE ACQUISITION (JAN 2004) ALTERNATE I
(OCT 1997) ALTERNATE II (OCT 1997)
[ ] 52.215-3 REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT
1997)
[ ] 52.215-16 FACILITIES CAPITAL COST OF MONEY (OCT 1997)
[X] 52.216-1 TYPE OF CONTRACT (APR 1984)
Insert Type of Contract: Finn Fixed Price Indefinite Quantity
[X] 52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB
1999)
[ ] 52.232-13 NOTICE OF PROGRESS PAYMENTS (APR 1984)
[ ] 52.232-14 NOTICE OF AVAILABILITY OF PROGRESS PAYMENTS EXCLUSIVELY FOR SMALL
BUSINESS CONCERNS (APR 1984)
[ ] 52.232-28 INVITATION TO PROPOSE PERFORMANCE-BASED PAYMENTS (MAR 2000)
[X] 52.233-2 SERVICE OF PROTEST (AUG 1996)
[ ] 52.247-45 F.O.R ORIGIN AND/OR F.O.B. DESTINATION EVALUATION (APR 1984)
[ ] 52.247-46 SHIPPING POINT(S) USED IN EVALUATION OF F.O.R ORIGIN OFFERS (APR 1984)

The following Defense Logistics Agency Directive (DLAD) provision is incorporated in all solicitations:
52.233-9000 AGENCY PROTESTS (SEP 1999)

The following Defense Logistics Agency Directive (DLAD) provision(s) is/are incorporated in the
solicitation only when checked:
[ ] 52.211-9005 CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR CRITICAL
SAFETY ITEMS (DEC 2001)
[ ] 52.211-9009 NON-ACCEPTANCE OF GOVERNMENT SURPLUS MATERIAL (APR 2002)
[X] 52.215-9004 JAVITS-WAGNER-O'DAY ACT ENTITY PROPOSAL (DEC 1997)
[ ] 52.230-9000 SUBMISSION OF DATA ON FACILITIES CAPITAL COST OF MONEY (FEB 2005)
[ } 52.215-9010 ALL OR NONE (IFBIRFP ONLY) (AUG 2005)

LP-L-2 SEP 05 EDITION LP-L-2, MAR 05 OBSOLETE


SPMICI-07-R-0214

SECTIONL
REF. NO. DOC. BEING CONT'D

The following Defense Federal Acquisition Regulation Supplement (DFARS) clause is incorporated in full
text and is applicable only when checked:

[X] 252.211-7001 AVAILABILITY OF SPECIFICATIONS AND STANDARDS NOT LISTED IN DODISS,


DATA ITEM DESCRIPTIONS NOT LISTED IN DOD 501O.l2-L, AND PLANS, DRAWINGS, AND OTHER
PERTINENT DOCUMENTS (DEC 1991) DFARS

Offerors may obtain the specifications, standards, plans, drawings, data item descriptions, and other pertinent
documents cited in this solicitation by submitting a request to:

Defense Supply Center Columbus -


Land or Malitime Commodities: https://dbi.dscc.dla.mil (drawings only)

Defense Supply Center Philadelphia -


Construction & Engineering: http://www.dscp.dla.mil/gilprod_services/#drawings
Subsistence: http://www.dscp.dla.mil/subs/subsbo/specs.htm
Clothing & Textile: http://ct.dscp.dla.mil/contracting
Medical: http://assist.daps.dla.mil/quicksearchl
(for specification documents not available through ASSIST Quick Search, submit request to point of contact
listed in solicitation)

Defense Supply Center Richmond -


Aviation Conunodities: http://www.dscr.dla.mil/qap/qaps.htm
http://assist.daps.dla.mil (for non-Government specifications, Include the number of the solicitation and the title
and number of the
specification, standard, plan, drawing, or other pertinent document.)

LP-L-2 SEP 05 EDITION LP-L-2, MAR 05 OBSOLETE


SPM1Cl-07-R-0214

SECTIONL
REF. NO. DOC. BEJNG CONT'D

[X] 52.204-9P02 INFORMATION RELATING TO ELECTRONIC DATA INTERCHANGE (EDI) (MAR


1994) DSCP
(a) Electronic Data Interchange (EDI) is most commonly defined as the electronic exchange of data contained
in normal business transactions, between Trading Partners, using a public standard format.
(b) The Defense Personnel Support Center (DPSC) has implemented a system for EDl, using the Accredited
Standards Committee (ASC) Xl2 and/or Uniform Communication Standard (UCS) Standards, as applicable, that
will electronically transmit contracts and/or orders for the item(s) covered by this solicitation in addition to
receiving invoices and transmitting payments electronically. Our goal is to utilize EDI to the maximum extent
possible.
(c) EDI CAPABILITY IS NOT A REQUIREMENT FOR AWARD UNDER THIS SOLICITATION. Those
offerors who can begin to use EDI should do so at this time. For those offerors who cannot, the mailing of hard
copy documents will continue. Tbis is being permitted since this is a transition period between the current
methods and the full implementation of EDI technology and procedures. However, even though the current hard
copy procedures will be permitted, it is the intent of the Government that eventually all transactions will be via
EDI.
(d) When the offeror intends to use EDI in the transmission and/or receipt of business documents-
(1) The offeror shall enter into an EDI Trading Partner Agreement (TPA) with DPSC (see paragraph (e)
below). The EDI TPA defmes the responsibilities of the Trading Partners exchanging electronic transactions.
(2) The offeror shall be responsible for providing its own computer hardware and computer software
necessary to transmit and receive data electronically under the framework of the EDI TPA.
(3) All tenus and conditions which would otherwise be applicable to a paper document shall apply to the
electronic document.
(e) An Electronic Data Interchange (EDI) Trading Partner Agreement (TPA) will be provided to the offeror
by the contracting officer upon request.

[X] 52.204-9P03 REQUIREMENT FOR CERTIFICATION OF A PREVIOUSLY EXECUTED


ELECTRONIC DATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT (TPA) (MAY 2004)
DSCP

If the offeror intends to use a previously executed Electronic Data Interchange (EDI) Trading Partner
Agreement (TPA) between the Defense Supply Center Philadelphia and the offeror in the performance of any
resultant contra.ct, the offeror must complete the certification at 52.204-9P04 in Section K of this solicitation.

LP-L-13, MAY 04 EDITION, MAR 94, OBSOLETE


SPMICI-CJ7-R-0214

SECTION L
REF. NO. DOC. BEING CONT'D

252.211-7005 SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS


(NOV 2005) DFARS

(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 in Excel fonnal at
httR:!/www.dcma.miilonebook/7.017.2.17.2.6/reports/modified.xls.

(c) An om:ror proposing to use an SPI process in lieu of military or Federal specifications or standards cited in the
solicitation shall -

(I) Identify the specific military or Federal specification or standard for which the SPI process has been accepted;

(2) Identity each facility at which the offeror proposes to use the specific SPI process in lieu ofmilitary 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) Ifthe proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at
the Internet sitl~ specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the
SPI process.

(d) Absent a detennination that an SPI process is not acceptable for this procurement, the Contractor shall use the
following SPI processes in lieu of military of Federal specifications or standards:

(Offeror insert information for each SPI process)

SPI Process:

Facility:

Military or FedeTal
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.

LP-L-15, NOV 05 EDITION LP-L-15, MAR 03 OBSOLETE


SPMl CI-07-R-0214

Potrebbero piacerti anche