Form Approved
OMB No. 0704-0187
Expires Jun 30, 1997
11
Public reporting burden for this collection of information is estimated to average 1 hour per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed,
and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department
of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget,
Paperwork Reduction Project (0704-0187), Washington, DC 20503.
3. DATE OF ORDER
(YYMMMDD)
SPM7L4-07-M-1090
2007 MAR 02
6. ISSUED BY
CODE
SPM7L1
9. CONTRACTOR
5. PRIORITY
0013593066
CODE
DOA3
S1501A
8. DELIVERY FOB
DCMA INDIANAPOLIS
8899 EAST 56TH STREET
PH 317 510 2016
INDIANAPOLIS IN 46249-5701
OTHER
CRITICALITY: B
FACILITY CODE
0CF78
0CF78
SMALL
NMC, INC
8068 MAIN ST
DUGGER IN 47848-8045
US
NAME AND
ADDRESS
DEST
SMALL DISADVANTAGED
WOMEN-OWNED
NET 30 days
13. MAIL INVOICES TO
See Block 15
14. SHIP TO
CODE
16.
DELIVERY
TYPE
OF
PURCHASE
ORDER
SL4701
CODE
MARK ALL
PACKAGES AND
PAPERS WITH
CONTRACT OR
ORDER NUMBER
This delivery order is issued on another Government agency or in accordance with and subject to terms and conditions of above numbered contract.
Reference your
ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW
MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.
NAME OF CONTRACTOR
SIGNATURE
If this box is marked, supplier must sign Acceptance and return the following number of copies:
DATE SIGNED
(YYMMMDD)
19.
ITEM NO.
20. QUANTITY
ORDERED/
ACCEPTED*
SCHEDULE OF SUPPLIES/SERVICE
21.
UNIT
22.
23.
UNIT PRICE
AMOUNT
TOTAL:
482
RECEIVED
BY:
37.RECEIVED AT
58360.56
DIFFERENCE
30.
32. PAID BY
INITIALS
33. AMOUNT VERIFIED CORRECT FOR
FINAL
31. PAYMENT
COMPLETE
PARTIAL
DATE
25. TOTAL
CONTRACTING/ORDERING
OFFICER
27. SHIP. NO.
PARTIAL
DATE
PLCLDAD
29.
Julie Lewis
FINAL
40.TOTAL CONTAINERS
Order Number:
CONTINUATION SHEET
SPM7L4-07-M-1090
PAGE
OF
PAGES
11
Order Number:
CONTINUATION SHEET
SPM7L4-07-M-1090
SECTION B
PR 0013593066
NSN
1005-00-918-2618
ITEM DESCRIPTION:
PLATE,BACK. STEEL MATERIAL. PHOSPHATE FINISH.
CLASS 3 THREADS: 1.1875-20UN-3B, .190-32UNF-3B.
E/I M2HB AND M3 .50CAL MACHINE GUNS.
FIRST ARTICLE TEST IS REQUIRED IAW SQAP 6535475
PART 2, PARAGRAPH 2
CLASS 3 THREADS APPLY TO THIS NSN.
PROCESS PROCEDURES AND OR WORKMANSHIP
SPECIMENS REQUIRED BY MILITARY SPECIFICATION (S)
APPLICABLE TO THIS CONTRACT WILL BE APPROVED
BY THE ACTIVITY RESPONSIBLE FOR THE
ADMINISTRATION OF THE CONTRACT. POSTAWARD
PREPRODUCTION APPROVAL VERIFYING THE
REQUIREMENTS OF MIL-DTL-16232 IS REQUIRED.
IF AQLS ARE LISTED IN THE SPECIFICATION(S)
OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE
AUTHORIZED SAMPLE SIZE, HOWEVER, THE ACCEPTANCE
NUMBER FOR THIS CONTRACT IS ZERO; I.E., THIS
CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS
ON ZERO DEFECTS AND REJECTS ON ONE OR MORE
DEFECT(S).
"CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE
USED NOR INCORPORATED IN ANY ITEMS TO BE
DELIVERED UNDER THIS CONTRACT. THIS PROHIBITION
SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT
DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS.
SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR
APPROVAL UNLESS THEY ARE AUTHORIZED BY THE
SPECIFICATION REQUIREMENTS."
DLAD CLAUSE 52.246-9004, PRODUCT VERIFICATION
TESTING, IS HEREBY INCORPORATED, AND MAY BE
INVOKED AT THE DISCRETION OF THE PROCUREMENT
ACTIVITY.
PAGE
OF
PAGES
11
Order Number:
CONTINUATION SHEET
PAGE
SPM7L4-07-M-1090
SECTION B
CASTING / FORGING MAY BE REQUIRED TO MANUFACTURE
THIS NSN. IF A CASTING / FORGING IS REQUIRED,
TOOLING IS
TYPICALLY INVOLVED. THE GOVERNMENT MAY NOT HAVE
THIS SPECIAL
TOOLING. ASSISTANCE WITH FORGING AND CASTING
SOURCES MAY BE FOUND AT THE WEB SITE BELOW.
http://www.dscr.dla.mil/userweb/aviationengineer
ing/
SupplyChainAssistance.asp
CRITICAL APPLICATION ITEM
CLIN
0001
PR
0013593066
PRLI
0001
U/I
EA
QUANTITY
23
NSN
1005009182618
QTY VARIANCE: PLUS
0%
INSPECTION POINT: ORIGIN
ACCEPTANCE POINT: ORIGIN
UNIT PRICE
$
121.08000
TOTAL PRICE
$
2784.84
UPC
N/A
SIZE
N/A
MINUS
0%
OF
PGC
N/A
PAGES
11
Order Number:
CONTINUATION SHEET
SPM7L4-07-M-1090
SECTION B
MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.
SPECIAL MARKING CODE: 00 PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV A
DATED 4090
.
For all shipments of packaged materiel to the government,
which includes either Depot (DLA-Direct) or DVD (CustomerDirect) shipments, both DoD linear and two-dimensional (2D)
bar code markings are required on Military Shipping Labels
in accordance with MIL-STD-129, Revision P, dated December
15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the
requirement for MSL and 2D symbols). See the DLA packaging
web site identified in DLAD 52.211-9010(E) for change
notices to MIL-STD-129P that apply. 2D bar coding shall be
in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3)
and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar
coding shall be in accordance with ISO/IEC 16388. Shipping
label stock quality shall meet MIL-PRF-61002. Bar code print
quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000)
for applicable 2D and/or linear bar codes. All DVD shipments
shall meet additional linear bar coding requirements in DLAD
52.211-9010(C). Except for the Transportation Control Number
(TCN), which must always be present on the Military Shipping
Label, when the contract/order omits any other data elements as
defined in MIL-STD-129P and if the information is not available
from the Administrative Contracting Office, then the field is
not required as part of the Military Shipping Label and may be
left blank. If there are inconsistencies between the schedule
and MIL-STD-129P, the schedule takes precedence.
DELIVER FOB:
DESTINATION
BY:
2007 AUG 29
PAGE
OF
PAGES
11
Order Number:
CONTINUATION SHEET
PAGE
SPM7L4-07-M-1090
OF
PAGES
SECTION B
NON-MILSTRIP
PROJ
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
CLIN
0002
PR
0013593066
PRLI
0002
U/I
EA
QUANTITY
459
NSN
1005009182618
QTY VARIANCE: PLUS
0%
INSPECTION POINT: ORIGIN
ACCEPTANCE POINT: ORIGIN
UNIT PRICE
$
121.08000
TOTAL PRICE
$
55575.72
UPC
N/A
SIZE
N/A
MINUS
PGC
N/A
0%
DELIVER FOB:
DESTINATION
BY:
2007 AUG 29
NON-MILSTRIP
PROJ
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
ITEM
9907
QUANTITY
Contractor First Article Test (FAT) 1
UNIT
TE
UNIT PRICE
WAIVED
AMOUNT
11
Order Number:
CONTINUATION SHEET
SPM7L4-07-M-1090
PAGE
OF
PAGES
SECTION B
Contractor First Article Test (FAT) (including test report)
The quantity '1 TE' (test)
signifies the test requirement.
See FAR 52.209-3 for
information concerning the FAT
requirement and test report.
Offers that do not cite a price
for LINE ITEM 9907 shall be
evaluated under the assumption
that there is no separate charge
for the FAT. In the event the FAT
requirement is waived, no award
will be made for LINE ITEM 9907.
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
CONTINUED ON NEXT PAGE
11
CONTINUATION SHEET
Order Number:
A04D01
52.204-9C06
DSCC Part 52 - SOLICITATION
PROVISIONS AND CONTRACT CLAUSES STATEMENT
(JUN 2006)
Full text of all DLAD/DSCC clauses listed within this
individual solicitation are contained in the DSCC Part 52 Solicitation Provisions and Contract Clauses, current version
found at
http://www.dscc.dla.mil/library/provisions_clauses/dsccmaster/
Also, the full text of FAR/DFARS clauses incorporated by
reference may be accessed electronically at
http://www.dla.mil/j-3/j-336/icps.htm The clauses/provisions
incorporated by reference have the same force and effect as if
they were in full text; however, those having no bearing on
the instant acquisition become self-deleting. In the event of
an inconsistency between text found in DSCC Part 52 and the
individual solicitation/award, the provision of the individual
solicitation/award shall govern.
A04D02
52.204-9C07
PAYMENT BY ELECTRONIC FUNDS TRANSFER
(EFT) - CENTRAL CONTRACTOR REGISTRATION (CCR) DSCC:
Unless otherwise stated in the remarks section of this
contract/order, the payment information contained in the CCR
has precedence over any other payment information that may be
printed in the Remittance Address field of this contract/
order.
A11D01
52.211-9C41
DELIVERY INSTRUCTIONS FOR
NEW CUMBERLAND, PA AND TRACY, CA (MAY 2004)
DSCC
It is the vendor's responsibility to telephone the
Consignee's Transportation Officer (Transport Control/
Prelodge Desk) as far in advance as possible to make
arrangements for delivery of freight shipments (other than
small parcels). Appointments for some bulk type shipments
require a 7 - 10 day advance notice. Bills of lading must
be annotated to reflect this requirement.
The following information must be provided to the Pre-Lodge
Office:
Caller/Company
Phone Number
Shipment Information (type of materiel, including hazardous
information)
Contract Number
NSN(s)
Number of Pieces/Weight on the Truck
TCN Information
Carriers may experience delays if notification requirements
are not made.
Defense Distribution Depot San Joaquin
Stock, Warehouse 10 - Phone (209) 839-4307
CCP, Warehouse 30 - Phone (209) 839-4518
Tracy, CA
Defense Distribution Depot Susquehanna Pennsylvania
Phone: 1-800-307-8496
New Cumberland, PA
A42D01
52.242-9C05
NOTIFICATION OF REJECTION OF
UNILATERAL AWARD
(OCT 2002)
DSCC
NOTE:
SPM7L4-07-M-1090
PAGE
OF
PAGES
11
CONTINUATION SHEET
Order Number:
PAGE
D11C04
GOODS
OF
SPM7L4-07-M-1090
PAGES
11
52.211-9013
SHIPPER'S DECLARATION OF DANGEROUS
(AUG 2005)
DLAD
PALLETIZATION
REQUIREMENTS
D11D02
52.211-9C15
(FEB 2004)
DSCC
D11D04
52.211-9C17
PACKING LIST/INVOICE/SHIPPING
DOCUMENTS
(SEP 2005)
DSCC
(a) A packing list, invoice, or shipping documents shall
accompany or be included in ALL shipments.
(b) The document(s) shall include the following:
Complete MARK FOR including requisition (TCN) number; Order
Number; CLIN; National Stock Number (NSN) or part Number if
NSN is not available; Shipment Number, Quantity; and Unit of
Issue.
(c) In addition, for all DIRECT SHIPMENTS to overseas and
domestic consignees, including shipments to Consolidation and
Containerization Points, the documentation with complete MARK
FOR INFORMATION is to be placed in a water-resistant envelope
securely attached to the outside of the shipping
container/exterior pack. (This paragraph 'c' is not
applicable to shipments to a Government Packing Facility).
D46D03
52.246-9C41
(FEB 2004)
DSCC
Order Number:
CONTINUATION SHEET
PAGE
OF
PAGES
10
SPM7L4-07-M-1090
11
SECTION F
F11A07
FAR
52.211-17
F42A02
52.242-15
STOP-WORK ORDER
F42A05
FAR
52.242-17
F47A03
52.247-34
F.O.B. DESTINATION
(SEP 1989)
(AUG 1989)
FAR
(APR 1984)
(NOV 1991)
FAR
SECTION E
E04D01
52.204-9C01
(JUN 1980)
DSCC
E46A02
52.246-2
(AUG 1996)
FAR
F47D01
52.247-9C02
(MAY 2004)
DSCC
INSPECTION OF SUPPLIES--FIXED-PRICE
E46A17
52.246-15
(APR 1984)
FAR
E46B01
REPORT
F47A06
52.247-48
F.O.B DESTINATION -- EVIDENCE OF
SHIPMENT
(FEB 1999)
FAR
F47D03
52.247-9C04
POINT OF CONTACT FOR TRANSPORTATION
INSTRUCTIONS
(MAY 2004)
DSCC
CERTIFICATE OF CONFORMANCE
252.246-7000
MATERIAL INSPECTION AND RECEIVING
(MAR 2003)
DFARS
E46C03
52.246-9004
(JUN 1998)
DLAD
E46D00
52.246-9C00
ADDENDUM TO DFARS 252.246-7000,
MATERIAL INSPECTION AND RECEIVING REPORT
(JUN 2004)
DSCC
52.246-9C01
INSPECTION AT ORIGIN
(JUN 2001)
Questions may be directed to the DDC at 1-800-456-5507.
SECTION I
SUPPLIES
(x)(Vendor Fill-in) Same as Offeror
Applicable to CLIN(s): _____________________________________
All
(Vendor Fill-in)
I04A05
52.204-7
(JUL 2006)
FAR
I04B03
PRODUCT
252.204-7003
(APR 1992)
I04B04
252.204-7004
(NOV 2003)
DFARS
I09A08
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST
WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR
PROPOSED FOR DEBARMENT
(SEP 2006)
FAR
I11A01
FAR
52.211-5
MATERIAL REQUIREMENTS
(AUG 2000)
I11A02
52.211-15
DEFENSE PRIORITY AND ALLOCATION
REQUIREMENT
(SEP 1990)
FAR
I11C02
52.211-9002
PRIORITY RATING
(MAR 2000)
DLAD
I15A05
FORMAT
52.215-8
ORDER OF PRECEDENCE -- UNIFORM CONTRACT
(OCT 1997)
FAR
52.246-9C02
ACCEPTANCE AT ORIGIN
I19A06
52.219-6
(JUN 2003)
FAR
I22A15
52.222-19
CHILD LABOR-COOPERATION WITH
AUTHORITIES AND REMEDIES
(JAN 2006)
FAR
I22A16
1996)
52.222-20
FAR
(DEC
I22A17
52.222-21
(FEB 1999)
FAR
I22A18
EQUAL OPPORTUNITY
52.222-26
(APR 2002)
FAR
(NOV 1995)
I22A24
52.222-36
AFFIRMATIVE ACTION FOR WORKERS WITH
DISABILITIES
(JUN 1998)
FAR
E46D10
52.246-9C10
(FEB 2004)
DSCC
E46D13
52.246-9C13
(JAN 1999) DSCC
I25A04
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN
PURCHASES
(FEB 2006)
FAR
E46D29
52.246-9C32
PHYSICAL ITEM IDENTIFICATION/BARE
ITEM MARKING
(FEB 2005)
DSCC
I25B01
252.225-7001
BUY AMERICAN ACT AND BALANCE OF
PAYMENTS PROGRAM
(JUN 2005)
DFARS
I25B02
252.225-7002
QUALIFYING COUNTRY SOURCES AS
SUBCONTRACTORS
(APR 2003)
DFARS
CONTINUED ON NEXT PAGE
Order Number:
CONTINUATION SHEET
I32A01
52.232-1
I32A06
52.232-8
(FEB 2002)
FAR
PAYMENTS
(APR 1984)
SPM7L4-07-M-1090
FAR
I32A08
52.232-11
EXTRAS
(APR 1984)
I32A22
52.232-25
PROMPT PAYMENT
FAR
(OCT 2003)
FAR
I32A28
52.232-33
PAYMENT BY ELECTRONIC FUNDS
TRANSFER--CENTRAL CONTRACTOR REGISTRATION
(OCT 2003)
FAR
I32B02
252.232-7003
REQUESTS
(MAY 2006)
I32B10
DFARS
252.232-7010
(DEC 2006)
I33A01
52.233-1
DISPUTES
I33A03
52.233-3
I33A05
52.233-4
(OCT 2004)
FAR
(JUL 2002)
FAR
(AUG 1996)
FAR
I33C01
52.233-9001
DISPUTES: AGREEMENT TO USE
ALTERNATIVE DISPUTE RESOLUTION (JUN 2001)
DLAD
(c) If you wish to opt out of this clause, check here
( ) (Vendor Fill-in).
I39C01
DLAD
52.239-9000
I43A01
FAR
52.243-1
I43B01
252.243-7001
(DEC 1991)
DFARS
I44A05
52.244-6
(SEP 2006)
FAR
(JUN 2002)
(AUG 1987)
I47B02
252.247-7023
(MAY 2002)
DFARS
I47B05
252.247-7023
(MAR 2000)
ALT III
I48D01
52.248-9C01
CONFIGURATION CONTROL - ENGINEERING
CHANGES, DEVIATIONS AND WAIVERS
(OCT 2000)
DSCC
I49A01
52.249-1
TERMINATION FOR CONVENIENCE OF THE
GOVERNMENT (FIXED-PRICE) (SHORT FORM)
(APR 1984)
FAR
I52A01
52.252-2
(FEB 1998)
FAR
52.253-1
(JAN 1991)
PAGE
11
OF
PAGES
11