Vous êtes sur la page 1sur 50

REPLY TO

ATTENTION OF
Freedom of Information
Program Office
Ms. Anne Weismann
Chief Counsel
CREW
1400 Eye Street, NW
Suite 450
Washington D.C. 20005
Dear Ms. Weismann:
DEPARTMENT OF THE ARMY
UNITED STATES ARMY GARRISON- REDSTONE
4488 MARTIN ROAD
REDSTONE ARSENAL, ALABAMA 35898-5000
July 13, 2011
This is in response to your Freedom oflnformation Act (FOIA) request, June 7, 2011requesting
a copy of documents pertaining to Transaction ID: 40234172 dated March 9, 2009 and Transaction
ID: 33142992 dated February 25, 2008 between the Army and Phoenix Products, Inc of McKee,
Kentucky as stated in your request.
Your request has been reviewed by the US Army Aviation and Missile Command's Acquisition
Center and the information requested and agreed upon is enclosed.
Pursuant to the Freedom oflnformation Act, 5 U.S.C. 552, costs associated with processing
your request is $94.80. Please make your check payable to the US Treasury and forward within 30
days to the following address:
DEPARTMENT OF THE ARMY
Freedom of Information Program Office
IMSE-RED-HRR
US Army Garrison - Redstone
3465 Zeus Road
Redstone Arsenal, AL 35898-5000
In remittance, please reference FOIA case number FOIA-11-0392.
If you have any questions concerning this response, please contact the undersigned at 256-876-
6360, and reference case number FOIA-11-0392.
Enclosure
Freedom of Information/Privacy Act
Programs Specialist
AN EQUAL OPPORTUNITY EMPLOYER
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
I. Requisition Number Page 1 Of 4
Offeror To Complete Block 12, 17, 23, 24, & 30 SEE SCHEDULE
2. Contract No. 3. Award/Effective Date I 4. Order Number 5. Solicitation Number 6. Solicitation Issue Date
\"158RGZ-07-D-0267 2008FEB25 0002
7. For Solicitation A. Name B. Telephone Number {No Collect Calls) 8. Offer Due Date/Local Time
Information Call:
...
ROSA L. UPCHURCH (256) 876-0927
9. Issued By Code
I
1"158RGZ
10. This Acquisition Is
0 Unrestricted OR 0 Set Aside: % For
US ARHY AVIATION & MISSILE COMHAND
0 Small Business 0 Emerging Small Business D8{A) 0Hubzone Small Business AHSAH-AC-BH-A
REDSTONE ARSENAL AL 35898-5280
0 Service-Disabled Veteran-Owned Small Business NAICS: 336413 Size Standard:
11. Delivery For FOB Destination Unless Block Is Marked 12. Discount Terms
0 See Schedule
YIEAPON SYSTEM: UH-60 AIRFRAHE
0 13a. This Contract Is A Rated Order Under DPAS {15 CFR 700)
113b. Rating DOA1
e-mail:
ROSA.UPCHURCHUS.ARMY.MIL
14. Method Of Solicitation 0RFQ 0IFB 0RFP
15. Deliver To Code I YI25G1U 16. Administered By Code
I
S3605A
SU TRANSPORTATION OFFICER DCMA DAYTON
DDSP NEVI CUMBERLAND FACILITY AREA C, BUILDING 30
2001 NORHANDY DRIVE DOOR 113 TO 134 1725 VAN PATTON DRIVE
NEVI CUMBERLAND PA 17070-5002 WRIGHT-PATTERSON AFB OH 45433-5302
Telephone No. SCD: c PAS: NONE
17. Contractor/Offeror Code I 042G6 I Facility L 18a. Payment Will Be Made By Code I HQ0337
PHOENIX PRODUCTS, INC. DFAS-COLUMBUS CENTER
106 BETHFORD RD NORTH ENTITLEMENT OPERATIONS
MCKEE, KY 40447-9770 P.O. BOX 182266
COLUMBUS OH 43218-2266
1-800-756-4571 I FAX 1-866-837-8036
Telephone No. (606) 965-3333
0 17b. Check If Remittance Is Different And Put Such
18b. Submit Invoices To Address Shown In Block 18a Unless Block Below Is Checked
Address In Offer 0 See Addendum
19. 20. 21. 22. 23. 24.
Item No. Schedule Of Supplies/Services Quantity Unit Unit Price Amount
SEE SCHEDULE
(Use Reverse and/or Attach Additional Sheets As Necessary)
25. Accounting And Appropriation Data 26. Total Award Amount {For Govt. Use Only)
ACRN: AA 97 X4930AC6C 6X 26FS S23204 YI58RGO $1,191,975.00
0 27a.Solicitation Incorporates By Reference FAR 52.212-1,52.212-4. FAR 52.212-3 And 52.212-5 Are Attached. Addenda 0 Are 0 Are Not Attached.
0 27b.Contract/Purchase Order Incorporates By Reference FAR 52.212-4. FAR 52.212-5 Is Attached. Addenda 0 Are 0 Are Not Attached.
0 28. Contractor Is Required To Sign This Document And Return __ 2 __ _
Copies to Issuing Office. Contractor Agrees To Furnish And Deliver All Items Set
Forth Or Otherwise Identified Above And On Any Additional Sheets Subject To The
Terms And Conditions Specified.
0 29. Award Of Contract: Ref. Offer
Dated . Your Offer On Solicitation {Block 5), Including
Any Additions Or Changes Which Are Set Forth Herein, Is Accepted As
To Items:
30a. Signature Of Offeror/Contractor
30b. Name And Title Of Signer {Type Or Print)
Authorized For Local Reproduction
Previous Edition Is Not Usable
130c. Date Signed
31a. United States Of America (Signature Of Contracting Officer)
/SIGNED/
31b. Name Of Contracting Officer (Type Or Print) 131c. Date Signed
BENETTA HALBERT
BENETTA.HALBERT@US.ARMY.MIL (256)876-3912 2008FEB25
Standard Form 1449 (Rev. 3/2005)
Prescribed By GSA-FAR (48 CFR) 53.212
19. 20. 21. 22. 23. 24.
Item No. Schedule Of Supplies/Services Quantity Unit Unit Price Amount
32a. Quantity In Column 21 Has Been
0 Received 0 Inspected 0 Accepted, And Conforms To The Contract, Except As Noted:-----------------------
32b. Signature Of Authorized Government Representative 32c. Date 32d. Printed Name and Title of Authorized Government Representative
32e. l\1 ailing Address of Authorized Government Representative 32f. Telephone Number of Authorized Government Representative
32g. E-1\lail of Authorized Government Representative
33. Ship Number 34. Voucher Number 35. Amount Verified 36. Payment 37. Check Number
Correct For
I Partial 1 I Final
0 Complete 0 Partial 0Final
38. SIR Account No. 39. SIR Voucher Number 40. Paid By
41 a. I Certifv This Account Is Correct And Proper For Payment 42a. Received By (Print)
41 b. Signature And Title Of Certifying Officer 41c.Date
42b. Received At (Location)
42c. Date Rec'd (YY/MJ\1/DD) I 42d. Total Containers
Standard Form 1449 (Rev. 3/2005) Back
CONTINUATION SHEET
Reference No. of Document Being Continued Page 2 of 4
PIIN/SIIN YISBRGZ-07-D-0267/0002 MOD/AMD
Name Of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
SUPPLEMENTAL INFORMATION
1. The purpose of this delivery order {0002) is to procure seventy-five (75) each Leak Proof Trnsmission Drip Pans (TDPs) for the Army
under CLIN 0002AA, Part Number DPP3-5-0l, NSN: 5340-01-547-7028.
2. The total cumulative number of Leak Proof Transmission Drip Pans procured to date is increased by 75 from 106 to 181.
3. The total amount of this delivery order is $1,191,975.
4. Except as provided herein, all other terms and conditons remain unchanged and in full force and effort.
*** END OF NARRATIVE AOOOl ***
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN vi58RGZ-07-D-0267/0002 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT
SUPPLIES OR SERVICES AND PRICES/COSTS
0002 NSN, 5340-01-547-7028
FSCM' 042G6
PART NR, DP3-5-01
SECURITY CLASS, Unclassified
0002AA ORDERING PERIOD 2 - LEAK PROOF DRIP PAN 75 EA $
NOUN, DRIP PAN ASSEMBLY
PRON, AX8F0248AX PRON AMD' 02 ACRN, AA
AMS co, 070011
Packaging and Marking
Ins2ection and Acce2tance
INSPECTION, Origin ACCEPTANCE' Origin
Deliveries or Performance
DOC SUPPL
REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD
001 viS 8HOZ8032BE02 W25G1U J 2
DEL REL CD QUANTITY DEL DATE
001 75 30-JUN-2008
FOB POINT, Destination
SHIP TO,
(W25G1U) SU TRANSPORTATION OFFICER
DDSP NEvi CUMBERLAND FACILITY
2001 NORMANDY DRIVE DOOR 113 TO 134
NE\1 CUMBERLAND PA 17070-5002
CONTRACT/DELIVERY ORDER NUMBER
vi58RGZ- 07 -D- 026 7/0002
Page 3 of 4
UNIT PRICE AMOUNT
15,893.00000 $ 1,191,975.00
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267/0002
N arne of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
CONTRACT ADMINISTRATION DATA
LINE
PRON/
AMS CD/ OBLG
ITEM ~ M = I ~ P ~ R __ __ ACRN STAT ACCOUNTING CLASSIFICATION
0002AA AXBF0248AX
070011
AA
SERVICE
NAME
Army
TOTAL BY ACRN
AA
97 X4930AC6C 6X
ACCOUNTING CLASSIFICATION
97 X4930AC6C 6X
EDI ACCOUNTING CLASSIFICATION
97 OXOX4930AC6C S23204 86X00000000000000026FS
26FS S23204
26FS S23204
MOD/AMD
JOB
ORDER
NUMBER
ACCOUNTING
STATION
W58RGO
TOTAL
ACCOUNTING
STATION
W58RGO
TOTAL
S23204
$
$
Page 4 of 4
OBLIGATED
AMOUNT
1,191,975.00
1,191,975.00
OBLIGATED
AMOUNT
1,191,975.00
1,191,975.00
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I ; ~ ~ ~ ~ t ~ = ~ ~ ~ ~ r : ~ ~ e
I Page
1 Of7
2. Amendment/Modification No.
13. Effective Date
4. Requisition/Purchase Req No. 15. Project No. (If applicable)
01 2008JUN16 SEE SCHEDULE
6. Issued By Code I W58RGZ 7. Administered By (If other than Item 6) Code I S3605A I
US ARMY AVIATION & MISSILE COMMAND DCMA DAYTON
AMSAM-AC-BH-A AREA C, BUILDING 30
ROSA L. UPCHURCH (256) 876-0927 1725 VAN PATTON DRIVE
REDSTONE ARSENAL AL 35898-5280 \1RIGHT-PATTERSON AFB OH 45433-5302
VIEAFON SYSTEM: UH-60 AIRFRAME
EMAIL: ROSA.UPCHURCHUS.ARNY.MIL sen c PAS NONE ADP PT HQ0337
8. Name And Address Of Contractor (No., Street, City, County, State and Zip Code)
D
9A. Amendment Of Solicitation No.
PHOENIX PRODUCTS, INC.
I--
106 BETHFORD RD
9B. Dated (See Item 11)
MCKEE, KY 40447-9770
c=J
lOA. Modification Of Contract/Order No.
I--
\>158RGZ-07-D-0267/0002
TYPE BUSINESS: Other Small Business Performing in u.s.
1 OB. Dated (See Item 13)
Code 042G6
I Facility Code
2008FEB25
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
D The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers
D is extended, D is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:
(a) By completing items 8 and 15, and returning copies of the amendments: (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE
SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such
change may be made by telegtam or lettet, provided each telegmm ot letter makes teference to the solicitation and this amendment, and is received prior to the
opening hour and date specified.
12. Accounting And Appropriation Data (If required)
ACRN: AA NET INCREASE: $5,656.00
KIND MOD CODE: G
13. THIS ITEM ONLY APPLIES TO MODIFICATIONS OF CONTRACTS/ORDERS
It Modifies The Contract/Order No. As Described In Item 14.
D
A. This Change Order is Issued Pursuant To:
The Contract/Order No. In Item lOA.
The Changes Set Forth In Item 14 Are Made In
D
B. The Above Numbered Contract/Order Is Modified To Reflect The Administrative Changes (such as changes in paying office, appropriation data, etc.)
Set Forth In Item 14, Pursuant To The Authority of FAR 43.103(b).
C. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
D
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor D is not, c=J is required to sign this document and return copies to the Issuing Office.
14. Description Of Amendment/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE SECOND PAGE FOR DESCRIPTION
Except as provided herein, all terms and conditions of the document referenced in item 9A or lOA, as heretofore changed, remains unchanged and in full force
and effect.
!SA. Name And Title Of Signer (Type or print) 16A. Name And Title Of Contracting Officer (Type or print)
lSB. Contractor/Offeror ISC. Date Signed
(Signature of person authorized to sian)
NSN 7540-01-152-8070
PREVIOUS EDITIONS UNUSABLE
BENETTA HALBERT
BENETTA.HALBERTUS.ARMY.MIL (256)876-3912
16B. United States Of America 16C. Date Signed
By
30-105-02
/SIGNED/ 2008JUN16
(Signature of Contracting Officer)
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243
CONTINUATION SHEET
Reference No. of Document Being Continued Page 2 of 7
PIIN/SIIN \'158RGZ-07-D-0267/0002 MOD/AMD 01
Name of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
SECTION A - SUPPLEMENTAL INFORMATION
1. The purpose of this modification (01) is to incorporate packaging instructions for the remaining 25 Drip Pans to be provided under
this delivery order.
2. As a result of this modification:
a. Contract Clause 52.208-4700 has been incorporated in Section D of this delivery order.
b. The Packing Requirements dated April 17, 2008 has been established in Section J as Attachment 0001 to this delivery order.
c. The total quantity of CLIN 0002AA has been decreased by 25 from 75 to 50. As a result, the total obligated amount for CLIN
0002AA is decreased by $397,325 from $1,191,975 to $794,650.
d. CLIN 0002AB has been established for the remaining 25 Drip Pans at unit price of $16,119.24 for a total obligated amount of
$402,981.
e. The total obligated amount of this delivery order is increased by $5,656 from $1,191,975 to 1,197,631.
3. Except as provided herein, all other terms and conditions remain unchanged and in full force and effort.
*** END OF NARRATIVE A0002 ***
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267/0002 MOD/AMD 01
Page 3 of 7
N arne Of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
0002
0002AA
0002AB
SUPPLIES/SERVICES
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
NSN: 5340-01-547-7028
FSCM: 042G6
PART NR: DP3-5-01
SECURITY CLASS: Unclassified
ORDERING PERIOD 2 - LEAK PROOF DRIP PAN
NOUN: DRIP PAN ASSEMBLY
PRON: AX8F0248AX
AMS CD: 070011
PRON AMD: 03
Packaging and Marking
Inspection and Acceptance
ACRN: AA
INSPECTION: Origin ACCEPTANCE: Origin
Deliveries or Performance
SUPPL DOC
REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD
001 W58HOZ8032BE02 W25G1U
DEL REL CD
001
QUANTITY
50
FOB POINT: Destination
J
DEL DATE
30-JUN-2008
SHIP TO:
(vi25G1U) SU TRANSPORTATION OFFICER
DDSP NEW CUMBERLAND FACILITY
2001 NORMANDY DRIVE DOOR 113 TO 134
NEvi CUMBERLAND PA 17070-5002
CONTRACT/DELIVERY ORDER NUMBER
W58RGZ-07-D-0267/0002
ORDERING PERIOD 2 - LEAK PROOF DRIP PAN
NOUN: DRIP PAN ASSENBLY
PRON: AX8F0248AX
AMS CD: 070011
PRON AMD: 03
Packaging and Marking
Inspection and Acceptance
ACRN: AA
INSPECTION: Origin ACCEPTANCE: Origin
2
QUANTITY UNIT UNIT PRICE AMOUNT
50 EA $ 15,893.00000 $ ________
25 EA $ 16,119.24000 $ ________
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN WSSRGZ-07-D-0267/0002 MOD/AMD 01
N arne of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
Page 4 of 7
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
Deliveries or Performance
DOC SUPPL
REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD
------
001 W58HOZ8032BE02 W25G1U J 2
DEL REL CD QUANTITY DEL DATE
001 25 14-AUG-2008
FOB POINTo Destination
SHIP TOo
(vi25GlU) SU TRANSPORTATION OFFICER
DDSP NEVI CUMBERLAND FACILITY
2001 MISSION DRIVE, DOOR 113 134
NEVI CUMBERLAND PA 17070-5001
CONTRACT/DELIVERY ORDER NUMBER
VISSRGZ-07-D-0267/0002
CONTINUATION SHEET
Reference No. of Document Being Continued Page 5 of 7
PIIN/SIIN \'158RGZ-07-D-0267/0002 MOD/AMD Ol
N arne of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
SECTION D - PACKAGING AND MARKING
Status Regulatory Cite Title Date
D-l CHANGED 52.208-4700 \'IOOD PACKING MATERIALS REQUIREMENTS JUL/2007
A. \'load packaging material ('NPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame
and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood,
particleboard, veneer, and oriented strand board (OSD).
B. All Wood Packaging Material (WPM)) acquired by DOD must meet requirements of International Standards for Phytosanitary Measures
(ISPM) 15,
11
Guidelines for Regulating Nood Packaging Materials International Trade.
11
DOD shipments inside and ouside of the United
States must meet ISPM 15 whenever WPM is used to ship DOD cargo.
(l) All \'/PM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD
HT) in accordance with American Lumber Standard Committee, incorporated (ALSC) Vlood Packaging Material Program and VlPl'-1 Enforcement
Regulations (see http://www.alsc.org/).
(2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Marking 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 a ~ s o comply with ISPM 15 and be
marked with an ALSC approved DUNNAGE stamp.
C. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of entry. The Agency
reserves the right to recoup from the Contractor any remediation costs incurred by the Government.
D. Replacement Preservative for Pentachlorophenol
If packaging requirements of this contract specify the use of wood products and a preservative is required, Pentachlorophenol, commonly
referred to as
11
Penta" or npcpn is prohibited. Replacement preservatives are 2 percent copper naphthenate, 3 percent zinc naphthenate or
1.8 percent copper 8 quinolinolate.
(1) Heat Treatment: Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated.
All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30
minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency
accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood
used as inner packaging shall ensure traceability to the original source of heat treatment.
(2) Marking: Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention
Standard. The quality mark shall be placed on both ends of the outter packaging, between the end cleats or end battens: on two sides of
the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood proces verified in accordance with their
National Plant Protection Organization
1
s compliance program. In addition, wood used as dunnage for blocking and bracing shall be ordered
with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals.
(End of Clause)
CONTINUATION SHEET
Reference No. of Document Being Continued Page 6 of 7
PIIN/SIIN W58RGZ-07-D-0267/0002 MOD/AMD 01
Name Of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
SECTION G - CONTRACT ADMINISTRATION DATA
PRON/
LINE AMS CD/ OBLG STAT/
ITEM MIPR ACRN JOB ORO NO
0002AA AX8F0248AX AA $
070011
0002AB AX8F0248AX AA $
070011
SERVICE
NANE
NET CHANGE
BY ACRN ACCOUNTING CLASSIFICATION
Army AA 97
NET CHANGE FOR AWARD:
X4930AC6C 6X
PRIOR AMOUNT
OF A\>IARD
1,191,975.00
ACRN EDI ACCOUNTING CLASSIFICATION
PRIOR AMOUNT
1,191,975.00
0.00
NET CHANGE
26FS S23204
INCREASE/DECREASE
AMOUNT
-397,325.00
402,981.00
5,656.00
ACCOUNTING
STATION
W58RGO
$
CUMULATIVE
AMOUNT
794,650.00
402,981.00
INCREASE/DECREASE
AMOUNT
5,656.00
NET CHANGE $ 5,656.00
INCREASE/DECREASE
AMOUNT
5,656.00
CUMULATIVE
OBLIG AMT
1,197,631.00
AA 97 OXOX4930AC6C S23204 86X00000000000000026FS S23204 W58RGO
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN vlSSRGZ-07-D-0267 /0002 MOD/AMD 01
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
SECTION J - LIST OF ATTACHMENTS
List of
Addenda
Attachment 0001 PACKAGING REQUIREMENTS
Title Date
17-APR-2008
Number
of Pages
001
Page 7 of 7
Transmitted By
ELECTRONIC
IMAGE
PACKAGING REQUIREMENTS
PRON 'AX8F0248 NSN 15340 WPN SYS CD ! A BE
NOUN DRIP PAN ASSEMBLY
PACKAGING SPECIALIST
NAME PHONE DATE
WILLIAMS, JAMES F. (256)876-0245 04/17/2008
ESTIMATED MAXIMUM UNIT PACKAGE WEIGHT {POUNDS) AND SIZE (INCHES)
WT LN WD DP
X t QUANTITY PER UNIT PACK p01
INTERMEDIATE CONTAINER QUANTITY 000
X/ MIL-STD-129 MARKINGS SHALL APPLY.
LEVEL OF PRESERVATION- COMMERCIAL I LEVEL OF PACK- COMMERCIAL IN ACCORDANCE WITH ASTM D 3951
X LEVEL OF PRESERVATION- MILITARY I LEVEL OF PACK 'A IN ACCORDANCE WITH:
1. PRESERVATION REQUIREMENTS AND PACKING REQUIREMENTS CONTAINED IN SPECIAL PACKAGING
INSTRUCTIONS (SPI} NUMBER I ' , PART NUMBER !
2. PRESERVATION REQUIREMENTS AND PACKING REQUIREMENTS CONTAINED IN MIL-STD-2073-1.
3. PRESERVATION REQUIREMENTS AND PACKING REQUIREMENTS CONTAINED IN
0
4. Mll-STD-2073-1 CODES, APPENDIX J
Jl/A/MP 41 JII/CD JIII/PM 00' JIV/WM GB
JV/CD .Lc' JVI/CT X JVII/UC ffi JVII!IC .:oo'
JIX!AIPK
F
JX!SM oo: JVlllA/OPI 'Mi
, X 5. SUPPLEMENTAL INFORMATION WOOD BOX SHALL BE COMPLiANT lAW ISPM-15
6. REUSABLE CONTAINER WILL BE GOVERNMENT FURNISHED MATERIAL
7. REUSABLE CONTAINER WILL BE CONTRACTOR FURNISHED MATERIAL
Page 1
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
1. Requisition Number Page 1 Of 4
Offeror To Complete Block 12, 17, 23, 24, & 30 SEE SCHEDULE
2. Contract No. 3. Award/Effective Date I 4. Order Number 5. Solicitation Number 6. Solicitation Issue Date
W58RGZ-07-D-0267 2009MAR09 0005
7. For Solicitation A. Name B. Telephone Number (No Collect Calls) 8. Offer Due Date/Local Time
Information Call:
..
ROSA L. UPCHURCH (256)876-0927
9. Issued By Code
I
W58RGZ 10. This Acquisition Is
D Unrestricted OR D Set Aside: % For
US ARMY CONTRACTING COMMAND
D Small Business D Emerging Small .Business D8(Al 0Hubzone Small Business CCAM-BH-A
CONTRACTING CENTER
D Service-Disabled Veteran-Owned Small Business NAICS: 336413 Size Standard:
REDSTONE ARSENAL AL 35898-5280
11. Delivery For FOB Destination Unless Block Is Marked 12. Discount Terms
D See Schedule
WEAPON SYSTEM: UH-60 AIRFRAME
0 13a. This Contract Is A Rated Order Under DPAS (15 CFR 700)
I 13b. Rating DOA1
e-mail:
ROSA.UPCHURCHUS.ARMY.MIL
14. Method Of Solicitation 0RFQ 0IFB 0RFP
15. Deliver To Code I \'ll5RM6 16. Administered By Code
I
S3605A
SR W4G8 OFC CCSI ELEC SYS DCMA OHIO RIVER VALLEY
ABN ENG EVAL SPT BR TECH SUP AWCF AREA C, BUILDING 30
HANGAR NO 5 1725 VAN PATTON DRIVE
LAKEHURST NJ 08733-5009 \'/RIGHT-PATTERSON AFB, OH 45433-5302
Telephone No. SCD: c PAS: NONE
17. Contractor/Offeror Code I 042G6 I Facility I 18a. Payment Will Be Made By Code I HQ0337
PHOENIX PRODUCTS, INC DFAS - COLUMBUS CENTER
359 RICE SCHOOL RD NORTH ENTITLEMENT OPERATIONS
MC KEE, KY 40447-9770 P.O. BOX 182266
COLUMBUS, OH 43218-2266
Telephone No.
(606) 965-3333
0 17b. Check If Remittance Is Different And Put Such
18b. Submit Invoices To Address Shown In Block 18a Unless Block Below Is Checked
Address In Offer 0 See Addendum
19. 20. 21. 22. 23. 24.
Item No. Schedule Of Supplies/Services Quantity Unit Unit Price Amount
SEE SCHEDULE
(Use Reverse and/or Attach Additional Sheets As Necessary)
25. Accounting And Appropriation Data 26. Total Award Amount (For Govt. Use Only)
ACRN: AA 21 92020000095E5E05P11600431E6 S23204 1'158HOZ $1,800,060.00
D 27a.Solicitation Incorporates By Reference FAR 52.212-1,52.212-4. FAR 52.212-3 And 52.212-5 Are Attached. Addenda DAreD Are Not Attached.
0 27b.Contract/Purchase Order Incorporates By Reference FAR 52.212-4. FAR 52.212-5 Is Attached. Addenda 0 Are DAre Not Attached.
0 28. Contractor Is Required To Sign This Document And Return ___ _
Copies to Issuing Office. Contractor Agrees To Furnish And Deliver All Items Set
Forth Or Otherwise Identified Above And On Any Additional Sheets Subject To The
Terms And Conditions Specified.
D 29. A"ard Of Contract: Ref. Offer
Dated . Your Offer On Solicitation (Block 5), Including
Any Additions Or Changes Which Are Set Forth Herein, Is Accepted As
To Items:
30a. Signature Of Offeror/Contractor
30b. Name And Title Of Signer (Type Or Print)
Authorized For Local Reproduction
Previous Edition Is Not Usable
130c. Date Signed
31a. United States Of America (Signature Of Contracting Officer)
/SIGNED/
31b. Name Of Contracting Officer (Type Or Print) 131c. Date Signed
BENETTA HALBERT
BENETTA. HALBERT@US. ARMY. (256) 876-3 912 2009MAR09
Standard Form 1449 (Rev. 3/2005)
Prescribed By GSA-FAR (48 CFR) 53.212
19. 20. 21. 22. 23. 24.
Item No. Schedule Of Supplies/Services Quantity Unit Unit Price Amount
32a. Quantity In Column 21 Has Been
0 Received 0 Inspected 0 Accepted, And Conforms To The Contract, Except As Noted:-----------------------
32b. Signature Of Authorized Government Representative 32c. Date 32d. Printed Name and Title of Authorized Government Representative
32e. Mailing Address of Authorized Government Representative 32f. Telephone Number of Authorized Government Representative
32g. E-Mail of Authorized Government Representative
33. Ship Number 34. Voucher Number 35. Amount Verified 36. Payment 37. Check Number
Correct For
1 Partial I I Final
0 Complete 0 Partial 0Final
38. S/R Account No. 39. S/R Voucher Number 40. Paid By
41a. I Certify This Account Is Correct And Proper For Payment 42a. Received By (Print)
41 b. Signature And Title Of Certifying Officer 41c. Date
42b. Received At (Location)
42c. Date Rec'd (YY/MM/DD) I 42d. Total Containers
Standard Form 1449 (Rev. 3/2005) Back
CONTINUATION SHEET
Reference No. of Document Being Continued Page 2 of 4
PIIN/SIIN WSSRGZ-07-D-0267 /0005 MOD/AMD
Name of Offeror Or Contractor: PHOENIX PRODUCTS, INC
SUPPLEMENTAL INFORMATION
l. The purpose of this delivery order (0005) is to procure one hundred and fourteen (114) each Leak Proof Transmission Drip Pans
(TDPs), Part Number DP4M-5, NSN: 1660-01-558-8747, for the Army under CLIN 1003AA in accordance with the provisions set forth in
Contract WSSRGZ-07-D-0267.
2. The total cumlative number of Leak Proof Transmission Drip Pans procured to date is increased by 114 from 293 to 407.
3. The total amount of this delivery order is $1,800,060.00.
4. Except as provided herein, all other terms and conditions remain unchanged and in full force and effect.
*** END OF NARRATIVE AOOOl ***
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN ll58RGZ-07-D-0267/0005 MOD/AMD
Name Of Offeror or Contractor: PHOENIX PRODUCTS, INC
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT
SUPPLIES OR SERVICES AND PRICES/COSTS
1003 NSN: 1660-01-558-8747
SECURITY CLASS: Unclassified
1003AA ORDERING PERIOD 3 - LEAK PROOF DRIP PAN 114 EA $
NOUN: TRANSMISSION DRIP PAN
PRON: 2R9EDP012R PRON AMD: 01 ACRN: AA
AMS CD: 11600400000
Packaging and Marking
and Acce2tance
INSPECTION: Origin ACCEPTANCE: Origin
Deliveries or Performance
DOC SUPPL
REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD
001 W81YUF9054BE50 vll5RM6 J 1
DEL REL CD QUANTITY DEL DATE
001 30 19-JUN-2009
002 30 17-JUL-2009
003 30 21-AUG-2009
004 24 18-SEP-2009
FOB POINT: Destination
SHIP TO:
(Wl5RM6) SR W4G8 OFC CCSI ELEC SYS
ABN ENG EVAL SPT BR TECH SUP AvlCF
HANGAR NO 5
LAKEHURST NJ 08733-5009
CONTRACT/DELIVERY ORDER NUMBER
W58RGZ-07-D-0267/0005
MARK FOR:
CERDEC Flight Activity
ATTN: Cricket Rott (732) 323-7458
Bldg 194, Hangar 5
NAES, Lakehurst, NJ 08733
(End of narrative FOOl)
Page 3 of 4
UNIT PRICE AMOUNT
15,790.00000 $ 1,800,060.00
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267/0005
MOD/A!VID
Name of Offeror Or Contractor: PHOENIX PRODUCTS, INC
CONTRACT ADMINISTRATION DATA
LINE
ITEM
1003AA
SERVICE
NAME
Army
PRON/
AMS CD/ OBLG
MIPR ACRN STAT ACCOUNTING CLASSIFICATION
2R9EDP012R AA 21 92020000095ESEOSP11600431E6 S23204
11600400000
TOTAL BY ACRN ACCOUNTING CLASSIFICATION
AA 21 92020000095ESEOSP11600431E6 823204
ACRN EDI ACCOUNTING CLASSIFICATION
AA 21 090920200000 S23204 95ESE051160040000031E6
JOB
ORDER
NUMBER
99EZDP
ACCOUNTING
STATION
W58HOZ
TOTAL
ACCOUNTING
STATION
W58HOZ
TOTAL
99EZDPS23204 W58HOZ
Page 4 of 4
OBLIGATED
AMOUNT
1,800,060.00
1,800,060.00
OBLIGATED
AMOUNT
1,800,060.00
1,800,060.00
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT I
I Page
1 Of8
2. Amendment/Modification No.
,3. Effective Date 4. Requisition/Purchase Req No. ,5. Project No. (If applicable)
P00001 2008MAR31 SEE SCHEDULE
6. Issued By Code 1 N5 BRGZ 7. Administered By (If other than Item 6) Code I S3605A I
US ARMY AVIATION & MISSILE COMMAND DCMA DAYTON
AMSAM-AC-BH-A AREA C, BUILDING 30
ROSA L. UPCHURCH (256) 876-0927 1725 VAN PATTON DRIVE
REDSTONE ARSENAL AL 35898-5280 NRIGHT-PATTERSON AFB OH 45433-5302
EMAIL' ROSA.UPCHURCH@US.ARMY.MIL SCD c PAS NONE ADP PT HQ0337
8. Name And Address Of Contractor (No., Street, City, County, State and Zip Code)
D
9A. Amendment Of Solicitation No.
PHOENIX PRODUCTS, INC.
-
106 BETHFORD RD
9B. Dated (See Item 11)
MCKEE, KY 40447-9770

1 OA. Modification Of Contract/Order No.
r---
N58RGZ-07-D-0267
TYPE BUSINESS, Other Small Business Performing in u.s.
lOB. Dated (See Item 13)
Code 042G6
I Facility Code
2007AUG07
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
D The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers
D is extended, D is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods:
(a) By completing items 8 and 15, and returning copies of the amendments: (b) By acknowledging receipt of this amendment on each copy of the
offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR
ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE
SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such
change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the
opening hour and date specified.
12. Accounting And Appropriation Data (If required)
NO CHANGE TO OBLIGATION DATA
KIND MOD CODE, G
13. THIS ITEM ONLY APPLIES TO MODIFICATIONS OF CONTRACTS/ORDERS
It Modifies The Contract/Order No. As Described In Item 14.
D
A. This Change Order is Issued Pursuant To:
The Contract/Order No. In Item lOA.
The Changes Set Forth In Item 14 Are Made In
D
B. The Above Numbered Contract/Order Is Modified To Reflect The Administrative Changes (such as changes in paying office, appropriation data, etc.)
Set Forth In Item 14, Pursuant To The Authority of FAR 43.103(b).
C. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
D
D. Other (Specify type of modification and authority)
E. IMPORTANT: Contractor Dis not, required to sign this document and return copies to the Issuing Office.
14. Description Of Amendment/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
SEE SECOND PAGE FOR DESCRIPTION
Contract Expiration Date: 2011DEC31
Except as provided hereiu, all terms and conditions of the document referenced in item 9A or lOA, as heretofore changed, remains unchanged and in full force
and effect.
15A. Name And Title Of Signer (Type or print) 16A. Name And Title Of Contracting Officer (Type or print)
lSB. Contractor/Offeror 15C. Date Signed
(Signature of person authorized to sign)
NSN 7540-01-152-8070
PREVIOUS EDITIONS UNUSABLE
BENETTA HALBERT
BENETTA.HALBERTUS.ARMY.MIL (256)876-3912
16B. United States Of America 16C. Date Signed
By
30-105-02
/SIGNED/ 2008MAR31
(Signature of Contracting Officer)
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243
CONTINUATION SHEET
Reference No. of Document Being Continued Page 2 of 8
PIIN/SIIN 1'158RGZ-07-D-0267 MOD/AMD P00001
Name of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
SECTION A SUPPLEMENTAL INFORMATION
A-1 The purpose of this modification (P00001) is to incorporate Leak Proof Transmission Drip Pans (Part Number (P/N) DP4M-5, NSN: 1660-
01-558-8747) for the UH-60M Aircraft.
A-2 As a result of this modification:
(a) The following CLINs have been established in Section B for P/N DP4M-5) :
Year Year 2 Year 3 Year 4
1002 1003 1004 1005
(b) Contract Clause H-1, Pricing, has been revised to incorporate a pricing matrix for P/N DP4M-5.
(c) CLINs 0001, 0002, 0003, 0004, and 0005 have been revised to reference P/N DP3-5-01 and to delete the estimated quantities.
A-3 The maximum quantity of Drip Pans to be procured under subject contract shall remain unchanged at 471 and the minimum quantity at
106.
A-4 Except as provided herein, all other terms and conditions remain unchanged and in full force and effect.
*** END OF NARRATIVE A0003 ***
PIIN/SIIN 1'158RGZ-07-D-0267
MOD/AMD
P00001
Page 3 of 8
CONTINUATION SHEET
Reference No. of Document Being Continued
N arne of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
0001 LEAK PROOF TRANSMISSION DRIP PAN - EA $ $
NSN: 5340-01-547-7028
NOUN: LEAK PROOF DRIP PAN
FSCM: 042G5
PART NR: DP3-5-01
SECURITY CLASS: Unclassified
PROGRAM YEAR: 1
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative B001)
Packaging and Marking
UNIT PACK: 01
and AcceQtance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
0002 LEAK PROOF TRANSMISSION DRIP PAN - EA $ $
NSN: 5340-01-547-7028
NOUN: LEAK PROOF DRIP PAN
FS01: 042G6
PART NR: DP3-5-01
SECURITY CLASS: Unclassified
PROGRAM YEAR: 2
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative B001)
Packaging and Marking
UNIT PACK: 01
Reference No. of Document Being Continued
Page 4 of 8
CONTINUATION SHEET
PIIN/SIIN W58RGZ-07-D-0267
MOD/AMD
P00001
N arne of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
0003
0004
SUPPLIES/SERVICES
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PAN
NSN: 5340-01-547-7028
NOUN: LEAK PROOF DRIP PAN
FSCM: 042G6
PART NR: DP3-5-01
SECURITY CLASS: Unclassified
PROGRAM YEAR: 3
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative B001)
Packaging and Marking
ill-liT PACK: 01
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
LEAK PROOF DRIP PAN
NSN: 5340-01-547-7028
NOUN: LEAK PROOF DRIP PAN
FSCI't: 042G6
PART NR: DP3-5-01
SECURITY CLASS: Unclassified
PROGRAM YEAR: 4
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative BOOl)
Packaging and Marking
QUANTITY UNIT UNIT PRICE
EA

EA $ _____ _
AMOUNT
$ ______ _

Reference No. of Document Being Continued
Page 5 of 8
CONTINUATION SHEET
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD P00001
Name Of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
0005
1002
SUPPLIES/SERVICES
UNIT PACK, 01
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE, Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PAN
NSN, 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
FSCM' 042G6
PART NR, DPJ-5-01
SECURITY CLASS, Unclassified
PROGRAM YEAR, 5
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
{End of narrative BOOl)
Packaging and Marking
UNIT PACK, 01
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE, Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PANS
NSN, 1660-01-558-8747
NOUN, LEAK PROOF DRIP PAN
FSCM, 042G6
PART NR, DP4M-5
SECURITY CLASS, Unclassified
PROGRAM YEAR, 2
Any Leak Proof Transmission Drip Pan Order
under this ordering period shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative BOO!)
QUANTITY UNIT UNIT PRICE
EA $ _____ _
EA
AMOUNT
$. ______ _
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267
MOD/AMD
N arne of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
1003
1004
SUPPLIES/SERVICES
Packaging and Marking
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PANS
NSN: 1660-01-558-8747
NOUN: LEAK PROOF DRIP PAN
FSCM: 042G6
PART NR: DP4M-5
SECURITY CLASS: Unclassified
PROGRAM YEAR: 3
Any Leak Proof Transmission Drip Pan Order
under this ordering period shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative BOOl)
Packaging and Marking
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PANS
NSN: 1660-01-558-8747
NOUN: LEAK PROOF DRIP PAN
FSCM: 042G6
PART NR: DP4M-5
SECURITY CLASS: Unclassified
PROGRAM YEAR: 4
Any Leak Proof Transmission Drip Pan Order
under this ordering period shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative BOOl)
QUANTITY UNIT
EA
EA
Page 6 of 8
P00001
UNIT PRICE AMOUNT
Reference No. of Document Being Continued
Page 1 of 8
CONTINUATION SHEET
PIIN/SIIN VI58RGZ-07-D-0267 MOD/AMD POOOOl
Name of Offeror or Contractor: PHOENIX PRoDucTs, INc.
ITEM NO
1005
SUPPLIES/SERVICES
Packaging and Marking
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE' Origin
FOB POINT, Destination
LEAK PROOF TRANSMISSION DRIP PANS
NSN, 1660-01-558-8747
NOUN, LEAK PROOF DRIP PAN
FSCM, 042G6
PART NR, DP4M-5
SECURITY CLASS, Unclassified
PROGRAM YEAR, 5
Any Leak Proof Transmission Drip Pan Order
under this ordering period shall reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative BOOl)
Packaging and Marking
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE' Origin
FOB POINT: Destination
QUANTITY UNIT UNIT PRICE AMOUNT
EA
CONTINUATION SHEET
Reference No. of Document Being Continued Page 8 of 8
PIIN/SIIN vl58RGZ-07-D-0267 MOD/AMD P00001
N arne Of Offeror or Contractor: PHOENIX PRODUCTS, INC.
SECTION H - SPECIAL CONTRACT REQUIREMENTS
H-1 Pricing
All Leak Proof Transmission Drip Pans ordered hereunder shall be priced as set forth in the pricing matrix below:
Pricing Matrix for P/N DP3-05-01
Lot Size 1-4 5-24 25-49 50-99 100-199 200-249
Year 1 $16,695 $16,362 $15,970 $15,475 $15,155 $14,902
(Date of Award through 31 Dec 2007)
Year 2 $17,146 $16,804 $16,401 $15,893 $15,564 $15,304
(1 Jan 2008 through 31 Dec 2008)
Year 3 $17,300 $16,955 $16,549 $16,036 $15,704 $15,442
( 1 Jan 2009 through 31 Dec 2009)
Year 4 $17,421 $17,074 $16,665 $16,148 $15,814 $15,550
(1 Jan 2010 through 31 Dec 2010)
Year 5 $17,526 $17,176 $16,765 $16,245 $15,909 $15,643
(1 Jan 2011 through 31 Dec 2011)
Pricing Matrix for P/N DP4M-5
Lot Size 1-4 5-24 25-49 50-99 100-199 200-249
Year 2 $17,146 $16,803 $16,460 $15,946 $15,603 $15,260
(Date of Award through 31 Dec 2008)
Year 3 $17,352 $17,005 $16,658 $16,137 $15,790 $15,443
(1 Jan 2009 through 31 Dec 2009)
Year 4 $17,491 $17,141 $16,791 $16,266 $15,916 $15,567
(1 Jan 2010 through 31 Dec 2010)
Year 5 $17,648 $17,295 $16,942 $16,413 $16,060 $15,707
(1 Jan 2011 through 31 Dec 2011)
*** END OF NARRATIVE HOOOl ***
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL lTEMS
I. Requisition Number Page 1 Of 19
Offeror To Complete Block 12, 17, 23, 24, & 30 SEE SCHEDULE
2. Contract No.
4. Order Number
S. Solicitation Number 6. Solicitation Issue D\Jte
WSSRGZ-07-D-0267
7. For
A. Name r4, B. Telephone Number (No Collect Calls) 8. Offer Due Date/Lotal Time
Information Call:
.,.
ROSA L. HURCH (256) 876-0927
9.1ssued By Code
I
W58RGZ
10. This Acquisition Is 0 Unrestricted OR Set Aside: 100 % For
US ARMY AVIATION & MISSILE COMMAND
0 Small Business 0 Emerging Small Business 0 8(A) 0Hubzone Small Business AMSAM-AC-BH-A
REDSTONE ARSENAL AL 35898-5280
0 Service-Disabled Veteran-Owned Small Business NAICS: 336413 Size Stan<lard:
11. Delivery For FOB Destination Unless Block Is Marked 12. Discount Terms
0 See Schedule
0 l3a. This Contract Is A Rated Order Under DPAS (15 CFR 700)
/ 13b. Rating DOAl
e-mail:
ROSA.UPCHURCH@US.ARMY.MIL
14. Method Of Solicitation ORFQ L J IFB L
RFP
15. Deliver To Code I 16. Administered By Code
I
S3605A
SEE SCHEDULE DCMA DAYTON
AREA C, BUILDING 30
1725 VAN PATTON DRIVE
WRIGHT-PATTERSON AFB OH 45433-5302
Telephone No. SCD: c PAS:
NONE
17. Contractor/Offeror Code I 042G6 I Facility I 18a. Payment Will Be Made By Code I HQ0337
PHOENIX PRODUCTS, INC. DFAS-COLUMBUS CENTER
106 BETHFORD RD NORTH ENTITLEMENT OPERATIONS
MCKEE, KY 40447-9770 P.O. BOX 182266
COLUMBUS OH 43218-2266
1-800-756-4571 I FAX 1-866-837-8036
Telephone No. (606)965-3333
0 17b. Check If Remittance Is Different And Put Such
IS b. Submit Invoices To Address Shown In Block I 8a Unless Block Below Is Checked
Address In Offer 0 See Addendum
19. 20. 21. 22. 23. 24.
Item No. Schedule OfSu]lplies/Services Quantity Unit Unit Price Amount
SEE SCHEDULE
contract Expiration Date: 2011DEC31
(Use Reverse and/or Attach Additional Sheets As Necessary)
25. Accounting And Appropriation Data 26. Total Award Amount (For Govt. Use Only)
$0.00
0 27a.Solicitation Incorporates By Reference FAR 52.212-I, 52.212-4. FAR 52.212-3 And 52.212-5 Are Attached. Addenda 0 Are 0 Are Not Attached.
0 27b.Contrllct/Purchase Order Incorporates By Reference FAR 52.212-4. FAR 52.212-51s Attached. Addendll 0 Are 0 Are Not Attached.
0 28. Contractor Is Required To Sign This Document And Return _2 __ _
Copies to I ulng Office. Contractor Agrees To Furnish And Deliver All Items Set
Forth Or t Identified Above And On Any Additional Sheets Subject To The
Terms d onditions S ified.
Jj)a. Si
7
0 29. Award Of Contract: Ref. W58RGZ07R0426 Offer
Dated Your Offer On Solicitation (Block 5), Including
Any Additions Or Changes Which Are Set Forth Herein, Is Accepted As
To Items: SEE SCHEDULE
19. 20. 21. 22. 23. i4.
Item No. Schedule Of Supplies/Services Quantity Unit Unit Price Amount
/
32a. Quantity In Column 21 Has Been
D Received D Inspected D Accepted, And Conforms To The Contract, Except As Noted:----------------------
32b. Signature Of Authorized Government Representative 32c. Date 32d. Printed Name and Title of Authorized Government Representative
32e. Mailing Address of Authorized Government Representative 32f. Telephone Number of Authorized Government Representative
32g. E-Mail of Authorized Government Representative
33. Ship Number 34. Voucher Number 35. Amount Verified 36. Payment 37. Check Number
Correct For
j Partial 1 1 Final
D Complete 0 Partial 0Final
38. SIR Account No. 39. SIR Voucher Number 40. Paid By
41a.I Certify This Account Is Correct And Proper For Payment 42a. Received By (Print)
41b. Signature And Title Of Certifying Officer 41c. Date
42b. Received At (Location)
42c. Date Rec'd (YY/MMffiD) I 42d. Total Containers
Standard Form 1449 (Rev. 3/2005) Back
CONTINUATION SHEET
Reference No. of Document Being Continued Page 2 of 19
PIIN/SIIN WSBRGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
SUPPLEMENTAL
A-1 This is an B(a) five (5) year Firm-Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract Pursuant to FAR
52.216-22 for Leak Proof Transmission Drip Pans to support the UH-60A/Ls and HH-60L Aircraft. The National Stock Number (NSN) and Part
Number (P/N) are as follow'
a. NSN' 5340-01-547-7028
b. P/N' DP3-5-01
A-2 The minimum quantity that shall be awarded under this contract is 106. Due to funding constraints, the Government will award a
quantity of lOS simultaneously with the award of the basic contract. The parties agree that the remaining quantity (1 each) shall be
awarded at a unit price of $15,155 provided award of the item is made no later than August 31, 2007. For all subsequent ordering
periods (years 2 through 5), the Government will order only those quantities that are needed. The maximum quantity that shall be
ordered under this contract over five seperate ordering periods is 471. The estimated quantities for each ordering period are provided
below. The estimated quantities listed herein shall not commit the Government to ordering that or any quantity above the minimum
quantity.
Estimated
Quantities
Year
106
Year
100
Year Year Year
100 100 65
A-3 Ordering period 1 will be from date of award through 31 December 2007. Subsequent ordering periods shall end on 31 December each
year until 2011.
A-4 Funds shall be obligated by issurance of delivery orders and not by the contract itself. The Government intends to award only one
basic IDIQ Contract as a result of this solicitation.
*** END OF NARRATIVE A0002 ***
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267
MOD/AMD
Name of Offeror or Contractor; PHOENIX PRODUCTS. INC.
ITEM NO
0001
0002
SUPPLIES/SERVICES
SUPPLIES OR SERVICES AND PRICES/COSTS
LEAK PROOF TRANSMISSION DRIP PAN
NSN, 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
SECURITY CLASS: Unclassified
PROGRAM YEAR' 1
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod should reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative B001)
Packaging and Marking
UNIT PACK' 01
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE, Origin
FOB POINT: Destination
LEAK PROOF DRIP PAN
NSN: 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
SECURITY CLASS: Unclassified
PROGRAM YEAR: 2
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod should reflect
pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative B001)
Packaging and Marking
UNIT PACK: 01
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
QUANTITY UNIT
106 (EST) EA
100 (EST) EA
Page 3 of 19
UNIT PRICE AMOUNT
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
0003
0004
SUPPLIES/SERVICES
LEAK PROOF TRANSMISSION DRIP PAN
NSN, 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
SECURITY CLASS, Unclassified
PROGRAM YEAR, 3
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod should reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative 8001)
Packaging and Marking
UNIT PACK, 01
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE' Origin
FOB POINT: Destination
LEAK PROOF TRANSMISSION DRIP PAN
NSN, 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
SECURITY CLASS: Unclassified
PROGRAM YEAR: 4
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod should reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative 8001)
Packaging and Marking
UNIT PACK: 01
Inspection and Acceptance
INSPECTION: Origin ACCEPTANCE: Origin
FOB POINT: Destination
QUANTITY UNIT
100 (EST) EA
100 (EST) EA
Page 4 of 19
UNIT PRICE AMOUNT
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267
MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
ITEM NO
0005
SUPPLIES/SERVICES
LEAK PROOF TRANSMISSION DRIP PAN
NSN, 5340-01-547-7028
NOUN, LEAK PROOF DRIP PAN
SECURITY CLASS, Unclassified
PROGRAM YEAR 5
Any Leak Proof Transmission Drip Pan Order
under this ordering preiod should reflect
the pricing established in the table under
Contract Clause H-1, Pricing.
(End of narrative 8001)
P a c k a q i ~ q and Marking
UNIT PACK, 01
Inspection and Acceptance
INSPECTION, Origin ACCEPTANCE, Origin
FOB POINT: Destination
QUANTITY UNIT
65 (EST) EA
Page 5 of 19
UNIT PRICE AMOUNT
CONTINUATION SHEET
Reference No. of Document Being Continued Page 6 of 19
PIIN/SIIN vi58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
DELIVERIES OR PERFORMANCE
Regulatory Cite Title Date
52.247-59 F.O.B. ORIGIN--CARLOAD AND TRUCKLOAD SHIPMENTS APR/1984
2 52.211-4013 ACCELERATED DELIVERY (AUG 2001)--ALTERNATE I (USAAMCOM) AUG/2001
The Government normally desires maximum acceleration of deliveries provided such acceleration is at no additional cost to the
Government. However, prior to acceleration of delivery, approval must be obtained from the Procuring Contracting Officer.
CONTINUATION SHEET
Reference No. of Document Being Continued Page 7 of 19
PIIN/SIIN W58RGZ- 07 -D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
SPECIAL CONTRACT REQUIREMENTS
H-1 Pricing
All Leak Proof Transmission Drip Pans ordered hereunder shall be as set forth in the pricing matrix below:
Pricing Matrix
Lot Size 1-4 5-24 25-49 50-99 100-199 200-249
Year 1 $16,695 $16,362 $15,970 $15,475 $15,155 $14,902
(Date of Award through 31 Dec 2007)
Year 2 $17,146 $16,804 $16,401 $15,893 $15,564 $15,304
(1 Jan 2008 through 31 Dec 2008)
Year 3 $17,300 $16,955 $16,549 $16,036 $15,704 $15,442
(1 Jan 2009 through 31 Dec 2009)
Year 4 $17,421 $17,074 $16,665 $16,148 $15,814 $15,550
(1 Jan 2010 through 31 Dec 2010)
Year 5 $17,526 $17,176 $16,765 $16,245 $15,909 $15,643
(1 Jan 2011 through 31 Dec 2011)
***
END OF NARRATIVE H0001
** *
H-2 Delivery Orders Deliveries
Delivery shall be specified in the individual orders. Delivery shall not be more than 30 units per month beginning 100 days after
receipt of order.
*** END OF NARRATIVE H0002 ***
CONTINUATION SHEET
Reference No. of Document Being Continued Page 8 of 19
PIIN/SIIN WSSRGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
CONTRACT CLAUSES
1
2
4
5
6
Regulatory Cite
52.212- 4
52.247- 1
52.247-68
52.248- 1
252.232-7003
52.212-5
Title
CONTRACT TERHS AND CONDITIONS- -COHHERCIAL ITEt1S
COMMERCIAL BILL OF LADING NOTATIONS
REPORT OF SHIPMENT (RESHIP)
VALUE ENGINEERING
ELECTRONIC SUBMISSION OF PAYHENT REQUESTS
CONTRACT TERHS AND CONDITIONS REQUIRED TO IHPLEMENT STATUTES OR
EXECUTIVE ORDERS - COMMERCIAL ITEHS
Date
FEB/2007
FEB/2006
FEB/2006
FEB/2000
HAR/2007
HAR/2007
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause(s), which is incorporated in this
contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
___ X ___ (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being
incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial
items:
___ X ___ {1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995} (41
U.S.C. 253g and 10 U.S.C. 2402).
(2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a).
(3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (If the offeror
elects to waive the preference, it shall so indicate in its offer.) (15 U.S.C. 657a}.
(4) (RESERVED)
(5) (i) 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-6.
(iii) Alternate II (Mar 2004) of 52.219-6
(6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Jun 2003) (15 U.S.C. 644).
(ii) Alternate I (Oct 1995) of 52.219-7.
(iii) Alternate II (Mar 2004) of 52.219-7.
____ X __ (7) 52.219-8, Utilization of Small Business Concerns (Hay 2004) (15 U.S.C. 637(d) (2) and (3));
(8) (i) .52.219-9, Small Business Subcontracting Plan (Sep 2006) (15 U.S.C. 637(d) (4)).
(ii) Alternate I (Oct 2001) of 52.219-9.
(iii) Alternate II (Oct 2001) of 52.219-9.
(9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 u.s.c. 637(a) (14)).
(10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business concerns (Sep 2005) (10
U.S.C. 2323). Not used by the Department of Defense.
(ii) Alternate I (Jun 2003) of 52.219-23
(11) 52.219-25, Small Disadvantaged Business Participation Program - Disadvantaged Status and Reporting (Oct 1999)
(Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323).
(12) 52.219-26, Small Disadvantaged Business Participation Program - Incentive Subcontracting (Oct 2000) (Pub. L.
103-355, Section 7102, and 10 U.S.C. 2323).
CONTINUATION SHEET
Reference No. of Document Being Continued Page 9 of 19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor; PHOENIX PRODUCTS, INC.
(13) 52.219-27, Notice of Total Service - Disabled Veteran-Owned Small Business Set-Aside (May 2004).
X (14) 52.222-3, Convict Labor (Jun 2003) (E.O. 11755).
___ X __ (15) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126).
X (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).
___ X ___ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246).
___ X __ (18} 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
Veterans (Sep 2006) (38 U.S.C. 4212).
___ X __ (19) 52.222-36, Affirmative Action for \;orkers With Disabilities (Jun 1998) (29 U.S.C. 793).
___ X ___ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
Veterans (Sep 2006) (38 u.s.c. 4212).
X (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).
(22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) {42
u.s.c. 6962(c) (3) (A){ii)).
(ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962 (i) (2) (C)).
(23) 52.225-1, Buy American Act --Supplies (Jun 2003) (41 U.S.C. 10a-10d).
(24) (i) 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19
U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub L. 108-77, 108-78, 108-286, 109-53 and 109-169);
(ii) Alternate I (Jan 2004) of 52.225-3.
(iii) Alternate II (Jan 2004) of 52.225-3.
(25) 52.225-5, Trade Agreements (Nov 2006) (19 u.s.c. 2501, et seq., 19 U.S.C. 3301 note).
(26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.O.S., proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury} .
(27) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 u.s.c. 5150).
(28) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150).
(29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U,S.C. 255(f), 10 U.S.C.
2307 (f))
_____ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 25S(f), 10 U.S.C. 2307(f)).
__ x ____ (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contract Registration (Oct 2003) (31 U.S.C. 3332).
_____ (32) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31
u.s.c. 3332).
(33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332).
(34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
(35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b)
and 10 U.S.C. 2631) ..
(ii) Alternate I (Apr 2003) of 52.247-64.
CONTINUATION SHEET
Reference No. of Document Being Continued Page 10 of 19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRoDucTs, INC.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting
Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable
to acquisitions of commercial items:
(1) 52.222-41, Service Contract Act of 1965, As amended (Jul 2005) (41 U.S.C. 351, et seq.)
(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et
seq.)
(3} 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option
Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
(4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002) (29 U.S.C. 206 and
41 U.S.C. 351, et seq.).
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph {d) if this
contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause
at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have
access to and right to examine any of the Contractor
1
s directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for
examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR
Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination
settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating
to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless
bf type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not
maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), or (d) of this clause, the Contractor is not
required to flow down any FAR clause, other than those in paragraphs (i} through {vi) of this paragraph in a subcontract for commercial
items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause
(i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 u.s.c. 637(d) (2) and (3)), in all subcontracts that
offer further subcontracting opportunities. If the subcontract {except subcontracts to small business concerns) exceeds $550,000
($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer
subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246).
(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
Veterans (Sep 2006) (38 U.S.C. 4212).
(iv) 52.22:2-36, Affirmative Action for Workers With Disabilities (Jun 1998) (29 U.S.C. 793).
(v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).
(vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to
the Service Contract Act of 1965 (41 U.S.C. 351, et seq.).
(vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10
U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items, a minimal number of additional
clauses necessary to satisfy its contractual obligations.
(End of clause)
Page 11 of 19
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN vi58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
7 52.216-18 . ORDERING OCT/1995
{a} Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the
individuals or activities designated in the Schedule. Such orders may be issued from
-DATE OF A\1ARD- through -31 December 2011-.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a
delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered
11
issuectn 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.
52.216-19 ORDER LIMITATIONS OCT/1995
(a) MINIMUM ORDER. When the Government requires supplies or services covered by this contract in an amount of less than -106-, the
Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) MAXIMUM ORDER. The Contractor is not obligated to honor--
(1) Any order for a single item in excess of -471-;
(2) Any order for a combination of items in excess of -471-;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) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition
Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds
the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and {c) of this section, 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 -5- 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 a_cquire the supplies or services from another source.
(END OF CLAUSE)
9 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
Coritractor 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
11
maxirnum. '
1
The Government shall order at least the quantity of supplies or services
designated in the Schedule as the "minimum.
11
(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 m u l t i p l ~
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
1
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 -FINAL DELIVERY OF ALL ORDERS PLACED DURING THE
EFFECTIVE PERIOD OF THIS CONTRACT-.
10 52.219-18
(END OF CLAUSE)
NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(a) CONCERNS (JUN
2003) (DFARS 252.219-7010 - Alternate A (JUN 1998)) --ALTERNATE I
APR/2005
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for
CONTINUATION SHEET
Reference No. of Document Being Continued Page 12 of 19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
participation in the SEA's B(a) Program and which meet the following criteria at the time of submission of offer--
(1) The Offeror is in conformance with the 8{a) support limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial
action directed by the SBA.
(3) The offeror's approved business plan is on the file and serviced by -LOUISVILLE DISTRICT OFFICE-.
(b) By submission of its offer
1
the Offeror represents that it meets all the criteria set forth in paragraph (a) of this clause.
(c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror
selected through the evaluation criteria set forth in this solicitation.
(d) (1) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end
items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed
under simplified acquisition prodedures and the total amount of this contract does not exceed $25,000.00, a small business concern may
furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts.
(2) The -PHOENIX PRODUCTS, INC.- will notify the U.S. Army Aviation and Missile Command Contracting Officer in writing
immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any
other party.
(End of clause)
11 252.219-7009 SECTION 8 (a) DIRECT AWARD MAR/2002
(a) This contract is issued as a direct award between the contracting office and the S(a) Contractor pursuant to the Partnership
Agreement dated February 1, 2002, between the Small Business Administration (SEA) and the Department of Defense. Accordingly, the SBA,
even if not identified in Section A of this contract, is the prime contractor and retains responsibility for S(a) certification, for
S(a) eligibility determinations and related issues, and for providing counseling and assistance to the 8(a) Contractor under the B(a)
Program. The cognizant SBA district office is: -LOUISVILLE DISTRICT OFFICE, 600 DR. MARTIN LUTHER KING JR. PLACE, ROOM 188, LOUISVILLE,
KY 40202-2254- (To be completed by the Contracting Officer at the time of award.)
(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the Government
under the terms and conditions of the contract; provided that the contracting office shall give advance notice to the SBA before it
issues .a final notice terminating performance, either in whole or in part, under the contract. The contracting office also shall
cobrdinate with the SBA prior to processing any novation agreement. The contracting office may assign contract administration unctions
to a contract administration office.
(c) The 8(a) Contractor agrees that
(1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SEA's 8(a)
regulations at 13 CFR 124.308), when the owner or owners upon whom 8(a) eligibility is based plan to relinquish ownership or control of
the concern. Consistent with Section 407 of Pub. L. 100-656, transfer of ownership or control shall result in termination of the
contract for convenience, unless the SBA waives the requirement for termination prior to the actual relinquishing of ownership and
control; and
(2) It will not subcontract the performance of any of the requirements of this contract without the prior written approval of
the SBA and the Contracting Officer.
(End of clause)
12 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB/1999
(a) ffSegregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and
other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for. employees, that are segregated by explicit directive or are in
fact segregated on the basis of race, color, religion, sex or national origin because of written or oral policies, or employee custom.
The term does not include separate or single-user rest r.ooms and necessary dressing or sleeping areas, which shall be provided to assure
privacy between the sexes.
CONTINUATION SHEET
Reference No. of Document Being Continued Page 13 of 19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
(b) The contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its
establishments, and that it does not .and will not permit its employees to perform their services at any location under its control where
segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause
in this contract.
(c) The Contractor shall include this clause in every subcontract that contains the clause of this contract entitled
11
Equal

(End of clause)
l3 52.245- 2 GOVERNHENT PROPERTY (FIXED-PRICE CONTRACTS) (DEV 99-00012) MAY /2004
(a) Government-furnished property.
(1} The Government shall deliver to the Contractor, for use in connection with and under the terms of this contract, the
Government-furnished property described in the Schedule or specifications together with any related data and information that the
Contractor may request and is reasonably required for the intended use of the property (hereinafter referred to as "Government-furnished
property
11
)
(2) The delivery or performance dates for this contract are based upon the expectation that Government-furnished property suitable
for use (except for property furnished "as is
11
) will be delivered to the Contractor at the times stated in the Schedule or, if not so
stated, in sufficient time to enable the Contractor to meet the contract's delivery or performance dates.
(3) If Government-furnished property is received by the Contractor in a condition not suitable for the intended use, the
Contractor shall, upon receipt of it, notify the Contracting Officer, detailing the facts, and, as directed by the Contracting Officer
and at Government expense, either repair, modify, return, or otherwise dispose of the property. After completing the directed action and
upon written request of the Contractor, the Contracting Officer shall make an equitable adjustment as provided in paragraph (h) of this
Clause.
(4) If Government-furnished property is not delivered to the Contractor by the required time, the Contracting Officer shall, upon
the Contractors timely written request, make a d.etermination of the delay, if any, caused the Contractor and shall make an equitable
adjustment in accordance with paragraph (h) of this clause.
(b) Changes in Government-furnished property.
(1) The Contracting Officer may, by written notice, (i} decrease the Government-furnished property provided or to be provided under this
contract, or (ii) substitute other Government-furnished property for the property to be provided by the Government, or to be acquired by
the Contractor for the Government, under this contract. The Contractor shall promptly take such action as the Contracting Officer may
direct regarding the removal, shipment, or disposal of the property covered by such notice.
(2) Upon the Contractors written request, the Contracting Officer shall make an equitable adjustment to the contract in accordance
with paragraph (h) of this clause, if the Government has agreed in the Schedule to make the property available for performing this
contract and there is any-
(i) Decrease or substitution in this property pursuant to subparaph (b) (1) of this clause; or
(ii} Withdrawal of authority to use this property, if provided under any other contract or lease.
(c) Title in Government property.
(1) The Government shall retain title to all Government-furnished property.
(2) All Government-furnished property and all property acquired by the Contractor, title to which vests in the Government under
this paragraph (collectively referred to as
11
Government property"), are subject to the provisions of this clause. Title to Government
property shall not be affected by its incorporation into or attachment to any property not owned by the Government, nor shall Government
property become a fixture or lose its identity as personal property by being attached to any real property.
(3) Title to each item of facilities and special test equipment acquired by the Contractor for the Government under this contract
shall pass to and vest in the Government when its use in performing this contract commences or when the Government has paid for it,
whichever is earlier, whether or not title previously vested in the Government.
(4) If this contract contains a provision directing the Contractor to purchase material for which the Government will reimburse
the Contractor as a direct item of cost under this contract-
CONTINUATION SHEET
Reference No. of Document Being Continued Page l4 of 19
PIIN/SIIN 1'158RGZ-07-D-0267 MOD/AMD
Name Of Offeror or Contractor: PHOENIX PRODUCTS, INC.
(i) Title to material purchased from a vendor shall pass to and vest in the Government upon the vendor
1
S delivery of such
material; and
(ii} Title to all other material shall pass to and vest in the Government upon-
(A) Issuance of the material for use in contract performance;
(B) Commencement of processing of the material or its use in contract performance; or
(C) Reimbursement of the cost of the material by the Government, whichever occurs first.
(d) Use of Government property. The Government property shall be used only for performing this contract, unless otherwise provided in
this contract or approved by the Contracting Officer.
{e) Property administration.
(1) The Contractor shall be responsible and accountable for all Government property provided under this contract and shall comply
with Federal Acquisition Regulation (FAR) Subpart 45.5, as in effect on the date of this contract.
(2) The Contractor shall establish and maintain a program for the use, maintenance, repair, protection, and preservation of
Government property in accordance with sound industrial practice and the applicable provisions of Subpart 45.5 of the FAR.
(3) If damage occurs to Government property, the risk of which has been assumed by the Government under this contract, the
Government shall replace the items or the Contractor shall make such repairs as the Government directs. However, if the Contractor
cannot effect such repairs within the time required, the Contractor shall dispose of the property as directed by the Contracting
Officer. When property for which the Government is responsible is replaced or repaired, the Contracting Officer shall make an
equitable adjustment in accordance with paragraph (h) of this clause.
(4} The Contractor represents that the contract price does not include any amount for repairs or replacement for which the
Government is responsible. Repair or replacement of property for which the is responsible shall be accomplished by the
Contractor at its own expense.
(f) Access. The Government and all its des.ignees shall have access at all reasonable times to the premises in which any Government
property is located for the purpose of inspecting the Government property.
(g) Risk of loss. Unless otherwise provided in this contract, the Contractor assumes the risk of, and shall be responsible for, any loss
or destruction of, or damage to, Government property upon its delivery to the Contractor or upon passage of title to the Government
under paragraph (c) of this clause. However, the Contractor is not responsible for reasonable wear and tear to Government property or
for Government property properly consumed in performing this contract.
{h) Equitable adjustment. When this clause specifies an equitable adjustment, it shall be made to any affected contract provision in
accordance with the procedures of the Changes clause. When appropriate, the Contracting Officer may initiate an equitable adjustment in
favor of the Government. The right to an equitable adjustment shall be the Contractors exclusive remedy. The Government shall not be
liable to suit for breach of contract for-
{1) Any delay in delivery of Government-furnished property;
{2) Delivery of Government-furnished property in a condition not suitable for its intended use;
{3) A decrease in or substitution of Government-furnished property; or
(4) Failure to repair or replace Government property for which the Government is responsible.
(i) Government property disposal. Except as provided in paragraph (i) (1) (i), (i) (2), and (i) (B) (i) of this clause, the Contractor shall
not dispose of Government property until authorized to do so by the Plant Clearance Officer.
(1) Scrap (to which the Government has obtained title under paragraph (c) of this clause).
(i) Contractor with an approved scrap procedure. --
(A) The Contractor may dispose of scrap resulting from production or testing under this contract without Government
approval. However, if the scrap requires demilitarization or is sensitive propertyr the Contractor shall submit the scrap on an
inventory disposal schedule.
(B) For scrap from other than production or testing the Contractor may prepare scrap lists in lieu of inventory disposal
CONTINUATION SHEET
Reference No. of Document Being Continued Page 1s of 19
PIIN/SIIN WSSRGZ-07-D-0267 MOD/AMD
Name of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
schedules (provided such lists are consistent with the approved scrap procedures), except that inventory disposal schedules shall be
submitted for scrap aircraft or aircraft parts and scrap that --
(1) Requires demilitarization;
(2) Is a classified itemi
(3) Is generated from classified items;
(4) Contains hazardous materials or hazardous wastes;
(5} Contains precious metals; or
(6) Is dangerous to the public health, safety, or welfare.
(ii) Contractor without an approved scrap procedure. The Contractor shall submit an inventory disposal schedule for all scrap.
(2) Pre-disposal requirements. When the Contractor determines that a property item acquired or produced by the Contractor, to
which the Government has obtained title under paragraph {c) of this clause, is no longer needed for performance of this contract, the
Contractor, in the following order of priority:
(i) purchase the property at the acquisition cost.
{ii) Shall make reasonable efforts to return unused property to the appropriate supplier at fair market value (less, if
applicable a reasonable restock fee that is consistent with the supplier
1
s customary practices).
(iii) Shall list, on Standard Form 1428, Inventory Disposal Schedule, property that was not purchased under paragraph
(i) (2) (i) of this clause, could not be returned to a supplier, or could not be used in the performance of other Government contracts.
(3) Inventory disposal schedules.
(i) The Contractor shall use Standard Form 1428, Inventory Disposal Schedule, to identify
(A) Government-furnished property that is no longer required for performance of this contract, provided the terms of
another Government contract do not require the Government to furnish that property for performance of that contracti and
(B) Property acquired or produced by the Contractor, to which the Government has obtained title under paragraph (c) of
this clause, that is no longer required for performance of that contract.
(ii) The Contractor may annotate inventory disposal schedules to identify property the Contractor wishes to purchase from the
Government.
(iii) Unless the Plant Clearance Officer has agreed otherwise, or the contract requires electronic submission of inventory
disposal schedules, the Contractor shall prepare separate inventory disposal schedules for --
(A) Special test equipment with commercial components;
(B) Special test equipment without commercial components;
(C) Printing equipment;
(D) Computers, components thereof, peripheral equipment, and related equipment;
(E) Precious Metals;
(F} Nonnuclear hazardous materials or wastes; or
(G) Nuclear materials or nuclear wastes.
{iv) Property with the same description, condition code, and reporting location may be grouped in a single line item. The
Contractor shall describe special test equipment in sufficient detail to permit an understanding of the special test equipment's
intended use.
(4} Submission requirements. The Contractor shall submit inventory disposal schedules to the Plant Clearance Officer no later
than
Page 16 of 19
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN WSBRGZ-07-D-0267 MOD/AMD
Name Of Offeror Or Contractor: PHOENIX PRODUCTS, INC.
(i) Thirty days following the Contractor,s determination that a Government property item is no longer required for
performance of the contract;
(ii) Sixty days, or such longer period as may be approved by the Plant Clearance Officer, following completion of contract
deliveries or performance; or
(iii) One hundred twenty days, or such longer period as may be approved by the Plant Clearance Officer, following contract
termination in whole or in part.
(5) Corrections. The Plant Clearance Officer may require the Contractor to correct an inventory disposal schedule or may reject a
schedule if the property identified on the schedule is not accountable under this contract or is not in the quantity or condition
indicated.
(6) Postsubmission adjustments. The Contractor shall provide the Plant Clearance Officer at least 10 working days advance written
notice of its intent to remove a property item from an approved inventory disposal schedule. Unless the Plant Clearance Officer objects
to the intended schedule adjustment within the notice period, the Contractor may make the adjustment upon expiration of the notice
period.
( 7) Storage.
(i) The Contractor shall store the property identified on an inventory disposal schedule pending receipt of disposal
instructions. The Government
1
s failure to provide disposal instructions within 12Q days following acceptance of an inventory disposal
schedule might entitle the Contractor to an equitable adjustment for costs incurred to store such property on or after the 121st day.
(ii) The Contractor shall obtain the Plant Clearance Officerrs approval to remove Government property from the premises at
which the property is currently located prior to receipt of final disposition instructions. If approval is granted, any costs incurred
by the Contractor to transport or store the property shall not increase the price or fee of any Government contract. The storage
facility shall be appropriate for assuring the propertys physical safety and suitability for use. Approval does not relieve the
Contractor of any liability under this contract for such property.
(8) Disposition instructions. --
(i) If the Government does not provide disposition instructions to the Contractor within 45 days following acceptance of a
scrap list, the Contractor may dispose of the listed scrap in accordance with the Contractors approved scrap procedures.
(ii) The Contractor shall prepare for shipment, delivery f.o.b. origin, or dispose of Government property as directed by the
Plant Clearance Officer. The Contractor shall remove and destroy any markings the property as Government property prior to
disposing of the property.
(iii) The Contracting Officer may require the Contractor to demilitarize the property prior to shipment or disposal. Any
equitable adjustment incident to the Contracting Officers direction to demilitarize Government property shall be made in accordance
with paragraph (h) of this clause.
(9) Disposal proceeds. The Contractor shall credit the net proceeds from the disposal of Government property to the price or cost
of work covered by this contract or to the Government as the Contracting Officer directs.
(10) Subcontractor inventory disposal schedules. The Contractor shall require a subcontractor that is using property accountable
under this contract at a subcontractor-managed site to submit inventory disposal schedules to the Contractor in sufficient time for the
Contractor to comply with the requirements of paragraph (i) (4) of this clause.
(j) Abandonment of Government property. --
(1) The Government will not abandon sensitive Government property without the Contractors written consent.
(2) The upon notice to the Contractor, may abandon any nonsensitive Government property in place at which time all
obligations of the Government regarding such abandoned property shall cease.
{3) The Government has no obligation to restore or rehabilitate the Contractors premises under any circumstances; however, if
Government-furnished property is withdrawn or is unsuitable for the intended use, or if other Government property is substituted, then
the equitable adjustment under paragraph (h) of this clause may properly include restoration or rehabilitation costs.
(k) Communications. All communications under this clause shall be in writing.
(1) OVerseas contracts. If this contract is to be performed outside the United States and its outlying areas, the words
11
Government
11
CONTINUATION SHEET
Reference No. of Document Being Continued Page 11 of19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AI\ill
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
and uaovernment-furnished
11
(wherever they appear in this clause) shall be construed as
11
United States Governmentu and uunited States
Government-furnished,
11
respectively.
(End of clause)
14 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)'
FAR Ciauses'
http,j/www.acqnet.gov/far
DFARS Clauses:
http,f/www.osd.mil/dpap/dars/dfars/index.htm
Clause Deviations:
http,//www.acq.osd.mil/dpap/dars/classdev/index.htm
(End of clause)
15 252.211-7005 SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS NOV/2005
{a) Definition.
11
SPI process,u 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) A listing of SPI processes accepted at specific facilities is available via the Internet at
http: I /guidebook .dcma .mil/20/guidebook_process (paragraph 4. 2) .
(c) An offeror proposing to use an SPI process in lieu of military of Federal specifications or standards cited in the solicitation
s h a l l ~ -
(1) Identify the specific military or Federal specification or standard for which the SPI process has been accepted;
(2) Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal
specifications or standards cited in the solicitation;
(3) Identify the contract line items, subline items, components, or elements affected by the SPI process; and
(4) If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the
Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.
(d) Absent a determination that an SPI process is not acceptable for this procurement, the Contractor shall use the following SPI
processes in lieu of military or Federal specifications or standards:
SPI Process:
Facility:
Military or Federal
Specification or Standard:
Affected Contract Line Item
Number, Subline Item Number,
Component, or Element:
(Offeror insert information for each SPI process)
Page 18 of 19
CONTINUATION SHEET
Reference No. of Document Being Continued
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRoDucTs. mc.
(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 Dr Federal specifications or standards required by the solicitation, the prospective offeror --
(1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an
offer; but
{2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of
offers.
(End of clause)
16 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL
APR/2007
ITEMS
(a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR} clause which, if checked, is included
in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components.
X 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207).
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which,
if checked, is included in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of
commercial items or components.
X 252.205-7000
----------- 252.219-7003
1996) (15 u.s.c. 637)
252.219-7004
1997) (15 U.S.C. 637 note.)
X 252.225-7001
X 252.225-7012
X 252.225-7014
252.225-7015
X 252.225-7016
Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416)
Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr
Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (Jun
Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582)
Preference for Certain Domestic Commodities (Jan 2007) (10 U.S.C. 2533a).
Preference for Domestic Specialty Metals (Jun 2005) (10 U.S.C. 2533a).
Restriction on Acquisition of Hand or Measuring Tools (Jun 2005) (10 U.S.C. 2533a).
Restriction on Acquisition of Ball and Roller Bearings (Mar 2006) (Section 8065 of Public Law 107-
117 and the same restriction in subsequent DoD appropriations acts).
252.225-7021
252.225-7027
252.225-7028
252.225-7036
10d and 19 U.S.C. 3301 note).
252.225-7038
Trade Agreements (Nov 2006) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note).
Restriction on Contingent Fees for Foreign Military Sales (Apr 2003) (22 u.s.c. 2779)
Exclusionary Policies and Practices of Foreign Governments (Apr 2003} (22 u.s.c. 2755)
(i) Buy American Act--Free Trade Agreements--Balance of Payments Program (Oct 2006) (41 U.S.C. lOa-
(ii) Alternate I (Jan 2005) of 252.225-7036.
Restriction on Acquisition of Air Circuit Breakers (Jun 2005) (10 U.S.C. 2534(a) (3)).
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small
Business Concerns (Sep 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts).
CONTINUATION SHEET
Reference No. of Document Being Continued Page 19 of 19
PIIN/SIIN W58RGZ-07-D-0267 MOD/AMD
Name of Offeror or Contractor: PHOENIX PRODUCTS, INC.
252.227-7015 Technical Data - Commercial Items (Nov 1995) (10 U.S.C. 2320)
252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999) (10 U.S.C. 2321)
X 252.232-7003 Electronic Submission of Payment Requests (May 2006) (10 U.S.C. 2227).
252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2006} (Section 1092 of Pub. L. 108-
375) .
X 252.243-7002 Requests for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410)
X 252.247-7023 (i) Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631).
(iii Alternate I (Mar 2000) of 252.247-7023.
(iii) Alternate II (Mar 2000) of 252.247-7023.
(iv) Alternate III (May 2002) of 252.247-7023.
X 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631)
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -Commercial Items clause of this contract, (FAR 52.212-5), the Contractor shall include the terms of the following
clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under thi.s contract:
X 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (Apr 2003) (10 U.S.C. 2533a)
252.237-7019 Training for Contractor Personnel Interacting with Detainees (Sep 2006) (Section 1092 of Public Law
108-375).
X 252.247-7023 Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631)
X 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000) (10 U.S.C. 2631)
(End of clause)
17 252.219-7011 NOTIFICATION TO DELAY PERFORMANCE JUN/1998
The Contractor shall not begin performance under this purchase order until 2 working days have passed from the date of its receipt.
Unless the Contractor receives notification from the Small Business Administration that it is ineligible for this 8{a) award, or
otherwise receives instructions from the Contracting Officer, performance under this purchase order may begin on the third working day
following receipt of the purchase order. If a determination of ineligibility is issued within the 2-day period, the purchase order shall
be considered canceled.
(End of clause)
LlVV rnm J rage 1 u1 .J
P..r.irit
,,_, l-
-;_

- .. ,,.._
Help
Transaction Information
IDV Type: Other IDC Prepared Date: 07/16/2007 16:58:03 Prepared User: PADDS.W58RGZ@CS
IDV Status: Draft Last Modified Date: 08/08/2007 09:45:43 Last Modified User: PADDS.W58RGZ@CS
Document Information
Agency Procurement Identifier Modification No
IDVID:
9700 W58RGZ07D0267 0
Referenced IDV 10:
Reason For Modification: PLEASE SELECT BY CLICKING THE ( ... ) BUTION
Solicitation ID: W58RGZ07R0426
Dates Amounts
Date Signed:
Action Obligation:
Effective Date:
0810812007
08/08/2007
12/31/2011
Base ,.:\nd AB Options Value:
Last Date to Order:
Purchaser Information
Contracting Office Agency ID: 2100 Contracting Office Agency Name: DEPT OF THE ARMY
$0.00
$0.00
Contracting Office 10:' W58RGZ Contracting Office Name: XR WOH9 US ARMY AVN & MISSLES
Contractor Information SocioEconomic Data
CCR Exception: PLEASE SELECT CCR EXCEPTION BY CLICKING THE ELLIPSIS( ... ) BUTION
Vendor Name: PHOENIX PRODUCTS IN CORPORA TEl
DBAN:
Street: .359 RICE SCHOOL RD
Street2:
City:
State:
MCKEE
KY Zip: 404479770
KENTUCKY
05
District:
Country: UNITED STATES
Phone:
Fax No:
DUNS No: 0683277580000
Contractor
Name From
Contract:*
Contract Data
PHOENIX PRODUCTS, INC.
- - . . ..
Type of Contract:*
Major Program:
National Interest Action:
TypeofiDC:
Multiple Or Single Award I DC:*
Program Acronym:
Cost Or Pricing Data:*
Cost Accounting Standards Clause:
Consolidated Contract:
(* > $5 Million)
' .,'";"',::. ,., :::-
. ,
Veteran Owned
8(a) Firm
Hub Zone
SOB
JWOD (Sheltered
Workshop)
HBCU
Educational
Institution
Women Owned
OllJ.anization Ty.,e
Asian Pacific
Service Disabled Vet
Local Government
Minority Institution
American Indian
State Government
Federal Government
Minority Owned
Business
NumJle.r of

https://www.fpds.gov/DataCollection/contracts/jsp/idvBaseController.jsp
Tribal Goven
Black Owned
Native Ameri
Asian Indian
Non-Profit 01
Hispanic Owl
Emerging Srr
Hospital
Annual Rev
8/8/2007
Legislative Mandates Inter Agency IDV Authority
Economy Act:
other Interagency Contracting Statutory Authority:
Service Contract Act:
Davis Bacon Act:'
(1000 characters)
Contract Marketing Data
Website URL: (http://www.fpds.gov)
W\lo Can Use:
FIPS 95 codes I Other Text:
Email Contact:
Maximum Order Umit:
Fee for Use of Service:
Ordering Procedure:
(Optional if Website URL is provided,
otherwise mandatory.)
Product Or Service Information
$0.00
Fixed
Lower Value
Varies by Amount
Varies by Other Factor
No Fee
Description: HARDWARE
0
%
Upper Value
rage . Ul .J
0
Product/Service Code:'
Principal NAICS Code:'
Claimant Program Code:'
Bundled Contract:'
5340
336413
A1A
Description: OTHER AIRCRAFT PARTS AND AUXILIARY EQUIP
Description: AIRFRAMES AND SPARES
(* > $5 Million)
GFEIGFP Provided Under This Action:
Use Of Recovered Material:
Sea Transportation:
Description Of Contract Requirement:'
(4000 characters)
Competition Information
Extent Competed For Referenced IDV:
Extent Competed:
Solicitation Procedures:
Type Of Set Aside:'
Evaluated Preference:*
SBIRISITR:
Statutory Exception To Fair Opportunity:
Reason Not Competed:
Number Of Offers Received:'
Small Business Competitiveness Demonstration Program:
Commercial Item Test Program:
Commercia! Item Acquisition Procedures:
Preference Programs I Other Data
https://www.fpds.gov/DataCollection/contracts/jsp/idvBaseController.jsp
8/8/2007
J:<l'U:S-NU : J:' w I .lVllL l J..LJ v I lliU J
Contracting Officerts Business Slze Selection:
.
Subcontract Plan:
https://www.fpds.gov/DataCollection/contracts/jsp/idvBaseController.jsp 8/8/2007

Vous aimerez peut-être aussi