APPENDIX B

SOLICITATION

RESPONSE

CONTRACT ATTACHED


            1. This Contract Is A Rated Order Under    Rating    Page    of    Pages 
SOLICITATION, OFFER AND AWARD    DPAS (15 CFR 700)        DOA5        1    43 







. Contract Number    3. Solicitation Number    4. Type of Solicitation    5. Date Issued    6. Requisition/Purchase Number 
    W52H09-08-R-0274    Sealed Bid (IFB)    2008SEP05        SEE SCHEDULE 
            X Negotiated (RFP)                     









. Issued By    Code    W52H09    8. Address Offer To (If Other Than Item 7)                 

TACOM-ROCK ISLAND                             
AMSTA-LC-GLK-A                                 
ROCK ISLAND IL    61299-7630                             

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".     


 
SOLICITATION     


9. Sealed offers in original and 1 signed copies for furnishing the supplies or services in the Schedule will be received at the     
place specified in item 8, or if handcarried, in the depository located in    until 

04:00pm (hour) local time 2008OCT06 (Date).     

Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214 -7 or 52.215 -1. All offers are subject to all terms and conditions contained in this solicitation.

10. For Information    A. Name        B. Telephone (No Collect Calls)    C. E-mail Address     


Call:        KEVIN GILMORE    Area Code Number    Ext.    KEVIN.GILMORE@US.ARMY.MIL 
                (309)782-3558             








11. Table Of Contents

(X)    Sec.    Description    Page(s)    (X)    Sec.    Description    Page(s) 








        Part I - The Schedule                Part II - Contract Clauses     








X    A    Solicitation/Contract Form    1    X    I    Contract Clauses        23 









X    B    Supplies or Services and Prices/Costs    9        Part III - List Of Documents, Exhibits, And Other Attach.     







X    C    Description/Specs./Work Statement    15    X    J    List of Attachments        34 









X    D    Packaging and Marking    16            Part IV - Representations And Instructions     








X    E    Inspection and Acceptance    18        K    Representations, Certifications, and     




X    F    Deliveries or Performance    21    X        Other Statements of Offerors    35 








    G    Contract Administration Data        X    L    Instrs., Conds., and Notices to Offerors    38 








X    H    Special Contract Requirements    22    X    M    Evaluation Factors for Award    42 









        OFFER (Must be fully completed by offeror) 



NOTE: Item 12 does not apply if    the    solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 



12. In compliance with the above, the undersigned agrees, if this offer is accepted within    calendar days (60 calendar days unless a different period is 

inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.

13. Discount For Prompt Payment        10 Calendar Days (%)        20 Calendar Days (%)    30 Calendar Days (%)    Calendar Days (%) 
(See Section I, Clause No. 52.232-8)                                     










14. Acknowledgment of Amendments (The offeror acknowledges    Amendment No.    Date    Amendment No.    Date 




receipt of amendments to the SOLICITATION for offerors and                         






related documents numbered and dated):                                 









15A. Name and        Code        Facility        16. Name and Title of Person Authorized to Sign Offer     


Address of                        (Type or Print)             
Offeror                                         











 
 
15B. Telephone Number    15C. Check if Remittance Address is    17. Signature            18. Offer Date 

Area Code Number    Ext.    Different From Above - Enter such                 
        Address In Schedule                         









            AWARD (To be completed by Government)             







19. Accepted As To Items Numbered        20. Amount    21. Accounting And Appropriation             







 
22. Authority For Using Other Than Full And Open Competition:    23. Submit Invoices To Address Shown In    Item     
10 U.S.C. 2304(c)( )    41 U.S.C. 253(c)(    )        (4 copies unless otherwise specified)         







24. Administered By (If other than Item 7)    Code    25. Payment Will Be Made By            Code 

SCD    PAS    ADP PT         





26. Name of Contracting Officer (Type or Print)    27. United States Of America    28. Award Date 
                2008OCT06 

     (Signature of Contracting Officer) IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.

AUTHORIZED FOR LOCAL REPRODUCTION Standard Form 33 (Rev. 9-97)

Previous edition is unusable Prescribed By GSA-FAR (48 CFR) 53.214(c)


    Reference No. of Document Being Continued    Page    2 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 





 
SECTION A - SUPPLEMENTAL INFORMATION                 

1. This solicitation is being issued as a restricted procurement, limited only to Optex Inc and Miller-Holzwarth in accordance with FAR 6.302 -1, for the following periscopes:

NOUN    NSN    PN 
 
M17    6650-01-317-9138    12357918 
M27    1240-01-319-8995    12357792 
15 Degree    6650-01-317-9139    12357908 
20 Degree    1240-01-319-8994    12357909 
M45    6650-01-418-6658    12370033 
Short COM    1240-01-319-5339    12357840 
Tall COM    1240-01-319-5340    12357841 
Long Driver    6650-01-320-5628    12357848 

2. This solicitation W52H09-08-R-0274 will result in two contract awards of 3-year long-term firm-fixed price indefinite delivery indefinite quantity type contracts (see FAR 16.504) for the above referenced items. The initial contract awards for the guaranteed minimum quantities will be made subject to price reasonableness. However, all future delivery orders will be evaluated on price, past performance and delivery schedule. Offerors are advised to carefully read Sections L and M before submitting their proposals.

3. The instant award under this solicitation will be a guaranteed minimum quantity of 250 each, M27 periscopes to each offeror. The required delivery rate and delivery schedule for guaranteed minimum quantity of 250 each will be as shown below.

150 ea, 150 days ARO
100 ea, 180 days ARO

If future delivery orders are issued on a unilateral basis, the required deliveries will begin 150 days ARO and the Government may require the delivery of each model of periscope to begin at a rate of 250 each per month accelerating to 500 periscopes in the second month; then 750 periscopes in the third month and will continue at that rate until the order is completed. If multiple periscopes are ordered on a single delivery order or successive delivery orders, the aggregate monthly delivery amounts for all periscopes will be not exceed 2000 per month. The specific models to be delivered each month will be at the discretion of the Government, based on Army requirements.

4. The contract will include three ordering periods as follows:

Ordering Period (OP) 1 Award date through 31 December 2009
Ordering Period (OP) 2 1 January 2010 through 31 December 2010
Ordering Period (OP) 3 1 January 2011 through 31 December 2011

The Government is not obligated to award any additional quantities other than the initial guaranteed minimum quantity. An award under this solicitation in no way obligates the Government to place any future orders.

The ordering periods and ranges quantities shown on Attachment 001 are provided for the purpose of establishing reasonable quantities against which to provide prices.

The offeror will enter unit prices for each ordering period for each Periscope listed on the Price Evaluation Spreadsheet (Attachment 001). In order to be acceptable, an offer must include prices for all quantity ranges and ordering periods on the items that they wish to provide an offer for. If an offeror fails to submit unit prices for all quantity ranges and ordering periods, the Government may reject the proposal as unacceptable.

5. The quantities reflected below, other than the stated guaranteed minimum quantities, are not guaranteed buy quantities but are for planning purposes only. An award under this solicitation in no way obligates the Government to order the stated estimated or maximum quantities.

For each ordering period, the Governments estimated buy quantities by ordering period are as follows:

CLIN    0001/M17    Ordering Period    Estimated 
        1    9,948 
        2    3,828 
        3    3,500 
 
CLIN    0002/M27    Ordering Period    Estimated 


    Reference No. of Document Being Continued    Page    3 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 






    1    3,409 
    2    1,400 
    3    1,200 
 
CLIN 0003/    Ordering Period    Estimated 
15 Degree         
    1    0 
    2    0 
    3    134 
 
CLIN 0004/    Ordering Period    Estimated 
20 Degree         
    1    0 
    2    0 
    3    100 
 
CLIN 0005/M45    Ordering Period    Estimated 
    1    600 
    2    600 
    3    600 
 
CLIN 0006/    Ordering Period    Estimated 
Short COM         
    1    900 
    2    400 
    3    350 
 
CLIN 0007/    Ordering Period    Estimated 
Tall COM         
    1    350 
    2    150 
    3    150 
 
CLIN 0008/    Ordering Period    Estimated 
Long Driver         
    1    900 
    2    400 
    3    350 

6.      First article testing is not required at this time for Optex Inc and Miller-Holzwarth.
 
7.      All deliveries shall be FOB Destination.
 
8.      Contractors interested in submitting a proposal must be fully compliant with the ISO 9001:2000 requirement at time of proposal
 
submittal. See Section E, Page 20.
9.      Request your proposal remain valid for 90 days.
 
10.      Placement of future orders shall be in accordance with the evaluation guidelines in Section M of the solicitation.
 
11.      FAIR OPPORTUNITY PROCEDURES: The Government intends to place competitive delivery orders with the offeror(s) that represents the
 

best value to the Government using a trade-off analysis of price, past performance and delivery schedule. Written quotes will be requested from the successful offeror(s) prior to issuance of subsequent delivery orders.

Exceptions to the Fair Opportunity procedures described below are:

A. The Government reserves the right to issue unilateral delivery orders at the prices and terms stated in the contract in the event the agencys need for the supplies is so urgent that providing a fair opportunity would result in unacceptable delays.

B.      Each delivery order stands on its own insofar as it obligates the Government.
 
C.      Only one awardee is capable of providing the required supplies at the level of quality required because they supplies ordered are
 
unique or highly specialized.

    Reference No. of Document Being Continued    Page    4 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 






D. The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract.

E. No Protest Rule and Ombudsman. In accordance with FAR 16.505(a) (6), no protest under FAR Subpart 33.1 is authorized in connection with the issuance of an order except for a protest on the grounds that the order increases the scope, period, or maximum value of the contract. The designated ombudsman is MAJ Kyle McFarland, U.S. Army TACOM LCMC (Rock Island), office symbol: AMSTA-AQ-AR, phone number: (309) 782-3223, e-mail: ROCK-OMBUDSMAN@conus.army.mil. The ombudsman will review complaints from the contractors and ensure all contractors are afforded a fair opportunity consistent with the procedures in this solicitation/contract.

        *** END OF NARRATIVE A0001 ***     
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 

 
A-1    52.246-4500    WIDE AREA WORKFLOW-RECEIPT ACCEPTANCE (WAWF-RA)    OCT/2007 
    TACOM LCMC         
    (RI)         

(a) To comply with the clauses at 252.246 -7000, "Material Inspection and Receiving Report", and at 252.232 -7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil.

(b)      When prompted to send additional email notifications, add tami.lord@us.army.mil.
 
(c)      You may use this link for assistance in completing the WAWF documentation:
 

http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf

(d) Other WAWF training is available from the WAWF main web site, or directly at:    http://www.wawftraining.com 
 
(AS6510)        (End of clause)     
 
 
A-2    52.201-4501    NOTICE ABOUT TACOM LCMC (RI) OMBUDSMAN    MAY/2007 
    TACOM LCMC         
    (RI)         

a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors.

b.      If you think that this solicitation:
 
  (1)      has inappropriate requirements; or
 
  (2)      needs streamlining; or
 
  (3)      should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO).
 
c.      The buyer's name, phone number and address are on the cover page of this solicitation.
 
d.      If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can
 
contact the Ombudsman Office. The address and phone number are:
U.S. Army TACOM LCMC (Rock Island)
ATTN: AMSTA-AQ-AR (OMBUDSMAN)
1 Rock Island Arsenal
Rock Island IL 61299-7630
Phone: (309) 782-3224
Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil
e.      If you contact the Ombudsman, please provide the following information: (1) TACOM LCMC (RI) solicitation number;
 

    Reference No. of Document Being Continued    Page    5 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 






(2)      Name of PCO;
 
(3)      Problem description;
 
A-3    52.204-4505    DISCLOSURE OF UNIT PRICE INFORMATION    FEB/2003 
    TACOM LCMC         
    (RI)         

This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of

Information Act, 5 U.S.C. 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals.

(AS7909)        (End of Clause)     
 
 
A-4    52.204-4506    PUBLIC ACTIVITY INVOLVEMENT    FEB/2003 
    TACOM LCMC         
    (RI)         

Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at

such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red River Army Depot have expressed interest in securing subcontracting opportunities under

this RFP. For information related to the capabilities of these facilities, and Points of Contact, see https://triext.ria.army.mil/ibo/index.html

(AS7005)        (End of Clause)     
 
 
 
 
A-5    52.210-4516    COMMERCIAL EQUIVALENT ITEM(S)    JUN/1998 
    TACOM LCMC         
    (RI)         
 
The Government has a preference to satisfy its needs through the acquisition of commercial items.    If you know of any commercial 
equivalent item(s) for those listed in this solicitation, please contact the contracting office.    Information provided will be 
considered for future procurements.     
 
(AS7003)        (End of Provision)     
 
 
 
A-6    52.211-4506    INSTRUCTIONS REGARDING SUBSTITUTIONS FOR MILITARY AND FEDERAL    DEC/1997 
    TACOM LCMC    SPECIFICATIONS AND STANDARDS     
    (RI)         

(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.

(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:

SPI PROCESS:    FACILITY:    MILITARY OR    AFFECTED CONTRACT 
        FEDERAL SPEC    LINE ITEM #, SUBLINE 
        OR STANDARD:    ITEM #, COMPONENT 
            OR ELEMENT: 


    Reference No. of Document Being Continued    Page    6 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 






(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.

(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.

(e)      The price that is provided by the offeror in the Schedule in Section B will be considered as follows:
 
  (1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the
 
proposed SPI.

     (2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.

(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:

CLIN        PRICE    $     

CLIN        PRICE    $     

CLIN        PRICE    $     

CLIN        PRICE    $     

 
(AS7008)        (End of Provision)     
 
 
A-7    52.215-4503    NOTICE TO OFFERORS - ELECTRONIC BID/OFFER RESPONSE REQUIRED    JUL/2008 
    TACOM LCMC             
    (RI)             
 
1. TACOM LCMC (RI) has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM 

LCMC (RI) Solicitation Page has been activated to fully automate the response process (see h _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x_._h_t_m_). To ensure that your bid, proposal, or quote is considered for award, your response to a solicitation can not include a bid, proposal or quote for any other solicitation. Each bid, proposal, quote responding to a solicitation must be individually submitted; i.e., one solicitation, one electronic submission for that particular solicitation. See paragraph 4 below.

     2. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html

     3. IMPORTANT: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format to the Web site above. Hard copy and facsimile (datafax) bids/offers/quotes WILL NOT BE ACCEPTED.

     NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.

4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:

LS7011, Electronic Bids/Offers - TACOM LCMC (RI)
(TACOM LCMC (RI) 52.215-4510)
LS7013, Electronic Award Notice - TACOM LCMC (RI)
(TACOM LCMC (RI) 52.215-4511)

5. Do NOT combine bids, proposals or quotes from different solicitations into the same, single electronic submission. If a


    Reference No. of Document Being Continued    Page    7 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 






combined response is submitted, only the data pertinent to the first solicitation number in such a combined response will be used and all other data for any other procurement action will be totally disregarded.

A-8    52.233-4503    AMC-LEVEL PROTEST PROGRAM    JUL/2007 
    TACOM LCMC         
    (RI)         

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:

HQ, Army Materiel Command
Office of Command Counsel
ATTN: AMCCC-PL
9301 Chapek Rd 2-1SE3401
Fort Belvoir VA 22060-5527
Facsimile number (703) 806-8866/8875
Voice Number (703) 806-8762
Packages sent by FedEx or UPS should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room 2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are found at:
http://www.amc.army.mil/amc/command_counsel/protestlink.htm

If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures.

(AS7010)        (End of Clause)     
 
 
A-9    52.243-4510    DIRECT VENDOR DELIVERY    JAN/1999 
    TACOM LCMC         
    (RI)         

In accordance with the Changes Clause of this contract, the Contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the Contractor may be directed to use best commercial packaging. The Contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:

(AS7012)        (End of Clause)     
 
 
A-10    52.245-4500    NOTICE OF DEMILITARIZATION AND TRADE SECURITY CONTROLS CONSIDERATION    OCT/2006 
    TACOM LCMC    REQUIREMENT     
    (RI)         

This solicitation and any resulting contract are subject to the "Demilitarization and Trade Security Controls Requirements and Procedures" clause, HS7144, contained in Section H of this document.

(AS7500)
(End of Clause)

    Reference No. of Document Being Continued    Page    8 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





 
Name of Offeror or Contractor:                 







    Reference No. of Document Being Continued    Page    9 of 43 
CONTINUATION SHEET                 
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD         





Name of Offeror or Contractor:                 





ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 





    SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS                 
 
 
 
0001    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        $    $     

 
 
    NOUN: M17-NSN 6650-01-317-9138                 
    FSCM: 6650                 
    PART NR: 12357918                 
    SECURITY CLASS: Unclassified                 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.                 
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E                 
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 
 
 
    (End of narrative B001)                 

D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357918 DATE: 31-OCT-2007

    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g             
    PACKAGING/PACKING/SPECIFICATIONS:         
    SPI -P12357918, REV E, DATED 19 FEB 02         
    LEVEL PRESERVATION: Military         
    LEVEL PACKING: B             
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e         
    INSPECTION: Origin    ACCEPTANCE: Origin         
 
 
 
0002    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        $    $ 
 
 
    NOUN: M27-NSN 1240-01-319-8995         
    FSCM: 1240             
    PART NR: 12357792             
    SECURITY CLASS: Unclassified         

_O_T_E__ N _H_I_S_ T S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.
F _I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E
E _V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"
(End of narrative B001)

D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357792 DATE: 01-NOV-2007


        Reference No. of Document Being Continued    Page    10 of 43 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD         






Name of Offeror or Contractor:                     






ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 





 
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357792,REV C, DATED 19 FEB 02             
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin             
 
 
 
0003    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        $    $     

 
 
    NOUN: 15 DEG - 6650-01-317-9139                 
    FSCM: 6650                     
    PART NR: 12357908                     
    SECURITY CLASS: Unclassified                 
 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.             
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E             
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 
 
 
    (End of narrative B001)                 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357908                 
    DATE: 31-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357908, REV B, DATED 19 FEB02             
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin             
 
 
 
0004    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        $    $     

 
 
    NOUN: 20 DEG NSN 1240-01-319-8994                 
    FSCM: 1240                     
    PART NR: 12357909                     
    SECURITY CLASS: Unclassified                 
 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.             
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E             
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 


        Reference No. of Document Being Continued    Page    11 of 43 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD         






Name of Offeror or Contractor:                     






ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
 
 
    (End of narrative B001)                 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357909                 
    DATE: 31-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357909, REV B, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0005    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y            $    $     

 
 
    NOUN: M45 - NSN 6650-01-418-6658                 
    FSCM: 6650                     
    PART NR: 12370033                     
    SECURITY CLASS: Unclassified                 
 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.                 
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E                 
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 
 
 
    (End of narrative B001)                 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12370033                 
    DATE: 29-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P1237003, REV B, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0006    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y            $    $     

 
 
    NOUN: SHOR COM NSN 1240-01-319-5339                 


        Reference No. of Document Being Continued    Page    12 of 43 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD         






Name of Offeror or Contractor:                     






ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
    FSCM: 1240                     
    PART NR: 12357840                     
    SECURITY CLASS: Unclassified                 
 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.                 
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E                 
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 
 
 
    (End of narrative B001)                 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357840                 
    DATE: 07-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357840, REV E, NOT DATED                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0007    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y            $    $     

 
 
    NOUN: TALL COM NSN 1240-01-319-5340                 
    FSCM: 1240                     
    PART NR: 12357841                     
    SECURITY CLASS: Unclassified                 

_O_T_E__ N _H_I_S_ T S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.
_I_L___I_N__P_R_I_C_E_S_ F O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E
E _V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"
(End of narrative B001)

D _e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t TOP DRAWING NR: 12357841 DATE: 07-NOV-2007

_a_c_k_a_g_i_n__ P a_n_d M_a_r_k_i_n_g
PACKAGING/PACKING/SPECIFICATIONS:
SPI-P12357841, REV D, NOT DATED
LEVEL PRESERVATION: Military
LEVEL PACKING: B

        Reference No. of Document Being Continued    Page    13 of 43 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD         






Name of Offeror or Contractor:                     






ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0008    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y            $    $     

 
 
    NOUN: LON DRIV NSN 6650-01-320-5628                 
    FSCM: 6650                     
    PART NR: 12357848                     
    SECURITY CLASS: Unclassified                 
 
 
 
    N_O_T_E__ T_H_I_S_ S_E_C_T_I_O_N F_O_R I_T_E_M I_D_E_N_T_I_F_I_C_A_T_I_O_N O_N_L_Y_.                 
    F_I_L___I_N__P_R_I_C_E_S_ O_N A_T_T_A_C_H_M_E_N_T 0_0_1_, "_P_R_I_C_E                 
    E_V_A_L_U_A_T_I_O__ S_P_R_E_A_D_S_H_E_E_T_"                 
 
 
    (End of narrative B001)                 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357848                 
    DATE: 01-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357848, REV D, DATED 10 APR 03                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0009    C_O_N_T_R_A_C D_A_T_A R_E_Q_U_I_R_E_M_E_N_T_S L_I_S_T (_C_D_R_L_)        $    *_* N_S_P *_* $    *_*__N_S_P__*_*_ 

 
 
    NOUN: CDRL                     
    SECURITY CLASS: Unclassified                 

Contractor will prepare and deliver the data
in accordance with the requirements, quantities
and schedules set forth in the Contract Data
Requirements Lists (DD Form 1423), Exhibit A.
It is required that data items be delivered
using electronic media. Refer to the DD Form
1423 for more specific electronic delivery
information.
A DD250 IS NOT REQUIRED
(End of narrative B001)

            Reference No. of Document Being Continued    Page    14 of 43 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD         






Name of Offeror or Contractor:                     






ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 





 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Destination             


        Reference No. of Document Being Continued    Page 15 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





Name of Offeror or Contractor:             




 
SECTION C - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT         
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_        D_a_t_e_ 


 
C-1    52.210-4501    DRAWINGS/SPECIFICATIONS        MAR/1988 
    TACOM LCMC             
    (RI)             

In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to

Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.

The following drawing(s) and specifications are applicable to this procurement.

Drawings and Specifications in accordance with enclosed Technical Data Package Listing - SEE BELOW - with revisions in effect as of SEE BELOW (except as follows):

1. TDPL: 12370033:19207 - 29 OCT 2007 Periscope, M45 NSN:6650-01-418-6658

To all drawings and associated documents without a distribution statement, add distribution C.

10940477, CHANGE NOTE 1: TO READ:

"SILICONE RUBBER, M3GE503A19B37C12F19, FABRICATE IN ACCORDANCE WITH ASTM-D2000."

2. TDPL: 12357840:19207 - 7 NOV 2007 Periscope Assy/Comdr Side NSN: 1240-01-319-5339

To all drawings and associated documents without a distribution statement, add distribution C.

SPI 12357840:
-Delete NSN:1240-01-319-5330 and Add NSN:1240-01-319-5339.

3. TDPL: 12357841:19207 - 7 NOV 2007 Periscope Assy/Cmdr Front NSN: 1240-01-319-5340

To all drawings and associated documents without a distribution statement, add distribution C.

4. TDPL: 12357848:19207 - 1 NOV 2007 Periscope Assy/Drivers Unity NSN: 6650-01-320-5628 To all drawings and associated documents without a distribution statement, add distribution C.

TDPL:             
Document    Delete    Substitute    Add 
ECP D3T3005    X    -    - 
 
4. TDPL:    12357918:19207    - 31 OCT 2007 Periscope, Tank M17E4 NSN: 6650-01-317-9138 

To all drawings and associated documents without a distribution statement, add distribution C.

7674952:

-Delete P-L-391 and Replace with L-P-391.

12357793, 7043539, and 7048694:

-Delete MIL-C-46168 and Replace with MIL-DTL-53039.

5. TDPL: 12357909:19207 - 31 OCT 2007 Periscope 20 Degree Uplock NSN: 1240-01-319-8994 To all drawings and associated documents without a distribution statement, add distribution C.

QS12357909:

-Delete MIL-P-63420 and Replace with MIL-DTL-62420.

6. TDPL: 12357792:19207 - 01 NOV 2007 Periscope, Tank M27E4 NSN: 1240-01-319-8995

To all drawings and associated documents without a distribution statement, add distribution C.


    Reference No. of Document Being Continued    Page 16 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





SECTION D - PACKAGING AND MARKING         
 
    Re_g_u_l_a_t_o_r__    C_i_t_e    T_i_t_l_e_    D_a_t_e_ 

 
D-1    52.211-4501    PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS)    DEC/2007 
    TACOM LCMC             
    (RI)             

A. Military preservation, packing, and marking for the item identified above shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of, MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction (SPI) contained in the TDP.

PRESERVATION: MILITARY LEVEL OF PACKING: -B-

QUANTITY PER UNIT PACKAGE: -001-

SPI NUMBER-P1257841 REV D, NOT DATED; P12357848, REV D, DATED 10 APR 03; P12357918, REV E,

     DATED 19 FEB 02; P12370033, REV B, DATED 19 FEB 02; P12357840, REV E, NOT DATED; P12357909, REV B, DATED 19 FEB 02; P12357792, REV C, DATED 19 FEB 02; P12357850, REV C, DATED 19 FEB 02

B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The pallet shall be a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.

C. Marking: In addition to any special markings called out on the SPI;

C.1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision P, Change Notice 4, dated 19 Sep 2007 including bar coding and a MSL label. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. Passive RFID tagging is required in all contracts that contain DFARS clause 252.211 -7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the concatenated UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the palletized unit load.

D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard.

Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program. In addition, wood used as dunnage for blocking and bracing, to include ISO containers, shall be ordered with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals.

E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided contractor provides the PCO and ACO with notification 60 days prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to PCO and ACO. Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.

F. Hazardous Materials (as applicable):

F.1..Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)

F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of


     Reference No. of Document Being Continued Page 17 of 43 CONTINUATION SHEET

PIIN/SIIN W52H09-08-R-0274 MOD/AMD

Name of Offeror or Contractor:

transport and the applicable performance packaging contained in the following documents: --International Air Transport Association (IATA) Dangerous Goods Regulations --International Maritime Dangerous Goods Code (IMDG) - --Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49 --Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO

P4030.19/DLAM 4145.3 (for military air shipments).

F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.

F.4. When applicable, a Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.

G. SUPPLEMENTAL INSTRUCTIONS: -NA-

(DS6419)
(End of Clause)

    Reference No. of Document Being Continued    Page 18 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             




 
SECTION E - INSPECTION AND ACCEPTANCE             

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
E-1    52.246-2    INSPECTION OF SUPPLIES--FIXED-PRICE    AUG/1996 
E-2    52.246-16    RESPONSIBILITY FOR SUPPLIES    APR/1984 
 
E-3    52.246-11    HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT    FEB/1999 

The Contractor shall comply with the higher-level quality standard selected below.

Title        Number    Date     
 
Quality Management Systems-Requirements ISO 9001:2000 13 Dec 00     
Tailored by excluding paragraphs 7.3, 7.4, 7.5.1, and 7.5.2     
 
(End of Clause)
 
 
 
 
E-4    52.209-4512    FIRST ARTICLE TEST (CONTRACTOR TESTING)    MAR/2008 
    TACOM LCMC             
    (RI)             

a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package.

b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.

c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:

     (1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.

     (2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.

     (3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.

     (4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.

     (5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.

d. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.


    Reference No. of Document Being Continued    Page 19 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be copy furnished to AMSRD-AAR-QEP-A, and to the Administrative Contracting Officer.

f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.

(ES6016)        (End of Clause)     
 
 
E-5    52.246-4533    SURFACE QUALITY STANDARDS    MAR/2001 
    TACOM LCMC         
    (RI)         

a. Surface quality standards for optical elements (Scratch and Dig) per MIL-PRF-13830B, are required to perform acceptance inspection under this contract and are available as listed in appendix 1 of this contract. The standards will be furnished to the Contractor on a loan basis for use on this contract. The standards shall not be used on other contracts unless written authorization is received from the Contracting Officer. The Administering Contracting Officer (ACO) designated by the agency administering the contract, or the Contracting Officer (CO) if an ACO was not assigned shall submit the Contractor's request for equipment to Commander, ARDEC, ATTN: AMSRD-AAR-QEW, Picatinny Arsenal, NJ 07806-5000. Shipping costs shall be borne by the shipper.

b. The contractor shall hereby indicate the facility to which this Government Furnished Property should be shipped:

c. Upon receipt, the Contractor should retain shipping containers for return of the standards. All costs of packing, packaging, shipping, and insurance shall be borne by the Contractor.

d. The Contractor shall be responsible for shipping the surface quality standards to the Government for certification at 12 month intervals. Notification and shipping instructions shall be provided to the Contractor by Same as above. The notification shall include the standard's serial number and will be sent 30 days prior to the actual due date for certification.

e. Within 30 calendar days after completion of delivery of all items on this contract requiring scratch and digs, the Contractor shall assure that the Government owned standards referenced in paragraph a above are in the same condition as when received. Upon verification by a Government representative that the standards are undamaged. the Contractor shall prepare the standards for delivery in accordance with best commercial practices. The Contractor shall ship the standards with a DD Form 1149 to Same as above.

(ES6018)        (End of Clause)     
 
 
 
E-6    52.246-4532    DESTRUCTIVE TESTING    MAY/1994 
    TACOM LCMC RI         

a. All costs for destructive testing by the Contractor and items destroyed by the Government are considered as being included in the contract unit price.

b. Where destructive testing of items or components thereof is required by contract or specification, the number of items or components required to be destructively tested, whether destructively tested or not, shall be in addition to the quantity to be delivered to the


    Reference No. of Document Being Continued    Page 20 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             




 
Government as set forth in the Contract Schedule.             

c. All pieces of the complete First Article shall be considered as destructively tested items unless specifically exempted by other provisions of this contract.

d. The Contractor shall not reuse any components from items used in a destructive test during First Article, lot acceptance or inprocess testing, unless specifically authorized by the Contracting Officer.

e. The Government reserves the right to take title to all or any items or components described above. The Government may take title to all or any items or components upon notice to the Contractor. The items or components of items to which the Government takes title shall be shipped in accordance with the Contracting Officer's instructions. Those items and components to which the Government does not obtain title shall be rendered inoperable and disposed of as scrap by the Contractor.

(ES7011)
(End of Clause)

    Reference No. of Document Being Continued    Page 21 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             




 
SECTION F - DELIVERIES OR PERFORMANCE             

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
F-1    52.242-17    GOVERNMENT DELAY OF WORK    APR/1984 
F-2    52.247-34    F.O.B. DESTINATION    NOV/1991 
F-3    52.247-35    F.O.B. DESTINATION, WITHIN CONSIGNEES' PREMISES    APR/1984 
F-4    52.247-38    F.O.B. INLAND CARRIER, POINT OF EXPORTATION    FEB/2006 
 
F-5    52.247-4531    COGNIZANT TRANSPORTATION OFFICER    MAY/1993 
    TACOM LCMC         
    (RI)         

(a) The Contract Administration Office designated at the time of contract award, or the office servicing the point of shipment if subsequently designated by the original office, will be the contact point to which the contractor will:

     (1) Submit, as necessary, DD Form 1659, Application for U.S. Government Bill(s) of Lading/Export Traffic Release, in triplicate at least ten days prior to date supplies will be available for shipment;

(2)      Obtain shipping instructions as necessary for F.O.B. Destination delivery; and
 
(3)      Furnish necessary information for MILSTRIP/MILSTAMP or other shipment documentation and movement control, including air and water
 
terminal clearances.

     (4) For FMS, at least 10 days in advance of actual shipping date, the contractor should request verification of "Ship to" and "Notification" address from the appropriate DCMA.

(b)      The Contract Administration Office will provide to the contractor data necessary for shipment marking and freight routing.
 
(c)      The contractor shall not ship directly to a Military air or waterport terminal without authorization by the designated point of
 
contact.     
(FS7240)    (End of Clause) 


        Reference No. of Document Being Continued    Page 22 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





Name of Offeror or Contractor:             




 
SECTION H - SPECIAL CONTRACT REQUIREMENTS         
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_        D_a_t_e_ 


 
H-1    52.247-4545    PLACE OF CONTRACT SHIPPING POINT, RAIL INFORMATION        MAY/1993 
    TACOM LCMC             
    (RI)             

The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.

Shipped From:

For contracts involving F.O.B. Origin shipments furnish the following rail information:

Does Shipping Point have a private railroad siding? YES NO

If YES, give name of rail carrier serving it:

If NO, give name and address of nearest rail freight station and carrier serving it:

Rail Freight Station Name and Address:

Serving Carrier:     
(HS7600)    (End of Clause) 


    Reference No. of Document Being Continued    Page 23 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             




 
SECTION I - CONTRACT CLAUSES             

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
I-1    52.202-1    DEFINITIONS    JUL/2004 
I-2    52.203-3    GRATUITIES    APR/1984 
I-3    52.203-5    COVENANT AGAINST CONTINGENT FEES    APR/1984 
I-4    52.203-6    RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT    SEP/2006 
I-5    52.203-7    ANTI-KICKBACK PROCEDURES    JUL/1995 
I-6    52.203-8    CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR    JAN/1997 
        IMPROPER ACTIVITY     
I-7    52.203-10    PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY    JAN/1997 
I-8    52.203-12    LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS    SEP/2007 
I-9    52.204-4    PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER    AUG/2000 
I-10    52.204-7    CENTRAL CONTRACTOR REGISTRATION    APR/2008 
I-11    52.209-6    PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH    SEP/2006 
        CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT     
I-12    52.211-5    MATERIAL REQUIREMENTS    AUG/2000 
I-13    52.211-15    DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS    APR/2008 
I-14    52.215-2    AUDIT AND RECORDS--NEGOTIATIONS    JUN/1999 
I-15    52.215-10    PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA    OCT/1997 
I-16    52.215-14    INTEGRITY OF UNIT PRICES    OCT/1997 
I-17    52.215-15    PENSION ADJUSTMENTS AND ASSET REVERSIONS    OCT/2004 
I-18    52.215-18    REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB)    JUL/2005 
        OTHER THAN PENSIONS     
I-19    52.219-8    UTILIZATION OF SMALL BUSINESS CONCERNS    MAY/2004 
I-20    52.219-9    SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2008-O0004)    APR/2008 
I-21    52.219-16    LIQUIDATED DAMAGES--SUBCONTRACTING PLAN    JAN/1999 
I-22    52.219-25    SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--DISADVANTAGED    APR/2008 
        STATUS AND REPORTING     
I-23    52.222-19    CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES    FEB/2008 
I-24    52.222-20    WALSH-HEALEY PUBLIC CONTRACTS ACT    DEC/1996 
I-25    52.222-21    PROHIBITION OF SEGREGATED FACILITIES    FEB/1999 
I-26    52.222-26    EQUAL OPPORTUNITY    MAR/2007 
I-27    52.222-35    EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE    SEP/2006 
        VIETNAM ERA, AND OTHER ELIGIBLE VETERANS     
I-28    52.222-36    AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES    JUN/1998 
I-29    52.222-37    EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE    SEP/2006 
        VIETNAM ERA, AND OTHER ELIGIBLE VETERANS     
I-30    52.222-50    COMBATING TRAFFICKING IN PERSONS    AUG/2007 
I-31    52.223-6    DRUG-FREE WORKPLACE    MAY/2001 
I-32    52.223-14    TOXIC CHEMICAL RELEASE REPORTING    AUG/2003 
I-33    52.225-13    RESTRICTIONS ON CERTAIN FOREIGN PURCHASES    JUN/2008 
I-34    52.227-1    AUTHORIZATION AND CONSENT    DEC/2007 
I-35    52.227-2    NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT    DEC/2007 
I-36    52.229-3    FEDERAL, STATE, AND LOCAL TAXES    APR/2003 
I-37    52.230-2    COST ACCOUNTING STANDARDS    APR/1998 
I-38    52.230-3    DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES    APR/1998 
I-39    52.230-6    ADMINISTRATION OF COST ACCOUNTING STANDARDS    MAR/2008 
I-40    52.232-1    PAYMENTS    APR/1984 
I-41    52.232-8    DISCOUNTS FOR PROMPT PAYMENT    FEB/2002 
I-42    52.232-11    EXTRAS    APR/1984 
I-43    52.232-17    INTEREST    JUN/1996 
I-44    52.232-23    ASSIGNMENT OF CLAIMS - ALTERNATE I    APR/1984 
I-45    52.232-25    PROMPT PAYMENT    OCT/2003 
I-46    52.232-33    PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION    OCT/2003 


        Reference No. of Document Being Continued    Page 24 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





Name of Offeror or Contractor:             




 
 
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_        D_a_t_e_ 

I-47    52.233-1    DISPUTES        JUL/2002 
I-48    52.233-3    PROTEST AFTER AWARD        AUG/1996 
I-49    52.233-4    APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM        OCT/2004 
I-50    52.242-13    BANKRUPTCY        JUL/1995 
I-51    52.243-1    CHANGES--FIXED PRICE        AUG/1987 
I-52    52.244-6    SUBCONTRACTS FOR COMMERCIAL ITEMS        MAR/2007 
I-53    52.246-23    LIMITATION OF LIABILITY        FEB/1997 
I-54    52.247-63    PREFERENCE FOR U.S.-FLAG AIR CARRIERS        JUN/2003 
I-55    52.248-1    VALUE ENGINEERING        FEB/2000 
I-56    52.249-2    TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)    MAY/2004 
I-57    52.249-8    DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)        APR/1984 
I-58    52.253-1    COMPUTER GENERATED FORMS        JAN/1991 
I-59    252.203-7001    PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-    DEC/2004 
        RELATED FELONIES         
I-60    252.204-7000    DISCLOSURE OF INFORMATION        DEC/1991 
I-61    252.204-7003    CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT        APR/1992 
I-62    252.204-7004    ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (52.204-7)    SEP/2007 
I-63    252.205-7000    PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS    DEC/1991 
I-64    252.209-7004    SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE    DEC/2006 
        GOVERNMENT OF A TERRORIST COUNTRY         
I-65    252.215-7002    COST ESTIMATING SYSTEM REQUIREMENTS        DEC/2006 
I-66    252.219-7003    SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)    APR/2007 
I-67    252.225-7004    REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA--    MAY/2007 
        SUBMISSION AFTER AWARD         
I-68    252.225-7006    QUARTERLY REPORTING OF ACTUAL CONTRACT PERFORMANCE OUTSIDE THE UNITED    MAY/2007 
        STATES         
I-69    252.225-7012    PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES        MAR/2008 
I-70    252.225-7013    DUTY-FREE ENTRY        OCT/2006 
I-71    252.225-7016    RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS    MAR/2006 
I-72    252.226-7001    UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC    SEP/2004 
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
I-73    252.227-7013    RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS        NOV/1995 
I-74    252.227-7014    RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER    JUN/1995 
        SOFTWARE DOCUMENTATION         
I-75    252.227-7015    TECHNICAL DATA--COMMERCIAL ITEMS        NOV/1995 
I-76    252.227-7016    RIGHTS IN BID OR PROPOSAL INFORMATION        JUN/1995 
I-77    252.227-7019    VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE    JUN/1995 
I-78    252.227-7025    LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED    JUN/1995 
        INFORMATION MARKED WITH RESTRICTIVE LEGENDS         
I-79    252.227-7027    DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE    APR/1988 
I-80    252.227-7030    TECHNICAL DATA--WITHHOLDING OF PAYMENT        MAR/2000 
I-81    252.227-7037    VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA    SEP/1999 
I-82    252.231-7000    SUPPLEMENTAL COST PRINCIPLES        DEC/1991 
I-83    252.232-7003    ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS    MAR/2008 
I-84    252.232-7010    LEVIES ON CONTRACT PAYMENTS        DEC/2006 
I-85    252.243-7001    PRICING OF CONTRACT MODIFICATIONS        DEC/1991 
I-86    252.243-7002    REQUESTS FOR EQUITABLE ADJUSTMENT        MAR/1998 
I-87    252.246-7000    MATERIAL INSPECTION AND RECEIVING REPORT        MAR/2008 
I-88    252.247-7023    TRANSPORTATION OF SUPPLIES BY SEA        MAY/2002 
 
I-89    52.209-3    FIRST ARTICLE APPROVAL -- CONTRACTOR TESTING - ALTERNATES I AND II    JAN/1997 

(a) The Contractor shall test 6 each unit(s) of Lot/Item as shown in schedule B as specified in this contract. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.

(b) The Contractor shall submit the first article test report within (see schedule B) calendar days from the date of this contract to -5-marked First Article Test Report: Contract No. , Lot/Item No. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.


    Reference No. of Document Being Continued    Page 25 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.

(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.

(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.

(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.

(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for

(1)      progress payments, or
 
(2)      termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal
 

deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.

(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver.

(i) The Contractor shall produce both the first article and the production quantity at the same facility.

(End of Clause)
I-90    52.232-16    PROGRESS PAYMENTS        APR/2003 


    Reference No. of Document Being Continued    Page 26 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(4)      The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause: (i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting
 
principles and practices.
(ii)      Costs incurred by subcontractors or suppliers.
 
(iii)      Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or amortized
 
portion of such costs.
(iv)      Payments made or amounts payable to the subcontractors or suppliers, except for--
 
  (A)      completed work, including partial deliveries, to which the Contractor has acquired title; and
 
  (B)      Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title.
 

     (5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.

(6)      The total amount of progress payments shall not exceed 80 percent of the total contract price.
 
(7)      If a progress payment or the unliquidated progress payments exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) above,
 

the Contractor shall repay the amount of such excess to the Government on demand.

     (8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2,500. The Contracting Officer may make exceptions.

(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.

(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:

(1)      The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below).
 
(2)      Performance of this contract is endangered by the Contractors --
 
  (i)      Failure to make progress; or
 
  (ii)      Unsatisfactory financial condition.
 
(3)      Inventory allocated to this contract substantially exceeds reasonable requirements.
 
(4)      The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business.
 
(5)      The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract.
 
(6)      The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph
 
(b)      above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above.
 
(d)      Title.
 
  (1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the date
 

of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.

     (2) Property, as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.


    Reference No. of Document Being Continued    Page 27 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(i)      Parts, materials, inventories, and work in process;
 
(ii)      Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract;
 
(iii)      Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other similar
 

manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and

     (iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.

     (3) Although title to property is in the Government under this clause, other applicable clauses of this contract; e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.

     (4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officers approval, but the proceeds shall be credited against the costs of performance.

     (5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officers advance approval of the action and the terms. The Contractor shall

(i)      exclude the allocable costs of the property from the costs of contract performance, and
 
(ii)      repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or
 
credit memorandum.

     (6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not --

(i)      Delivered to, and accepted by, the Government under this contract; or
 
(ii)      Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the
 
Government under this clause.

     (7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.

(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.

(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.

(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractors books, records, and accounts.

(h)      Special terms regarding default. If this contract is terminated under the Default clause,
 
  (i)      the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and
 
  (ii)      title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects
 

not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.

(i)      Reservations of rights.
 
  (1)      No payment or vesting of title under this clause shall --
 
   (i)      Excuse the Contractor from performance of obligations under this contract; or
 
   (ii)      Constitute a waiver of any of the rights or remedies of the parties under the contract.
 
  (2)      The Governments rights and remedies under this clause --
 

    Reference No. of Document Being Continued    Page 28 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(i)      Shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract; and
 
(ii)      Shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such
 

exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.

(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or divisions, if the following conditions are met:

(1)      The amounts included are limited to --
 
  (i)      The unliquidated remainder of financing payments made; plus
 
  (ii)      Any unpaid subcontractor requests for financing payments.
 
(2)      The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work
 

and the first delivery, or, if the subcontractor is a small business concern, 4 months.

     (3) If the financing payments are in the form or progress payments, the terms of the subcontract or interdivisional order concerning progress payments --

     (i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;

(ii)      Are at least as favorable to the Government as the terms of this clause;
 
(iii)      Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor;
 
(iv)      Are in conformance with the requirements of FAR 32.504(e); and
 
(v)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if --

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

     (4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments--

     (i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;

(ii)      Are in conformance with the requirements of FAR 32.504(f); and
 
(iii)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if--

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

     (5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments

     (i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;

(ii)      Are in conformance with the requirements of FAR 32.504(g); and
 
(iii)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if--

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

    Reference No. of Document Being Continued    Page 29 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





     (6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.

     (7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.

     (8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.

     (9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.

(k) Limitations on undefinitized contract actions. Notwithstanding any other progress payment provisions in this contract, progress payments may not exceed 80 percent of costs incurred on work accomplished under undefinitized contract actions. A contract action is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on Contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at 80 percent of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed 80 percent of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.

(l) Due date. The designated payment office will make progress payments on the -1- day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make a payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provisions of the Prompt Payment Act.

(m) Progress payments under indefinitedelivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.

(End of Clause)
I-91    52.215-19    NOTIFICATION OF OWNERSHIP CHANGES    OCT/1997 

(a)      The Contractor shall make the following notifications in writing:
 
  (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in
 

changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

     (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.

(b)      The Contractor shall --
 
  (1)      Maintain current, accurate, and complete inventory records of assets and their costs;
 
  (2)      Provide the ACO or designated representative ready access to the records upon request;
 
  (3)      Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining
 

useful lives are identified accurately before and after each of the Contractors ownership changes; and

     (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.


    Reference No. of Document Being Continued    Page 30 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k) .

(End of Clause)
I-92    52.219-28    POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION    JUN/2007 

(a) Definitions. As used in this clause--

     "Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217 -8, Option to Extend Services, or other appropriate authority.

     "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

     (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

     (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts

(i)      Within 60 to 120 days prior to the end of the fifth year of the contract; and
 
(ii)      Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter.
 

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ .

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code    assigned to contract 
number    . [Contractor to sign and date and insert authorized signer's name and title].     
 
    (End of clause)     


        Reference No. of Document Being Continued    Page 31 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





 
Name of Offeror or Contractor:         



 
I-93    52.222-39    NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR    DEC/2004 
        FEES         
 
(a) Definition. As used in this clause--         

United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.

(b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)).

Notice to Employees

Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment.

If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments.

For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number:

National Labor Relations Board
Division of Information
1099 14th Street, N.W.
Washington, DC 20570
1-866-667-6572
1-866-316-6572 (TTY)

To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov

(c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR Part 470, and orders of the Secretary of Labor.

(d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 470, which implements Executive Order 13201, or as are otherwise provided by law.

(e)      The requirement to post the employee notice in paragraph (b) does not apply to--
 
  (1)      Contractors and subcontractors that employ fewer than 15 persons;
 
  (2)      Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as
 

the exclusive bargaining representative of the Contractor's employees;

     (3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements;


    Reference No. of Document Being Continued    Page 32 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





     (4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that--

     (i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and

(ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or

(5) Work outside the United States that does not involve the recruitment or employment of workers within the United States.

(f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall--

     (1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs;

(2)      Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or
 
(3)      Reproduce and use exact duplicate copies of the Department of Labor's official poster.
 

(g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c) . For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR Part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.

(End of Clause)
I-94    52.252-2    CLAUSES INCORPORATED BY REFERENCE    FEB/1998 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address:

http://www.arnet.gov/far/    or    http://www.acq.osd.mil/dpap/dars/index.htm    or    https://webportal.saalt.army.mil/saal- 
zp/procurement/afars.doc                 
            (End of Clause)         
 
 
I-95    52.252-6        AUTHORIZED DEVIATIONS IN CLAUSES        APR/1984 

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of Clause)

        Reference No. of Document Being Continued    Page 33 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





 
Name of Offeror or Contractor:         



 
I-96    252.211-7005    SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS    NOV/2005 

(a) Definition. SPI process, as used in this clause, means a management or manufacturing process that has been accepted previously by the Department of Defense under the Single Process Initiative (SPI) for use in lieu of a specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives of the Contractor, the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.

(b) Offerors are encouraged to propose SPI processes in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI processes accepted at specific facilities is available via the Internet at http://guidebook.dcma.mil/20/guidebook_process.htm (paragraph 4.2) .

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

(1)      Identify the specific military or Federal specification or standard for which the SPI process has been accepted;
 
(2)      Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal
 
specifications or standards cited in the solicitation;
(3)      Identify the contract line items, subline items, components, or elements affected by the SPI process; and
 
(4)      If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the
 

Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.

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

(Offeror insert information for each SPI process)
SPI Process:
Facility:
Military or Federal Specification or Standard:

Affected Contract Line Item Number, Subline Item Number, Component, or Element:

(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror

     (1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an offer; but

     (2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of offers.

(End of clause)


    Reference No. of Document Being Continued    Page 34 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





Name of Offeror or Contractor:
SECTION J - LIST OF ATTACHMENTS
List of                Number     
A_d_d_e_n_d_a        T_i_t_l_e    D_a_t_e_    o_f P_a_g_e_s_    T_r_a_n_s_m_i_t_t_e_d B_y__ 


Exhibit A        CDRL        03-JAN-2008    003    DATA 
Attachment    002    PRICE EVALUATION SHEET            001    DATA 
Attachment    0001    DOCUMENT SUMMARY LIST            002    DATA 

     The following documents are hereby attached by reference and may form a part of this acquisition. These documents, available in electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm are Standard Solicitation Attachments. Vendors should ensure that they have the correct attachments in their possession prior to submitting a bid/proposal/quote.

                Number 
T_i_t_l_e_        D_a_t_e_    o__ P_a_g_e 
Address Code Distribution        2006    1    Pg 
Address List        2006    1    Pg 
AMCCOM Form 71-R        01    OCT 88    2    Pgs 
Data Delivery Description    Engineering Change Proposal    JUL    2001    9 Pgs 
Data Delivery Description    Notice of Revision    JUL    2001    2 Pgs 
Data Delivery Description    Request for Deviation    JUL    2001    4 Pgs 
Disclosure of Lobbying Activities (SF-LLL)    JUL    1997    3    Pgs 
Guidance on Documentation of Contract Data            2    Pgs 
Requirements List (CDRL)                     
Instructions for Completing DD Form 1423    JUN    1990    1    Pg 
IOC Form 715-3        FEB    1996    2    Pgs 
Offeror Representations and CertificationsCommercial Items    SEP    2004    8 Pgs 
Statement and Acknowledgement    MAY    2003    1    Pg 
Wage Rate Notification        MAY    2003    2    Pgs 


Reference No. of Document Being Continued    Page 35 of 43 
CONTINUATION SHEET         
PIIN/SIIN W52H09-08-R-0274    MOD/AMD     



 
Name of Offeror or Contractor:         



 
SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS         

This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
K-1    252.209-7001    DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST    OCT/2006 
        COUNTRY     
K-2    252.227-7017    IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE    JUN/1995 
        RESTRICTIONS     
K-3    252.227-7028    TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE    JUN/1995 
        GOVERNMENT     
 
K-4    52.204-8    ANNUAL REPRESENTATIONS AND CERTIFICATIONS    JAN/2006 

(a)(1) The North American Industry classification System (NAICS) code for this acquisition is -1-.

(2)      The small business size standard is 500.
 
(3)      The small business size standard for a concern which submits an offer in its own name, other than on a construction or service
 

contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the clause at 52.204 -7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies.

(2) If the clause at 52.204 -7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

[ ] (i) Paragraph (c) applies.

[ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and

Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR Clause
Title
Date
Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.

(End of Provision)

        Reference No. of Document Being Continued    Page 36 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





 
Name of Offeror or Contractor:             




 
K-5    52.223-13    CERTIFICATION OF TOXIC CHEMICAL RELEASE REPORTING        AUG/2003 

(a) Executive Order 13148, of April 21, 2000, Greening the Government through Leadership in Environmental Management, requires submission of this certification as a prerequisite for contract award.

(b)      By signing this offer, the offeror certifies that --
 
  (1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and
 

reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13106), the offeror will file and continue to file for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313(a) and (g) of EPCRA and section 6607 of PPA; or

     (2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: [Check each block that is applicable.]

[ ] (i) The facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65;

[ ] (ii) The facility does not have 10 or more full-time employees as specified in section 313(b)(1)(A) of EPCRA, 42 U.S.C.

11023(b)(1)(A);

[ ] (iii) The facility does not meet the reporting thresholds of toxic chemicals established under section 313(f) of EPCRA, 42 U.S.C.

11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

[ ] (iv) The facility does not fall within the following Standard Industrial Classification (SIC) codes or their corresponding North American Industry Classification System sectors:

(A)      Major group code 10 (except 1011, 1081, and 1094).
 
(B)      Major group code 12 (except 1241).
 
(C)      Major group codes 20 through 39.
 
(D)      Industry code 4911, 4931, 4939 (limited to facilities that combust coal and/or oil for the purpose of generating power for
 
distribution in commerce).

     (E) Industry code 4953 (limited to facilities regulated under the Resource Conservation and Recovery Act, Subtitle C (42 U.S.C. 6921, et seq.)), or 5169, 5171, 7389 (limited to facilities primarily engaged in solvent recovery services on a contract or fee basis); or

[ ] (v) The facility is not located within any State of the United States or its outlying areas.

(End of Provision)

K-6 252.204 -7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (52.204 -8) JAN/2008

Substitute the following paragraph (c) for paragraph (c) of the provision at FAR 52.204 -8.

(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and

Certifications Application (ORCA) website at https://orca.bpn.gov/. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS Clause #
Title
Date
Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and


    Reference No. of Document Being Continued    Page 37 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




Name of Offeror or Contractor:             




certifications posted on ORCA.             
    (End of Clause)         


Reference No. of Document Being Continued    Page 38 of 43 
CONTINUATION SHEET         
PIIN/SIIN W52H09-08-R-0274    MOD/AMD     



 
Name of Offeror or Contractor:         



 
SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS         

Price:

a. The offeror shall enter firm-fixed prices on the Price Evaluation Sheet, indicating the proposed price within each Ordering Period and Quantity Range for each model of periscope. All unit prices proposed will be binding for the guaranteed minimum quantity and for all future delivery orders.

b. The unit prices listed on the price evaluation sheet will be considered as the ceiling price(s) for any subsequent delivery orders beyond the instant award of the guaranteed minimum quantity.

c.      Each offeror will have the fair opportunity to submit lower prices to compete for future delivery orders.
 
d.      The Government reserves the right to require the submission of any data (i.e. cost or pricing data) accordance with fair opportunity
 
procedures to validate the reasonableness of an offer.

*** END OF NARRATIVE L0001 ***

This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
L-1    52.215-16    FACILITIES CAPITAL COST OF MONEY    JUN/2003 
 
L-2    52.211-14    NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY    APR/2008 
        PREPAREDNESS, AND ENERGY PROGRAM USE     

Any contract awarded as a result of this solicitation will be [ ] DX rated order; [ X ] DO-A5 rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.

(End of Provision)
L-3    52.215-20    REQUIREMENTS OF COST OR PRICING DATA OR INFORMATION OTHER THAN COST    OCT/1997 
        OR PRICING DATA - ALTERNATE IV     

(a)      Submission of cost or pricing data is not required.
 
(b)      Provide information described below:
 
  -Data to support price reasonableness, ONLY if requested prior to contract award.
 
(End of clause)

        Reference No. of Document Being Continued    Page 39 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





 
Name of Offeror or Contractor:             




 
L-4    52.233-2    SERVICE OF PROTEST        SEP/2006 

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Brian W. Schmidt, TACOM-LCMC, AMSTA-LC-GLK-B, Rock Island, IL 61299-7630.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

        (End of Provision)     
L-5    52.252-1    SOLICITATION PROVISIONS INCORPORATED BY REFERENCE    FEB/1998 

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

http://www.arnet.gov/far/    or    http://www.acq.osd.mil/dpap/dars/index.htm    or    https://webportal.saalt.army.mil/saal- 
zp/procurement/afars.doc                 
 
 
 
L-6    52.252-5        AUTHORIZED DEVIATIONS IN PROVISIONS        APR/1984 

(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision.

(b) The use in this solicitation of any DoD FAR SUPPLEMENT (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.

(End of clause)
L-7    52.211-4547    NOTICE TO OFFERORS INTENDING TO OFFER OTHER THAN NEW MATERIAL    JUN/2005 
    TACOM LCMC         
    (RI)         

(a) We intend to acquire only new material. Unless this contract otherwise requires virgin material or supplies composed of, or manufactured from, virgin material, the contractor shall provide supplies that are new, as defined in this clause.

(b)      Definitions:
 
  1. "New" means composed of previously unused components, whether manufactured from virgin material, recovered material in the form of
 

raw material, or materials and by-products generated from, and reused within, an original manufacturing process; provided that the supplies meet contract requirements, including but not limited to, performance, reliability, and life expectancy.

2.      "Reconditioned" means restored to the original normal operating condition by readjustments and material replacement.
 
3.      "Recovered material" means waste materials and by-products that have been recovered or diverted from solid waste including post-
 

consumer material, but such term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process.

4.      "Remanufactured" means factory rebuilt to original specifications.
 
5.      "Virgin material" means previously unused raw material, including previously unused copper, aluminum, lead, zinc, iron, other metal
 

or metal ore, or any undeveloped resource that is, or with new technology will become, a source of raw materials

6. "Residual Inventory" means inventory from a transferred or terminated Government or commercial contract.


    Reference No. of Document Being Continued    Page 40 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





(c) Used, reconditioned, remanufactured supplies, unused former Government surplus property, or residual inventory shall not be used unless the contractor has proposed the use of such supplies, and the Contracting Officer has authorized their use.

(d) Offers to provide other than new material shall be submitted to the Contracting Officer for approval:

Offerors of other than new material must provide sufficient information from which a determination of acceptability can be made. Contractors who intend to offer other than new material are to fill out the Other Than New Material Worksheet at: _t_t_p_s_:_/_/_c_o_n_t_r_a_c_t_i_n_g_._t_a_c_o_m_._a_r_m_y_._m_i_l_/_a_c_q_i_n_f_o_/_O_ h T E _W _T_E_R_I_A_L_._h_t_m_._ A Form must be completely filled out and is to accompany your offer. (e) If the use of used, reconditioned, remanufactured items, unused former Government surplus property, or residual inventory are approved by the Contracting Officer, we may require you to meet specific marking, inspection, and testing requirements beyond those found in this solicitation. We will negotiate these additional requirements with you before award and put them in any resulting contract.

(LS7500)        (End of Provision)     
 
 
L-8    52.215-4510    ELECTRONIC BIDS/OFFERS    JUL/2008 
    TACOM LCMC         
    (RI)         

1. Quotes/bids/proposals to the Government shall be signed by a MEMBER OF THE FIRM AUTHORIZED TO BIND THE COMPANY. This requirement is in accordance with (IAW) Federal Acquisition Regulation (FAR) 4.102.

2. Quoters/Bidders/Offerors are required to submit their quotes/bids/proposals for this solicitation via electronic response on TACOM

LCMC RI Business Opportunities' open Solicitations web page.

NOTE THE FOLLOWING:

     a. ELECTRONIC RESPONSES: You may submit multiple files against a solicitation. However, all the files must only pertain to the one solicitation. Each complete quote/bid/proposal in response to a solicitation must be submitted individually/separately and must be properly identified.

     b. TACOM LCMC (RI) will not be responsible for electronic responses that are not submitted correctly and/or are improperly identified.

     c. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html

d. TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY

BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.

3. Prior to submission of your quote, bid, or proposal, read the latest electronic bid/proposal instructions at web page,

"h_t_t_p_s_:_/_/_a_a_i_s_b_i_d_s_._r_i_a_._a_r_m_y_._m_i_l_"_,_ and click on the icon for additional information.

4. Assuming that your quote/bid/proposal was electronically transmitted successfully, you will receive the following message:

"A directory for your Cage Code, XXXXX, was created under Solicitation W52H09-X-XX-XXXX, and your file was moved to it." If you have any other files to send, use the "Back" arrow on your browser. IF YOU EXPERIENCE ANY PROBLEMS WITH THIS PROCESS, CONTACT THE CONTRACT SPECIALIST LISTED ON THE OPEN SOLICITATION PAGE, _h_t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_P_a_d_d_s w_e_b_/_i_n_d_e_x_._h_t_m_l_.

5. If you receive an error message of any type, your quote/bid/proposal was not transmitted and must be resubmitted if you wish it to be considered for award. You may resubmit by repeating the steps for electronic submittal.

6. Quotes/bids/proposals must arrive in their entirety by the time specified in the solicitation. Quoters/Bidders/Offerors bear the responsibility of timely transmission of their quotes/bids/proposals to ensure the availability of an open transmission line and to take into consideration the length of time required to complete the required upload transaction prior to the time established in the solicitation.

(LS7011)
(End of Provision)

        Reference No. of Document Being Continued    Page 41 of 43 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-08-R-0274    MOD/AMD     





 
Name of Offeror or Contractor:         



 
 
L-9    52.215-4511    ELECTRONIC AWARD NOTICE        DEC/2005 
    TACOM LCMC             
    (RI)             

a. Any contract awarded as a result of this solicitation will be posted to the Internet for downloading and paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept an electronic award transmitted in the manner described above.

NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY

BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.

b.      Notice of award to the awardee will be issued only via electronic mail. Venders who wish to be notified if they receive an award as
 
a      result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to provide an
 

electronic mail address, then a separate notice of award will not be provided, and it shall be the sole responsibility of the vendor to periodically check the Internet to determine if he/she has received an award. In this event, the vendor's failure to check the Internet and download a copy of the award in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension.

c. Notice of award to unsuccessful offerors shall be issued only via the Federal Business Opportunities (FedBizOpps)or electronic mail. Vendors who wish to receive an electronic mail notice, if they are unsuccessful, must provide an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided; and it shall be the sole responsibility of the vendor to periodically check the FedBizOpps to determine if an award has been made. In this event, the vendor's failure to check the FedBizOpps to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed in regulations.

Vendor's Electronic Mail Address:

(LS7013)
(End of Provision)

    Reference No. of Document Being Continued    Page 42 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             




 
SECTION M - EVALUATION FACTORS FOR AWARD             

1. Initial Award (Guaranteed Minimum Quantity Only)

Price: The Government will evaluate offerors proposals for the guaranteed minimum quantity based on a total evaluated price as proposed for all range quantities and all Ordering Periods and any other price related factors required by the solicitation. For each proposal, the Government will calculate a weighted evaluation price by multiplying the proposed unit prices for each range and Ordering Period by their respective weight and maximum quantity, and summing their totals. The weight associated with each range represents the likelihood that an order, if placed, would be placed within that range. The total evaluated price is the sum of the weighted evaluation price for all ordering periods. To receive an award, the total evaluated price must be determined fair and reasonable. If an offeror fails to submit unit prices for all quantity ranges and ordering periods and for all CLINS, its proposal may be considered unacceptable and the Government may reject the proposal.

2. Future Delivery Orders

The Government intends to make future awards using a best value basis which may result in an award to other than the low offer or the highest rated (best past performance); this process will involve a trade off analysis between price, past performance and delivery schedule.

A) Price: When a requirement arises, awardees will be asked to confirm or revise their prices as submitted on the Price Evaluation Sheet in response to W52H09-08-R-0274. The prices offered for this new requirement cannot be higher than those offered in response to W52H09- 08-R-0274 but maybe be lowered to gain a competitive advantage. Prices must be confirmed or revised in writing within five calendar days of the request.

B) Performance Risk: For the evaluation of performance risk, the Government will obtain information from the Past Performance

Information Retrieval System-Statistical Report (PPIRS-SR), and/or the awardees past performance on the contract(s) resulting from the award of W52H09-08-R-0274. The Government reserves the right to order from one contractor if doing so would be in the best interest of the Government. The Government does not intend to discuss performance risk information with Offerors as information collected in PPIRS-SR affords opportunities to Offerors to review their performance information. Where an Offeror without a record of relevant past performance or for whom information on past performance is not available, other data may be used. To include personal knowledge of the Contracting Officer, as to how either offeror has previously performed, under the minimum quantity award or any other future delivery order awards.

C) Delivery Schedule will be evaluated based on each companys ability to meet or exceed the required delivery schedule as stated in each delivery order.

*** END OF NARRATIVE M0001 ***

This document incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the provision requires additional or unique information, then that information is provided immediately after the provision title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 

 
M-1    52.215-4513    PPIRS-SR STATISTICAL REPORTING TEST    OCT/2006 
    TACOM LCMC         
    (RI)         

(1) The offerors past performance shall be evaluated in accordance with FAR 13.106 -2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. The quality and delivery classifications


    Reference No. of Document Being Continued    Page 43 of 43 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-08-R-0274    MOD/AMD     




 
Name of Offeror or Contractor:             





identified for an offeror in PPIRS-SR will be used in conjunction with other provisions of this solicitation in performing the past performance evaluation.

(2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems, during the source selection process. PPIRS-SR uses the past performance data collected to classify each suppliers performance by Federal Supply Class(es) or Service Code(s).

(3) Quality: The method used in PPIRS-SR to classify the quality of a suppliers past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the suppliers overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors:

Dark Blue:    Top 5% of suppliers in FSC group*     
Purple:    Next    10%    of suppliers in FSC    group* 
Green:    Next    70%    of suppliers in FSC    group* 
Yellow:    Next    10%    of suppliers in FSC    group* 
Red:    Bottom 5% of suppliers in FSC group* 

* If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green.

(4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the suppliers Weighted Delivery Score. Delivery scores are calculated using the number of line items delivered and a weighting factor, which reflects the length of time a delivery was overdue.

(5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at _w_w_w_._p_p_i_r_s_._g_o_v_. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at _w_w_w_._p_p_i_r_s_._g_o_v. The method to challenge a rating is also found on the identified website.

(MS7042)
(End of Provision)

OPTEX SYSTEMS, INC.
October 14, 2008

In response to Solicitation No. W52H09-08-R-0274, Optex Systems Inc. (Optex) is pleased to provide the following firm fixed price (FFP) quotation.

Cage Code:
0BK64

Price Build-up: The unit price for each part includes Material and ODC, Labor, G&A and Fee. Actual pricing is in Attachment 1.

Lead Time:    The delivery/lead time for these parts is as follows:         




 
Nomenclature    NSN    Part Number        Lead Time 





M17        6650-01-317-9138    12357918    6-8weeksARO 





M27        1240-01-319-8995    12357792    6- 8 weeks ARO 





15 Degree        6650-01-3 17-9139    12357908    8 - 10 weeks ARO 





20 Degree        1240-01-319-8994    12357909    8 -    10 weeks ARO 






M45        6650-01-418-6658    12370033    8 -    10 weeks ARO 






Short COM        1240-01-319-5339    12357840    8 -    12 weeks ARO 




Tall COM        1240-01-319-5340    12357841    8 -    12 weeks ARO 






Long Driver        6650-01-320-5628    12357848    8 -    12 weeks ARO 






 
Validity:    This quote is valid for 90 days from date of receipt.         

Certifications:

K-4 52.204 -8 Annual Representations & Certifications

Optex Systems Inc. certifies that it has completed the annual representations and certifications electronically via ORCA and the representations and certifications currently posted have been entered or updated within the last 12 months.

K-5 52.223 -13 Certification of Toxic Chemical Release Reporting

Optex Systems Inc. certifies its facility does not manufacture, process, or otherwise use any toxic chemicals listed in 40 CFR 372.65.

Additional Information: This response also includes a formal executed letter from our supplier Qioptiq Coatings LTD explaining the strategic supply agreement between them and Optex and the benefits this agreement have on this effort.

This submittal includes data that shall not be disclosed outside the Government/Prime Contractor and shall not be dupllcated, used, or disclosed    - in 
whole or in part - for any purpose other than to evaluate this submittal. If, however, a contract is awarded to this offeror or quoter as a result of    - or in 

connection with - the submission of this data, the Government/Prime Contractor shall have the right to duplicate, use or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's/Prime Contractor's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets marked "Proprietaiy" or that contain the legend prescribed by FAR 52.215 -12. The data subject to this restriction are contained in all sheets of this submittal.

An Equal Opportunity Employer


Optex POC:    Renita Rutherford-Drake Contract Administrator 
    (Individual authorized to contractually bind Optex Systems) 
 
    Email address: rrdrake@optexsys.com 

Attachments: Solicitation
Cover Page Solicitation
Amendment 0001
Attachment 1
Qioptiq Coatings letter

. uontract iumoer    3. io1icitation 1'umber    4. type 01- Solicitation    5. Date Issued    6. Requisition/Purchase Number 
                        LI SealedBid(IFB)             
        W52H09-08-R-0274                    SEE SCHEDULE 
                        EI Ne otiated    FP             











7. Issued By            Code    W52H09 8. Address Offer To (If Other Than Item 7)         
TACOM-ROCK ISLAND                                 
AMSTA-LC-GLK-A                                     
ROCK ISLAND IL    61299-7630                                 










 
 
 
 
NOTE: In sealed bid solicitations "offer" and "offer" or mean "bid" and "bidder".                 





 
                    SOLICITATION             









9. Sealed offers in original and 1 signed    copies for furnishing the supplies or services in the Schedule will be received at the     
place specified in item 8, or ifhandcarried, in the depository located in                    until 





04: OOpm    (hour) local time 20080CT06 (Date).                         

Caution - Late Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to allterms and 
conditions contained in this solicitation.                                 









10. For Information A. Name                B. Telephone (No Collect Calls)    C. E-mail Address     


Call:        KEVIN GILMORE        Area Code Number    Ext.    KEVIN. GILMORE@US . ARMY. MIL 
                        (309)782-3558             










                    11. Table Of Contents             









    Sec.    Descri tion        Pa e s        Sec.    Descri tion    Pa e s 









        Part I - The Schedule                    Part II - Contract Clauses     








X    A    Solicitation/Contract Form        1    X    I    Contract Clauses        23 










x    B    Su lies or Services and Prices/Costs    9        Part III - List Of Documents, Exhibits, And Other Attach.     







X    C    Descri tion/S ecs.IWork Statement    15    X    J    List of Attachments        34 









X    D    Packa in and Markin            16            Part W - Re resentations And Instructions     




X    E    Ins ection and Acce tance        18        K    Representations, Certifications, and     






X    F    Deliveries or Performance        21    X        Other Statements of Offerors    35 









    G    Contract Administration Data            X    L    Instrs., Conds., and Notices to Offerors    38 







X    H    S ecial Contract Re uirements        22    X    M    Evaluation Factors for Award    42 










    OFFER    (Must be fully completed by offeror) 



NOTE: Item 12 does not apply if the solicitation    includes the provisions at 52.214-16, Minimum Bid Acceptance Period. 


12. In compliance with the above, the undersigned    agrees, if this offer is accepted within    calendar days (60 calendar days unless a different period is 

13. Discount For Prompt Payment        10 Calendar Days (%)    20 Calendar Days (%) - 30 Calendar Days (%)    Calendar Days (%)     

See Section I, Clause No. 52.232-8                                 







14. Acknowledgment of Amendments (The offeror acknowledges        Amendment No.    Date    Amendment No.    Date 





receipt    of    amendments    to    the    SOLICITATION    for    offerors    and 
related documents numbered    and dated:                             









iSA. Name and        Code    Facifity        16. Name and Title of Person Authorized to Sign Offer     
Address of Optex Systems Inc.            (Type or Print)             
Offeror                    Renita Rutherford-Drake         
    1420    Presidential    Drive                         







    Richardson Texas 75081        Contract Administrator         

15B. Tele hone Number    15C. Check if Remittance Address is    1 . i nature            18.OfferDae     

Area Code    Number    Ext.    LI Different From Above - Enter such                 





972    44-0722        Address In Schedule                2     



AWARD (To be completed by Government)

19. Accepted As To Items Numbered        20. Amount    21. Accounting And Appropriation             







 
22. Authority For Using Other Than Full And Open Competition:    23. Submit Invoices To Address Shown In        Item     
LI 10 U.S.C. 2304(c)( )        [1 41 U.S.C. 253(c)(        (4 copies unless otherwise specified)             








24. Administered By (If other than Item 7)    Code    25. Payment Will Be Made By        Code     

 
 
 
 
SCD    PAS        ADP PT                         










26. Name of Contracting Officer (Type or Print)        27. United States Of America            28. Award Date     
                                    20080CT06     
                        Si nature of Contractin Officer             










IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.             




AUTHORIZED FOR LOCAL REPRODUCTION                Standard Form 33 (Rev. 9-97)     
Previous edition is unusable                        Prescribed By GSA-FAR (48 CFR) 53.214(c) 


                uontract ii) uoae    rage 1 012 
AMENDMENT OF SOLICITATIONIMODIFICATION OF CONTRACT    I :         
                irm- ixed-Price     






2. Amendment/Modification No.    3. Effective Date    4. Requisition/Purchase Req No.    5. Project No. (If applicable) 
0001        2008SEPOS    SEE SCHEDULE             







6. Issued By        Code W52H09    7. Administered By (Ifother than Item 6)    Code 

TACOM-ROCK ISLAND                     
AMSTA- LC-GLK-A                         
KEVIN GILMORE    (309)782-3558                     
ROCK ISLAND IL    61299-7630                     
 
 
EMAIL: KEVIN.GILMORE@US.ARMY.MIL    SCD    PAS        ADPPT 



8. Name And Address    OfContractor (No., Street, City, County, State and Zip Code)    9A. Amendment Of Solicitation No. 
Optex Systems Inc.                     
                W52H09-08-R-0274     


1420 Presidential Drive        9B.Dated(Seeltemll) 

Richardson, Texas 75081        2008SEP05         

            LI    bA. Modification Of Contract/Order No. 




 
                lOB. Dated (See Item 13) 
Code OBK6 4    Facility Code                     
        11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS     




 
E1 The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers     
E:1 extended, LI not extended. 20080CT16 04 :OOpm                 
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: 

(a) By completing items 8 and 15, and returning 2 S igned copies of the amendments: (b) By acknowledging receipt of this ame ndment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR

ACKNOWLEDGMENT TO BE RECEWED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue ofthis amendment you desire to change an offer already submitted, such

change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the o enin hour and date s ecified.

12. Accounting And Appropriation Data (If required)     


 
 
    13. THIS ITEM ONLY    APPLIES TO MODIFICATIONS OF CONTRACTS/ORDERS 
ItModifies The Contract/Order No. As Described In Item 14.

    A. This Change Order is Issued Pursuant To:    The Changes Set Forth In Item 14 Are Made In 
LI-    The Contract/Order No. In Item bA.     



    B. The Above Numbered Contract/Order Is Modified    To Reflect The Administrative Changes (such as changes in paying office, appropriation data, etc.) 
LI-    Set Forth In Item 14, Pursuant To The Authori    of FAR 43.103 b. 




C.      This Supplemental Agreement Is Entered Into Pursuant To Authority Of:
 
D.      Other (Specify type of modification and authority)
 
E. IMPORTANT: Contractor []is not, [1 is required to sign this document and    return    copies to the Issuing Office. 


14. Description    Of Amendment/Modification (Organized by UCF section headings, including    solicitation/contract subject matter where feasible.) 
SEE SECOND    PAGE FOR DESCRIPTION         

Except as provided herein, all terms and conditions of the document referenced in item 9A or bA, as heretofore changed, remains unchanged and in full force and effect. 15A. Name And Title Of Signer (Type or print) 16A. Name And Title Of Contracting Officer (Type or print)

Renita    Rutherford-Drake Contract    Administrato         





15B.    actor/Offeror    15C. Date Signed    16B. United States Of America    16C. Date Signed 
 
            By    /SIGNED/     




    ature of erso authorized to si n            Si nature of Contractin    Officer 






NSN 7540-01-152-8070        30-105-02        STANDARD FORM 30 (REV. 10-83) 
PREVIOUS EDITIONS UNUSABLE                Prescribed by GSA FAR (48 CFR) 53.243 




     Reference No. of Document Being Continued Page 2 of 2 CONTINUATION SHEET

PuN/SUN W52H09-08-R-0274 MOD/AMD 0001

Name ofOfferor or Contractor:

SECTION A - SUPPLEMENTAL INFORMATION

THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE CLOSING DATE TO 16 OCT 2008.

ALL ORTHER TERMS AND CONDITIONS REMAIN THE SAME.

*** END OF NARRATIVE A0002


Offeror:    OPTEX SYSTEMS INC. 
POC:    Renita Rutherford-Drake 
Phone:    972.644.0722 ext. 148 
E-Mail:    rrdrake@optexsys.com 
Cage Code:    0BK64 

PRICE EVALUATION SHEET
W52H09-08-R-0274
CLIN0001:    M17 Perisco e                         

NSN: 6650-01-317-9138 PIN: 12357918                         
 
    Ordering Period 1    Ordering Period 2    Ordering Period 3     
    QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 





    50 - 150    $450.00    80%    $472.43    80%    $496.05    80°A 



    151 -250    $446.00    10%    $468.43    10%    $491.85    10°/i 



    251-350    $439.00    10%    $460.82    iQ    $483.86    iQc 



            100%        100%        100% 
    Evaluation Price                         



 
    TOTAL EVALUATED CLIN PRICE                     



 
 
CLIN0002:    M27 Perisco e                         

NSN: 1240-01-319-8995 P/N: 12357792                     
 
    Ordering Period 1        Ordering Period 2        Ordering Period 3         
QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight     



50-250    $473.00    10%    $496.65    10%    $521.48    10%     



251 - 500    $473.00    20%    $496.65    20%    $521.48    20%     





501 - 1,000    $465.00    7Q4    $488.25        $512.66    70%     






        100%        100%        100%     

 
    Evaluation Price                         
 
    TOTAL EVALUATED CLIN PRICE                     
 
 
CLIN0003:    15 De ree Perisco e                         


NSN: 1240-01-254-63446650-01-317-9139 P/N: 12357908                 
 
    Ordering Period 1    Ordering Period 2    Ordering Period 3     
    QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 



    75-250    $500.00    80%    $525.00    80%    $551.25    80% 



    251 - 500    $500.00    10%    $525.00    10%    $551.25    10% 



    501 - 1,000    $500.00        $525.00    10%    $551.25    iQ.% 




            100%        100%        100% 
 
    Evaluation Price                         
 
    TOTAL EVALUATED CLIN PRICE                     


CLIN0004: 20 Dc ree Perisco es                         
NSN: 1240-01-319-8994 P/N: 12357909                     
 
    Ordering Period 1        Ordering Period 2        Ordering Period 3     
QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 



50 - 100    $420.00    80%    $441.00    80%    $463.05    80°A 



-
101 - 250    $420.00    10%    $441.00    10%    $463.05    104 



251 - 500    $420.00    10"o    $441.00    10%    $463.05    10 



        100%        100%        10014 



 
Evaluation Price                         
 
TOTAL EVALUATED CLIN PRICE                     
 
 
CL1N0005: M45 Perisco e                         

NSN: 6650-01-418-6658, P/N: 12370033                     
 
    Ordering Period 1        Ordering Period 2        Ordering Period 3     
QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 



10-250    $522.00    15%    $548.10    15%    $575.51    15% 



251-400    $517.00    40%    $542.85    40%    $569.99    40% 



401 - 600    $509.00    45%    $534.45    45/o    $561.17    45Y 



        100%        100%        100% 



 
Evaluation Price                         




 
TOTAL EVALUATED CLIN PRICE                     
 
 
CLIN0006: Short Corn Perisco e                     
NSN: 1240-01-319-5339, P/N: 12357840                     
 
    Ordering Period 1        Ordering Period 2        Ordering Period 3     
QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 



300-400    $581.00    15%    $610.05    40%    $640.55    40% 



401 - 700    $576.00    30%    $604.80    40%    $635.04    40% 



701-900    $566.00        $594.30    Q4    $624.02    20'o 



        100%        100%        100% 

 
Evaluation Price                         


 
TOTAL EVALUATED CLIN PRICE                     
 
 
CLIN0007: Tall COM Perisco e                         
NSN: 1240-01-319-5340, P/N: 12357841                     
 
    Ordering Period 1        Ordering Period 2        Ordering Period 3     
QTY Ranges    Unit Price    Weight    Unit Price    Weight    Unit Price    Weight 





150-500    $948.00    60%    $995.40    75%    $1,045.17    75% 



501 - 1,000    $940.00    20%    $987.00    15%    $1,036.35    15% 



1,001 - 1,300    $925.00    20Yo    $971.25    10%    $1,019.81    10% 



        100%        100%        100% 

 
Evaluation Price                         


 
TOTAL EVALUATED CLIN PRICE                     



    AWARD/CONTRACT    1. This Contract Is A Rated Order        Rating    DOA5    Page Of    Pages 
                Under DPAS (15 CFR 350)                1    30 










2. Contract (Proc. Inst. Ident.) No.    3. Effective Date        4. Requisition/Purchase Request/Project No.     
W52H09-09-D-0128                    2009MAR24                SEE SCHEDULE     











5. Issued By            Code    W52H09    6. Administered By (If Other Than Item 5)    Code    S4402A 


TACOM-ROCK ISLAND                DCMA, TEXAS                     
AMSTA-LC-GLK-A                    600 NORTH PEARL STREET                 
KEVIN GILMORE (309)782-3558            SUITE 1630                     
ROCK ISLAND IL    61299-7630            DALLAS TX 75201-2843                 
 
 
e-mail address: KEVIN.GILMORE@US.ARMY.MIL            SCD B PAS NONE    ADP PT HQ0339     






7. Name And Address Of Contractor (No., Street, City, County, State and Zip Code)        8. Delivery                 
 
OPTEX SYSTEMS INC.                        FOB Origin    X Other (See Below)     




1420    PRESIDENTIAL DR                    9. Discount For Prompt Payment         
RICHARDSON, TX 75081-2439                                     






 
 
                                10. Submit Invoices        Item 
TYPE BUSINESS: Other Small Business Performing in U.S.            (4 Copies Unless Otherwise Specified)         
                                                12 








Code    0BK64            Facility Code            To The Address Shown In:         










11. Ship To/Mark For        Code        12. Payment Will Be Made By            Code    HQ0339 


SEE SCHEDULE                    DFAS-COLUMBUS CENTER                 
                        DFAS CO-WEST ENTITLEMENT OPERATIONS         
                        P.O. BOX 182381                 
                        COLUMBUS, OH    43218-2381             
                        PHONE:    1-800-756-4571                 
                        Payment will be made by Electronic Funds Transfer     








13. Authority For Using Other Than Full And Open Competition:    14. Accounting And Appropriation Data             
10 U.S.C. 2304(c)(    )    41 U.S.C. 253(c)(    )                             











15A. Item No.        15B. Supplies/Services        15C. Quantity    15D. Unit    15E. Unit Price    15F. Amount 








SEE SCHEDULE        CONTRACT TYPE:        KIND OF CONTRACT:                 
            Firm-Fixed-Price        Supply Contracts and Priced Orders         








 
Contract Expiration Date: 2012MAR30            15G. Total Amount Of Contract    $0.00     






16. Table Of Contents

(X)    Sec.        Description    Page(s) (X)    Sec.            Description        Page(s) 











            Part I - The Schedule                    Part II - Contract Clauses         











X    A    Solicitation/Contract Form    1    X    I    Contract Clauses        19 









X    B    Supplies or Services and Prices/Costs    7        Part III - List Of Documents, Exhibits, And Other Attachments 






X    C    Description/Specs./Work Statement    11    X    J    List of Attachments        30 









X    D    Packaging and Marking    12            Part IV - Representations And Instructions     








X    E    Inspection and Acceptance    14        K    Representations, Certifications, and         





X    F    Deliveries or Performance    17            Other Statements of Offerors         









    G    Contract Administration Data            L    Instrs., Conds., and Notices to Offerors     








X    H    Special Contract Requirements    18        M    Evaluation Factors for Award         










Contracting Officer Will Complete Item 17 Or 18 As Applicable

17. Contractor's Negotiated Agreement    (Contractor is    18. X Award (Contractor is not required to sign this document.) Your offer on 
required to sign this document and return    copies to issuing    Solicitation Number    W52H0908R0274    , including the additions or changes 

office.) Contractor agrees to furnish and deliver all items or    made by you which additions or changes are set forth in full above, is hereby 
perform all the services set forth or otherwise identified above and    accepted as to the items listed above and on any continuation sheets. This award 
on any continuation sheets for the consideration stated herein. The    consummates the contract which consists of the following documents: (a) the 
rights and obligations of the parties to this contract shall be subject    Government's solicitation and your offer, and (b) this award/contract. No further 
to and governed by the following documents: (a) this    contractual document is necessary.     
award/contract, (b) the solicitation, if any, and (c) such provisions,             
representations, certifications, and specifications, as are attached or             
incorporated by reference herein. (Attachments are listed herein.)             




19A. Name And Title Of Signer (Type Or Print)        20A. Name Of Contracting Officer     
 
            BRIAN W. SCHMIDT     
            BRIAN.W.SCHMIDT@US.ARMY.MIL (309)782-0988 




 
19B. Name of Contractor    19c. Date Signed    20B. United States Of America    20C. Date Signed 
 
By        By    /SIGNED/    2009MAR24 

(Signature of person authorized to sign)            (Signature of Contracting Officer) 




AUTHORIZED FOR LOCAL REPRODUCTION            Standard Form 26 (Rev. 12/2002) 
Previous edition is usable                Prescribed By GSA - FAR (48 CFR) 53.214(a) 


Reference No. of Document Being Continued    Page    2 of 30 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             





SECTION A - SUPPLEMENTAL INFORMATION

1. THIS AWARD IS AWARDED MADE TO OPTEX SYSTEM INC FOR A THREE YEAR IDIQ, DELIVERY ORDER FOR THE GUARANTEED MINIMUM QUANTITY WILL BE

ISSUED CONCURRENTLY WITH THIS AWARD, THE GOVERNMENT SHALL HAVE NO FURTHER OBLIGATION TO PLACE ANY FURTHER ORDERS FOR THE FOLLOWING BELOW ITEM:

CLIN    NOUN    NSN    P/N     
0001AA    PERICSOPE, ARMORED    1240-01-319-8995    12357792     
 
2. DELIVERY IS FOB DESTINATION.    DELIVERY SCHEDULE IS SET FORTH IN SECTION B.    EARLY DELIVERIES ARE AUTHORIZED AT NO ADDITIONAL COST TO 
THE GOVERNMENT.             

3.      THERE IS NO FIRST ARTICLE TEST REQUIREMENT FOR THIS AWARD.
 
4.      ALL OTHER TERMS AND CONDITIONS FROM SOLICITATION W52H0908R0274 AND OFFER DATED JANUARY 28, 2009 ARE INCORPORATED HEREIN.
 
        *** END OF NARRATIVE A0004 ***     
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 

 
A-1    52.246-4500    WIDE AREA WORKFLOW-RECEIPT ACCEPTANCE (WAWF-RA)    OCT/2007 
    TACOM LCMC         
    (RI)         

(a) To comply with the clauses at 252.246 -7000, "Material Inspection and Receiving Report", and at 252.232 -7003, Electronic Submission of Payment Requests, TACOM LCMC (Rock Island) uses the WAWF-RA Program. Receipts on this order will be processed via WAWF. The contractor is required to register and use WAWF at https://wawf.eb.mil.

(b)      When prompted to send additional email notifications, add tami.lord@us.army.mil.
 
(c)      You may use this link for assistance in completing the WAWF documentation:
 

http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox/CreateCIRR.swf

(d) Other WAWF training is available from the WAWF main web site, or directly at:    http://www.wawftraining.com 
 
(AS6510)        (End of clause)     
 
 
A-2    52.201-4501    NOTICE ABOUT TACOM LCMC (RI) OMBUDSMAN    MAY/2007 
    TACOM LCMC         
    (RI)         

a. We have an Ombudsman Office here at TACOM LCMC (Rock Island). Its purpose is to open another channel of communication with TACOM LCMC (RI) Contractors.

b.      If you think that this solicitation:
 
  (1)      has inappropriate requirements; or
 
  (2)      needs streamlining; or
 
  (3)      should be changed, you should first contact the buyer or the (Procurement) Contracting Officer (PCO).
 
c.      The buyer's name, phone number and address are on the cover page of this solicitation.
 
d.      If the buyer or PCO doesn't respond to the problem to your satisfaction, or if you want to make comments anonymously, you can
 
contact the Ombudsman Office. The address and phone number are:
U.S. Army TACOM LCMC (Rock Island)
ATTN: AMSTA-AQ-AR (OMBUDSMAN)
1 Rock Island Arsenal
Rock Island IL 61299-7630
Phone: (309) 782-3224

Reference No. of Document Being Continued    Page    3 of 30 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             




 
Electronic Mail Address: ROCK-OMBUDSMAN@conus.army.mil             

e.      If you contact the Ombudsman, please provide the following information:
 
  (1)      TACOM LCMC (RI) solicitation number;
 
  (2)      Name of PCO;
 
  (3)      Problem description;
 
A-3    52.204-4505    DISCLOSURE OF UNIT PRICE INFORMATION    FEB/2003 
    TACOM LCMC         
    (RI)         

This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of

Information Act, 5 U.S.C. 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals.

(AS7909)        (End of Clause)     
 
 
A-4    52.204-4506    PUBLIC ACTIVITY INVOLVEMENT    FEB/2003 
    TACOM LCMC         
    (RI)         

Subcontract opportunities under this solicitation and any resulting contracts are open to competition between Department of Defense activities and private firms. In addition, Army Industrial Facilities are available to sell manufactured articles or to perform work at

such Facilities on behalf of Offerors, in certain circumstances and as permitted by law. Rock Island Arsenal, Watervliet Arsenal, Anniston Army Depot, Sierra Army Depot, and Red River Army Depot have expressed interest in securing subcontracting opportunities under

this RFP. For information related to the capabilities of these facilities, and Points of Contact, see https://triext.ria.army.mil/ibo/index.html

(AS7005)        (End of Clause)     
 
 
 
 
A-5    52.210-4516    COMMERCIAL EQUIVALENT ITEM(S)    JUN/1998 
    TACOM LCMC         
    (RI)         
 
The Government has a preference to satisfy its needs through the acquisition of commercial items.    If you know of any commercial 
equivalent item(s) for those listed in this solicitation, please contact the contracting office.    Information provided will be 
considered for future procurements.     
 
(AS7003)        (End of Provision)     
 
 
 
A-6    52.211-4506    INSTRUCTIONS REGARDING SUBSTITUTIONS FOR MILITARY AND FEDERAL    DEC/1997 
    TACOM LCMC    SPECIFICATIONS AND STANDARDS     
    (RI)         

(a) Section I of this document contains DFARS clause 252.211 -7005, Substitutions for Military Specifications and Standards, which allows bidders/quoters/offerors to propose Management Council approved Single Process Initiatives (SPIs) in their bids/quotes/offers, in lieu of military or Federal specifications and standards cited in this solicitation.

(b) An offeror proposing to use an SPI process under this solicitation shall identify the following for each proposed SPI as required by DFARS 252.211 -7005 contained in Section I:


Reference No. of Document Being Continued    Page    4 of 30 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             





(c) An offeror proposing to use an SPI process under this solicitation shall also provide a copy of the Department of Defense acceptance for each SPI process proposed.

(d) In the event an offeror does not identify any SPI in paragraph (b) above, the Government shall conclude that the bidder/quoter/offeror submits its bid/quote/proposal in accordance with the requirements of this solicitation.

(e)      The price that is provided by the offeror in the Schedule in Section B will be considered as follows:
 
  (1) If an SPI is identified in paragraph (b) above, the Government will presume that the price is predicated on the use of the
 
proposed SPI.

     (2) If there is no SPI identified in paragraph (b) above, the Government will presume the price is predicated on the requirements as stated in the solicitation.

(f) Bidders/quoters/offerors are cautioned that there is always the possibility that the Government could make a determination at the Head of the Contracting (HCA)/Program Executive Officer (PEO) level that the proposed SPI is not acceptable for this procurement. If such a determination is made, and the bid/quote/offer only identifies a price predicated on use of proposed SPI, the bid/quote/offer will be determined nonresponsive. Bidders/quoters/offerors who propose SPI processes are encouraged to provide a price below to reflect their price for the item manufactured in accordance with the requirements as stated in this solicitation to preclude possibly being determined nonresponsive:

CLIN        PRICE    $     

CLIN        PRICE    $     

CLIN        PRICE    $     

CLIN        PRICE    $     

 
(AS7008)        (End of Provision)     
 
 
A-7    52.215-4503    NOTICE TO OFFERORS - ELECTRONIC BID/OFFER RESPONSE REQUIRED    JUL/2008 
    TACOM LCMC             
    (RI)             
 
1. TACOM LCMC (RI) has established the capability to receive bids, proposals, and quotes electronically. A hotlink from the TACOM 

LCMC (RI) Solicitation Page has been activated to fully automate the response process (see h _t_t_p_s_:_/_/_a_a_i_s_._r_i_a_._a_r_m_y_._m_i_l_/_a_a_i_s_/_S_O_L_I_N_F_O_/_i_n_d_e_x_._h_t_m_). To ensure that your bid, proposal, or quote is considered for award, your response to a solicitation can not include a bid, proposal or quote for any other solicitation. Each bid, proposal, quote responding to a solicitation must be individually submitted; i.e., one solicitation, one electronic submission for that particular solicitation. See paragraph 4 below.

     2. Proposals submitted electronically that cannot be printed in their entirety may not be considered. The government must be able to replicate the electronic version in to a printed format. Electronic comments, text boxes or stamps that cannot be printed may be ignored by the Government and may even render an offer non-responsive. For details of electronic file formats acceptable to the government see: https://aais.ria.army.mil/aais/SOLINFO/electronic_bid_offer_clause.html

     3. IMPORTANT: Bids/proposals/quotes in response to this solicitation are REQUIRED to be submitted in electronic format to the Web site above. Hard copy and facsimile (datafax) bids/offers/quotes WILL NOT BE ACCEPTED.

     NOTE: TACOM LCMC (RI) IS NOT CURRENTLY USING THE ASFI BID/OFFER SUBMISSION PROCESS FOR WHOLESALE CONTRACTING; THUS, ANY BIDS/PROPOSALS/QUOTES RELATED TO THIS SOLICITATION THAT ARE SUBMITTED THROUGH THE ARMY SINGLE FACE TO INDUSTRY (ASFI) BID RESPONSE SYSTEM (BRS) WILL NOT BE ACCEPTED.

4. Your attention is drawn to the following clauses in Section L of this solicitation for instructions and additional information:

LS7011, Electronic Bids/Offers - TACOM LCMC (RI)
(TACOM LCMC (RI) 52.215-4510)
SPI PROCESS:    FACILITY:    MILITARY OR    AFFECTED CONTRACT 
        FEDERAL SPEC    LINE ITEM #, SUBLINE 
        OR STANDARD:    ITEM #, COMPONENT 
            OR ELEMENT: 


Reference No. of Document Being Continued    Page    5 of 30 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             





LS7013, Electronic Award Notice - TACOM LCMC (RI) (TACOM LCMC (RI) 52.215 -4511)

     5. Do NOT combine bids, proposals or quotes from different solicitations into the same, single electronic submission. If a combined response is submitted, only the data pertinent to the first solicitation number in such a combined response will be used and all other data for any other procurement action will be totally disregarded.

A-8    52.233-4503    AMC-LEVEL PROTEST PROGRAM    JUL/2007 
    TACOM LCMC         
    (RI)         

If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:

HQ, Army Materiel Command Office of Command Counsel ATTN: AMCCC-PL

9301 Chapek Rd 2-1SE3401 Fort Belvoir VA 22060-5527

Facsimile number (703) 806-8866/8875 Voice Number (703) 806-8762

Packages sent by FedEx or UPS should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room 2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527
The AMC-level protest procedures are found at:
http://www.amc.army.mil/amc/command_counsel/protestlink.htm

If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel at (703) 806-8762 to obtain the AMC-Level Protest Procedures.

A-9    52.243-4510    DIRECT VENDOR DELIVERY    JAN/1999 
    TACOM LCMC         
    (RI)         

In accordance with the Changes Clause of this contract, the Contractor may be called upon to ship directly to the user, in lieu of the destination in the Schedule, to satisfy urgent or backorder situations. In such instances the Contractor may be directed to use best commercial packaging. The Contractor may also be called upon to ship the item to the new destination within 24 hours of the required delivery date as specified in the Schedule. Please provide your POC, electronic mail address and commercial phone number including area code for this effort below:

(AS7012)        (End of Clause)     
 
 
A-10    52.245-4500    NOTICE OF DEMILITARIZATION AND TRADE SECURITY CONTROLS CONSIDERATION    OCT/2006 
    TACOM LCMC    REQUIREMENT     
    (RI)         


Reference No. of Document Being Continued    Page    6 of 30 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             





This solicitation and any resulting contract are subject to the "Demilitarization and Trade Security Controls Requirements and Procedures" clause, HS7144, contained in Section H of this document.


        Reference No. of Document Being Continued    Page    7 of 30 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD         






Name of Offeror or Contractor: OPTEX SYSTEMS INC.                 





ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
    SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS                 
 
 
 
0001    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: M17-NSN 6650-01-317-9138                 
    FSCM: 6650                     
    PART NR: 12357918                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357918                 
    DATE: 31-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI -P12357918, REV E, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0002    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: M27-NSN 1240-01-319-8995                 
    FSCM: 1240                     
    PART NR: 12357792                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357792                 
    DATE: 01-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357792,REV C, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0003    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: 15 DEG - 6650-01-317-9139                 
    FSCM: 6650                     
    PART NR: 12357908                     


        Reference No. of Document Being Continued    Page    8 of 30 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD         






Name of Offeror or Contractor: OPTEX SYSTEMS INC.                 





ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357908                 
    DATE: 31-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357908, REV B, DATED 19 FEB02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0004    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: 20 DEG NSN 1240-01-319-8994                 
    FSCM: 1240                     
    PART NR: 12357909                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357909                 
    DATE: 31-OCT-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357909, REV B, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0005    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: M45 - NSN 6650-01-418-6658                 
    FSCM: 6650                     
    PART NR: 12370033                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12370033                 
    DATE: 29-OCT-2007                     


        Reference No. of Document Being Continued    Page    9 of 30 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD         






Name of Offeror or Contractor: OPTEX SYSTEMS INC.                 





ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P1237003, REV B, DATED 19 FEB 02                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0006    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: SHOR COM NSN 1240-01-319-5339                 
    FSCM: 1240                     
    PART NR: 12357840                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357840                 
    DATE: 07-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357840, REV E, NOT DATED                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0007    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: TALL COM NSN 1240-01-319-5340                 
    FSCM: 1240                     
    PART NR: 12357841                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357841                 
    DATE: 07-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357841, REV D, NOT DATED                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 







        Reference No. of Document Being Continued    Page    10 of 30 
CONTINUATION SHEET                     
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD         






Name of Offeror or Contractor: OPTEX SYSTEMS INC.                 





ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT UNIT PRICE    AMOUNT 




 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0008    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y                 
 
    NOUN: LON DRIV NSN 6650-01-320-5628                 
    FSCM: 6650                     
    PART NR: 12357848                     
    SECURITY CLASS: Unclassified                 
 
 
 
 
    D_e_s_c_r_i_p_t_i_o_n_/_S_p_e_c_s_._/_W_o_r S_t_a_t_e_m_e_n_t                 
    TOP DRAWING NR: 12357848                 
    DATE: 01-NOV-2007                     
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                 
    PACKAGING/PACKING/SPECIFICATIONS:                 
    SPI-P12357848, REV D, DATED 10 APR 03                 
    LEVEL PRESERVATION: Military                 
    LEVEL PACKING: B                     
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                 
    INSPECTION: Origin    ACCEPTANCE: Origin                 
 
 
 
0009    C_O_N_T_R_A_C D_A_T_A R_E_Q_U_I_R_E_M_E_N_T_S L_I_S_T (_C_D_R_L_)        $    *_* N_S_P *_* $    *_*__N_S_P__*_*_ 

 
 
    NOUN: CDRL                     
    SECURITY CLASS: Unclassified                 

Contractor will prepare and deliver the data
in accordance with the requirements, quantities
and schedules set forth in the Contract Data
Requirements Lists (DD Form 1423), Exhibit A.
It is required that data items be delivered
using electronic media. Refer to the DD Form
1423 for more specific electronic delivery
information.
A DD250 IS NOT REQUIRED
(End of narrative B001)
I_n_s_p_e_c_t_i_o__    a_n_d A_c_c_e_p_t_a_n_c_e 
INSPECTION: Origin    ACCEPTANCE: Destination 


Reference No. of Document Being Continued    Page 11 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




In addition to the drawing(s) and/or specifications listed below, other documents which are part of this procurement and which apply to

Preservation/Packaging/Packing and Inspection and Acceptance are contained elsewhere.

The following drawing(s) and specifications are applicable to this procurement.

Drawings and Specifications in accordance with enclosed Technical Data Package Listing - SEE BELOW - with revisions in effect as of SEE BELOW (except as follows):

1. TDPL: 12370033:19207 - 29 OCT 2007 Periscope, M45 NSN:6650-01-418-6658

To all drawings and associated documents without a distribution statement, add distribution C.

10940477, CHANGE NOTE 1: TO READ:

"SILICONE RUBBER, M3GE503A19B37C12F19, FABRICATE IN ACCORDANCE WITH ASTM-D2000."

2. TDPL: 12357840:19207 - 7 NOV 2007 Periscope Assy/Comdr Side NSN: 1240-01-319-5339

To all drawings and associated documents without a distribution statement, add distribution C.

SPI 12357840:
-Delete NSN:1240-01-319-5330 and Add NSN:1240-01-319-5339.

3. TDPL: 12357841:19207 - 7 NOV 2007 Periscope Assy/Cmdr Front NSN: 1240-01-319-5340

To all drawings and associated documents without a distribution statement, add distribution C.

4. TDPL: 12357848:19207 - 1 NOV 2007 Periscope Assy/Drivers Unity NSN: 6650-01-320-5628 To all drawings and associated documents without a distribution statement, add distribution C.

TDPL:             
Document    Delete    Substitute    Add 
ECP D3T3005    X    -    - 
 
4. TDPL:    12357918:19207    - 31 OCT 2007 Periscope, Tank M17E4 NSN: 6650-01-317-9138 

To all drawings and associated documents without a distribution statement, add distribution C.

7674952:

-Delete P-L-391 and Replace with L-P-391.

12357793, 7043539, and 7048694:

-Delete MIL-C-46168 and Replace with MIL-DTL-53039.

5. TDPL: 12357909:19207 - 31 OCT 2007 Periscope 20 Degree Uplock NSN: 1240-01-319-8994 To all drawings and associated documents without a distribution statement, add distribution C.

QS12357909:

-Delete MIL-P-63420 and Replace with MIL-DTL-62420.

6. TDPL: 12357792:19207 - 01 NOV 2007 Periscope, Tank M27E4 NSN: 1240-01-319-8995

To all drawings and associated documents without a distribution statement, add distribution C.

    Re_g_u_l_a_t_o_r__ C_i_t_e        T_i_t_l_e_    D_a_t_e_ 


 
C-1    52.210-4501    DRAWINGS/SPECIFICATIONS        MAR/1988 
    TACOM LCMC             
    (RI)             


Reference No. of Document Being Continued    Page 12 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




A. Military preservation, packing, and marking for the item identified above shall be accomplished in accordance with the specific requirements identified below, all the applicable requirements of, MIL-STD-2073-1, Revision D, Date 15 Dec 99 including Notice 1, dated 10 May 02 and the Special Packaging Instruction (SPI) contained in the TDP.

PRESERVATION: MILITARY LEVEL OF PACKING: -B-

QUANTITY PER UNIT PACKAGE: -001-

SPI NUMBER-P1257841 REV D, NOT DATED; P12357848, REV D, DATED 10 APR 03; P12357918, REV E,

     DATED 19 FEB 02; P12370033, REV B, DATED 19 FEB 02; P12357840, REV E, NOT DATED; P12357909, REV B, DATED 19 FEB 02; P12357792, REV C, DATED 19 FEB 02; P12357850, REV C, DATED 19 FEB 02

B. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The pallet shall be a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage.

C.      Marking: In addition to any special markings called out on the SPI;
 
C.      1. All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in
 

accordance with MIL-STD-129, Revision P, Change Notice 4, dated 19 Sep 2007 including bar coding and a MSL label. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, Shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. Passive RFID tagging is required in all contracts that contain DFARS clause 252.211 -7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the concatenated UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the palletized unit load.

D. Heat Treatment and Marking of Wood Packaging Materials: All non-manufactured wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredited by the board of review of the American Lumber Standard Committee. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall ensure tractability to the original source of heat treatment. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard.

Boxes/pallets and any wood used as inner packaging made of non-manufactured wood shall be heat-treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Foreign manufacturers shall have the heat treatment of non-manufactured wood products verified in accordance with their National Plant Protection Organizations compliance program. In addition, wood used as dunnage for blocking and bracing, to include ISO containers, shall be ordered with ALSC certified marking for dunnage or the markings may be applied locally at two foot intervals.

E. This SPI has been validated and the method of preservation/packing has proven successful in meeting the needs of the military distribution system, including indeterminate storage and shipment throughout the world. Special instructions and/or tailoring of the SPI is detailed in the Supplemental Instructions below. A prototype package is required to validate the sizes and fit requirements of the SPI. Minor dimensional and size changes are acceptable provided contractor provides the PCO and ACO with notification 60 days prior to delivery. Any design changes or changes in the method of preservation that provide a cost savings without degrading the method of preservation or packing or affecting the serviceability of the item will be considered and responded to within 10 days of submission to PCO and ACO. Government reserves the right to require testing to validate alternate industrial preservation methods, materials, alternate blocking, bracing, cushioning, and packing.

F.      Hazardous Materials (as applicable):
 
F.      1..Hazardous Materials is defined as a substance, or waste which has been determined by the Secretary of Transportation to be capable
 

of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Titles 29, 40 and 49 CFR and other applicable modal regulations effective at the time of shipment.)

F.2. Unless otherwise specified, packaging and marking for hazardous material shall comply with the requirements for the mode of

SECTION D - PACKAGING AND MARKING         
 
    Re_g_u_l_a_t_o_r__    C_i_t_e    T_i_t_l_e_    D_a_t_e_ 

 
D-1    52.211-4501    PACKAGING REQUIREMENTS (SPECIAL PACKAGING INSTRUCTIONS)    DEC/2007 
    TACOM LCMC             
    (RI)             


Reference No. of Document Being Continued    Page 13 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




transport and the applicable performance packaging contained in the following documents: --International Air Transport Association (IATA) Dangerous Goods Regulations --International Maritime Dangerous Goods Code (IMDG) - --Code of Federal Regulations (CFR) Title 29, Title 40 and Title 49 --Joint Service Regulation AFJMAN24-204/TM38-250/NAVSUPPUB 505/MCO

P4030.19/DLAM 4145.3 (for military air shipments).

F.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the United Nations Recommendations on the Transport of Dangerous Goods in a manner acceptable to the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers.

F.4. When applicable, a Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside the sealed pouch attached to the outside of the package.

G. SUPPLEMENTAL INSTRUCTIONS: -NA-

(DS6419)
(End of Clause)

Reference No. of Document Being Continued    Page 14 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         



 
SECTION E - INSPECTION AND ACCEPTANCE         

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
E-1    52.246-2    INSPECTION OF SUPPLIES--FIXED-PRICE    AUG/1996 
E-2    52.246-16    RESPONSIBILITY FOR SUPPLIES    APR/1984 
 
E-3    52.246-11    HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT    FEB/1999 

The Contractor shall comply with the higher-level quality standard selected below.

Title        Number    Date     
 
Quality Management Systems-Requirements ISO 9001:2000 13 Dec 00     
Tailored by excluding paragraphs 7.3, 7.4, 7.5.1, and 7.5.2     
 
(End of Clause)
 
 
 
 
E-4    52.209-4512    FIRST ARTICLE TEST (CONTRACTOR TESTING)    MAR/2008 
    TACOM LCMC             
    (RI)             

a. The first article shall be examined and tested in accordance with contract requirements, the item specification(s), Quality Assurance Provisions (QAPs) and all drawings listed in the Technical Data Package.

b. The first article shall be representative of items to be manufactured using the same processes and procedures and at the same facility as contract production. All parts and materials, including packaging and packing, shall be obtained from the same source of supply as will be used during regular production. All components, subassemblies, and assemblies in the first article sample shall have been produced by the Contractor (including subcontractors) using the technical data package applicable to this procurement.

c. The first article shall be inspected and tested by the contractor for all requirements of the drawing(s), the QAPs, and specification(s) referenced thereon, except for:

     (1) Inspections and tests contained in material specifications provided that the required inspection and tests have been performed previously and certificates of conformance are submitted with the First Article Test Report.

     (2) Inspections and tests for Military Standard (MS) components and parts provided that inspection and tests have been performed previously and certifications for the components and parts are submitted with the First Article Test Report.

     (3) Corrosion resistance tests over 10 days in length provided that a test specimen or sample representing the same process has successfully passed the same test within 30 days prior to processing the first article, and results of the tests are submitted with the First Article Test Report.

     (4) Life cycle tests over 10 days in length provided that the same or similar items manufactured using the same processes have successfully passed the same test within 1 year prior to processing the first article and results of the tests are submitted with the First Article Test Report.

     (5) Onetime qualification tests, which are defined as a one-time on the drawing(s), provided that the same or similar item manufactured using the same processes has successfully passed the tests, and results of the test are on file at the contractor's facility and certifications are submitted with the First Article Test Report.

d. Those inspections which are of a destructive nature shall be performed upon additional sample parts selected from the same lot(s) or batch(es) from which the first article was selected.


Reference No. of Document Being Continued    Page 15 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




e. A First Article Test Report shall be compiled by the contractor documenting the results of all inspections and tests (including supplier's and vendor's inspection records and certifications, when applicable). The First Article Test Report shall include actual inspection and test results to include all measurements, recorded test data, and certifications (if applicable) keyed to each drawing, specification and QAP requirement and identified by each individual QAP characteristic, drawing/specification characteristic and unlisted characteristic. Evidence of the QAR's verification will be provided. One copy of the First Article Test Report will be copy furnished to AMSRD-AAR-QEP-A, and to the Administrative Contracting Officer.

f. Notwithstanding the provisions for waiver of first article, an additional first article sample or portion thereof, may be ordered by the Contracting Officer in writing when (i) a major change is made to the technical data, (ii) whenever there is a lapse in production for a period in excess of 90 days, or (iii) whenever a change occurs in place of performance, manufacturing process, material used, drawing, specification or source of supply. When conditions (i), (ii), or (iii) above occurs, the Contractor shall notify the Contracting Officer so that a determination can be made concerning the need for the additional first article sample or portion thereof, and instructions provided concerning the submission, inspection, and notification of results. Costs of the additional first article testing resulting from any of the causes listed herein that were instituted by the contractor and not due to changes directed by the Government shall be borne by the Contractor.

(ES6016)        (End of Clause)     
 
 
E-5    52.246-4533    SURFACE QUALITY STANDARDS    MAR/2001 
    TACOM LCMC         
    (RI)         

a. Surface quality standards for optical elements (Scratch and Dig) per MIL-PRF-13830B, are required to perform acceptance inspection under this contract and are available as listed in appendix 1 of this contract. The standards will be furnished to the Contractor on a loan basis for use on this contract. The standards shall not be used on other contracts unless written authorization is received from the Contracting Officer. The Administering Contracting Officer (ACO) designated by the agency administering the contract, or the Contracting Officer (CO) if an ACO was not assigned shall submit the Contractor's request for equipment to Commander, ARDEC, ATTN: AMSRD-AAR-QEW, Picatinny Arsenal, NJ 07806-5000. Shipping costs shall be borne by the shipper.

b. The contractor shall hereby indicate the facility to which this Government Furnished Property should be shipped:

c. Upon receipt, the Contractor should retain shipping containers for return of the standards. All costs of packing, packaging, shipping, and insurance shall be borne by the Contractor.

d. The Contractor shall be responsible for shipping the surface quality standards to the Government for certification at 12 month intervals. Notification and shipping instructions shall be provided to the Contractor by Same as above. The notification shall include the standard's serial number and will be sent 30 days prior to the actual due date for certification.

e. Within 30 calendar days after completion of delivery of all items on this contract requiring scratch and digs, the Contractor shall assure that the Government owned standards referenced in paragraph a above are in the same condition as when received. Upon verification by a Government representative that the standards are undamaged. the Contractor shall prepare the standards for delivery in accordance with best commercial practices. The Contractor shall ship the standards with a DD Form 1149 to Same as above.

(ES6018)        (End of Clause)     
 
 
 
E-6    52.246-4532    DESTRUCTIVE TESTING    MAY/1994 
    TACOM LCMC RI         

a. All costs for destructive testing by the Contractor and items destroyed by the Government are considered as being included in the contract unit price.

b. Where destructive testing of items or components thereof is required by contract or specification, the number of items or components required to be destructively tested, whether destructively tested or not, shall be in addition to the quantity to be delivered to the


Reference No. of Document Being Continued    Page 16 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         



 
Government as set forth in the Contract Schedule.         

c. All pieces of the complete First Article shall be considered as destructively tested items unless specifically exempted by other provisions of this contract.

d. The Contractor shall not reuse any components from items used in a destructive test during First Article, lot acceptance or inprocess testing, unless specifically authorized by the Contracting Officer.

e. The Government reserves the right to take title to all or any items or components described above. The Government may take title to all or any items or components upon notice to the Contractor. The items or components of items to which the Government takes title shall be shipped in accordance with the Contracting Officer's instructions. Those items and components to which the Government does not obtain title shall be rendered inoperable and disposed of as scrap by the Contractor.

(ES7011)
(End of Clause)

Reference No. of Document Being Continued    Page 17 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         



 
SECTION F - DELIVERIES OR PERFORMANCE         

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
F-1    52.242-17    GOVERNMENT DELAY OF WORK    APR/1984 
F-2    52.247-34    F.O.B. DESTINATION    NOV/1991 
F-3    52.247-35    F.O.B. DESTINATION, WITHIN CONSIGNEES' PREMISES    APR/1984 
F-4    52.247-38    F.O.B. INLAND CARRIER, POINT OF EXPORTATION    FEB/2006 
 
F-5    52.247-4531    COGNIZANT TRANSPORTATION OFFICER    MAY/1993 
    TACOM LCMC         
    (RI)         

(a) The Contract Administration Office designated at the time of contract award, or the office servicing the point of shipment if subsequently designated by the original office, will be the contact point to which the contractor will:

     (1) Submit, as necessary, DD Form 1659, Application for U.S. Government Bill(s) of Lading/Export Traffic Release, in triplicate at least ten days prior to date supplies will be available for shipment;

(2)      Obtain shipping instructions as necessary for F.O.B. Destination delivery; and
 
(3)      Furnish necessary information for MILSTRIP/MILSTAMP or other shipment documentation and movement control, including air and water
 
terminal clearances.

     (4) For FMS, at least 10 days in advance of actual shipping date, the contractor should request verification of "Ship to" and "Notification" address from the appropriate DCMA.

(b)      The Contract Administration Office will provide to the contractor data necessary for shipment marking and freight routing.
 
(c)      The contractor shall not ship directly to a Military air or waterport terminal without authorization by the designated point of
 
contact.     
(FS7240)    (End of Clause) 


        Reference No. of Document Being Continued    Page 18 of 30 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD     





 
Name of Offeror or Contractor:    OPTEX SYSTEMS INC.         




SECTION H - SPECIAL CONTRACT REQUIREMENTS         
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_        D_a_t_e_ 


 
H-1    52.247-4545    PLACE OF CONTRACT SHIPPING POINT, RAIL INFORMATION        MAY/1993 
    TACOM LCMC             
    (RI)             

The bidder/offeror is to fill in the 'Shipped From' address, if different from 'Place of Performance' indicated elsewhere in this section.

Shipped From:

For contracts involving F.O.B. Origin shipments furnish the following rail information:

Does Shipping Point have a private railroad siding? YES NO

If YES, give name of rail carrier serving it:

If NO, give name and address of nearest rail freight station and carrier serving it:

Rail Freight Station Name and Address:

Serving Carrier:     
(HS7600)    (End of Clause) 


Reference No. of Document Being Continued    Page 19 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         



 
SECTION I - CONTRACT CLAUSES         

This document incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:

http://farsite.hill.af.mil/VFFARA.HTM or http://farsite.hill.af.mil/VFDFARA.HTM or http://farsite.hill.af.mil/VFAFARa.HTM

If the clause requires additional or unique information, then that information is provided immediately after the clause title.

    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_    D_a_t_e_ 
I-1    52.202-1    DEFINITIONS    JUL/2004 
I-2    52.203-3    GRATUITIES    APR/1984 
I-3    52.203-5    COVENANT AGAINST CONTINGENT FEES    APR/1984 
I-4    52.203-6    RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT    SEP/2006 
I-5    52.203-7    ANTI-KICKBACK PROCEDURES    JUL/1995 
I-6    52.203-8    CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR    JAN/1997 
        IMPROPER ACTIVITY     
I-7    52.203-10    PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY    JAN/1997 
I-8    52.203-12    LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS    SEP/2007 
I-9    52.204-4    PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER    AUG/2000 
I-10    52.204-7    CENTRAL CONTRACTOR REGISTRATION    APR/2008 
I-11    52.209-6    PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH    SEP/2006 
        CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT     
I-12    52.211-5    MATERIAL REQUIREMENTS    AUG/2000 
I-13    52.211-15    DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS    APR/2008 
I-14    52.215-2    AUDIT AND RECORDS--NEGOTIATIONS    JUN/1999 
I-15    52.215-10    PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA    OCT/1997 
I-16    52.215-14    INTEGRITY OF UNIT PRICES    OCT/1997 
I-17    52.215-15    PENSION ADJUSTMENTS AND ASSET REVERSIONS    OCT/2004 
I-18    52.215-18    REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB)    JUL/2005 
        OTHER THAN PENSIONS     
I-19    52.219-8    UTILIZATION OF SMALL BUSINESS CONCERNS    MAY/2004 
I-20    52.219-9    SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2008-O0004)    APR/2008 
I-21    52.219-16    LIQUIDATED DAMAGES--SUBCONTRACTING PLAN    JAN/1999 
I-22    52.219-25    SMALL DISADVANTAGED BUSINESS PARTICIPATION PROGRAM--DISADVANTAGED    APR/2008 
        STATUS AND REPORTING     
I-23    52.222-19    CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES    FEB/2008 
I-24    52.222-20    WALSH-HEALEY PUBLIC CONTRACTS ACT    DEC/1996 
I-25    52.222-21    PROHIBITION OF SEGREGATED FACILITIES    FEB/1999 
I-26    52.222-26    EQUAL OPPORTUNITY    MAR/2007 
I-27    52.222-35    EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE    SEP/2006 
        VIETNAM ERA, AND OTHER ELIGIBLE VETERANS     
I-28    52.222-36    AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES    JUN/1998 
I-29    52.222-37    EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE    SEP/2006 
        VIETNAM ERA, AND OTHER ELIGIBLE VETERANS     
I-30    52.222-50    COMBATING TRAFFICKING IN PERSONS    AUG/2007 
I-31    52.223-6    DRUG-FREE WORKPLACE    MAY/2001 
I-32    52.223-14    TOXIC CHEMICAL RELEASE REPORTING    AUG/2003 
I-33    52.225-13    RESTRICTIONS ON CERTAIN FOREIGN PURCHASES    JUN/2008 
I-34    52.227-1    AUTHORIZATION AND CONSENT    DEC/2007 
I-35    52.227-2    NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT    DEC/2007 
I-36    52.229-3    FEDERAL, STATE, AND LOCAL TAXES    APR/2003 
I-37    52.230-2    COST ACCOUNTING STANDARDS    OCT/2008 
I-38    52.230-3    DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES    OCT/2008 
I-39    52.230-6    ADMINISTRATION OF COST ACCOUNTING STANDARDS    MAR/2008 
I-40    52.232-1    PAYMENTS    APR/1984 
I-41    52.232-8    DISCOUNTS FOR PROMPT PAYMENT    FEB/2002 
I-42    52.232-11    EXTRAS    APR/1984 
I-43    52.232-17    INTEREST    OCT/2008 
I-44    52.232-23    ASSIGNMENT OF CLAIMS (JAN 1986) -- ALTERNATE I (APR 1984)    APR/1984 
I-45    52.232-25    PROMPT PAYMENT    OCT/2008 
I-46    52.232-33    PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION    OCT/2003 


        Reference No. of Document Being Continued    Page 20 of 30 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD     





 
Name of Offeror or Contractor:    OPTEX SYSTEMS INC.         




 
 
    Re_g_u_l_a_t_o_r__ C_i_t_e    T_i_t_l_e_        D_a_t_e_ 

I-47    52.233-1    DISPUTES        JUL/2002 
I-48    52.233-3    PROTEST AFTER AWARD        AUG/1996 
I-49    52.233-4    APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM        OCT/2004 
I-50    52.242-13    BANKRUPTCY        JUL/1995 
I-51    52.243-1    CHANGES--FIXED PRICE        AUG/1987 
I-52    52.244-6    SUBCONTRACTS FOR COMMERCIAL ITEMS        MAR/2007 
I-53    52.246-23    LIMITATION OF LIABILITY        FEB/1997 
I-54    52.247-63    PREFERENCE FOR U.S.-FLAG AIR CARRIERS        JUN/2003 
I-55    52.248-1    VALUE ENGINEERING        FEB/2000 
I-56    52.249-2    TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE)    MAY/2004 
I-57    52.249-8    DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)        APR/1984 
I-58    52.253-1    COMPUTER GENERATED FORMS        JAN/1991 
I-59    252.203-7001    PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-    DEC/2004 
        RELATED FELONIES         
I-60    252.204-7000    DISCLOSURE OF INFORMATION        DEC/1991 
I-61    252.204-7003    CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT        APR/1992 
I-62    252.204-7004    ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION (52.204-7)    SEP/2007 
I-63    252.205-7000    PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS    DEC/1991 
I-64    252.209-7004    SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE    DEC/2006 
        GOVERNMENT OF A TERRORIST COUNTRY         
I-65    252.215-7002    COST ESTIMATING SYSTEM REQUIREMENTS        DEC/2006 
I-66    252.219-7003    SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)    APR/2007 
I-67    252.225-7004    REPORT OF INTENDED PERFORMANCE OUTSIDE THE UNITED STATES AND CANADA--    MAY/2007 
        SUBMISSION AFTER AWARD         
I-68    252.225-7006    QUARTERLY REPORTING OF ACTUAL CONTRACT PERFORMANCE OUTSIDE THE UNITED    MAY/2007 
        STATES         
I-69    252.225-7012    PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES        MAR/2008 
I-70    252.225-7013    DUTY-FREE ENTRY        OCT/2006 
I-71    252.225-7016    RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS    MAR/2006 
I-72    252.226-7001    UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC    SEP/2004 
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS
I-73    252.227-7013    RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS        NOV/1995 
I-74    252.227-7014    RIGHTS IN NONCOMMERCIAL COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER    JUN/1995 
        SOFTWARE DOCUMENTATION         
I-75    252.227-7015    TECHNICAL DATA--COMMERCIAL ITEMS        NOV/1995 
I-76    252.227-7016    RIGHTS IN BID OR PROPOSAL INFORMATION        JUN/1995 
I-77    252.227-7019    VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE    JUN/1995 
I-78    252.227-7025    LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED    JUN/1995 
        INFORMATION MARKED WITH RESTRICTIVE LEGENDS         
I-79    252.227-7027    DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE    APR/1988 
I-80    252.227-7030    TECHNICAL DATA--WITHHOLDING OF PAYMENT        MAR/2000 
I-81    252.227-7037    VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA    SEP/1999 
I-82    252.231-7000    SUPPLEMENTAL COST PRINCIPLES        DEC/1991 
I-83    252.232-7003    ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS    MAR/2008 
I-84    252.232-7010    LEVIES ON CONTRACT PAYMENTS        DEC/2006 
I-85    252.243-7001    PRICING OF CONTRACT MODIFICATIONS        DEC/1991 
I-86    252.243-7002    REQUESTS FOR EQUITABLE ADJUSTMENT        MAR/1998 
I-87    252.246-7000    MATERIAL INSPECTION AND RECEIVING REPORT        MAR/2008 
I-88    252.247-7023    TRANSPORTATION OF SUPPLIES BY SEA        MAY/2002 
 
I-89    52.209-3    FIRST ARTICLE APPROVAL -- CONTRACTOR TESTING - ALTERNATES I AND II    JAN/1997 

(a) The Contractor shall test 6 each unit(s) of Lot/Item as shown in schedule B as specified in this contract. At least 15 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests.

(b) The Contractor shall submit the first article test report within (see schedule B) calendar days from the date of this contract to -5-marked First Article Test Report: Contract No. , Lot/Item No. Within 30 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval.


Reference No. of Document Being Continued    Page 21 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




(c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests.

(d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract.

(e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance.

(f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay.

(g) Before first article approval, the Contracting Officer may, by written authorization, authorize the Contractor to acquire specific materials or components or to commence production to the extent essential to meet the delivery schedules. Until first article approval is granted, only costs for the first article and costs incurred under this authorization are allocable to this contract for

(1)      progress payments, or
 
(2)      termination settlements if the contract is terminated for the convenience of the Government. If first article tests reveal
 

deviations from contract requirements, the Contractor shall, at the location designated by the Government, make the required changes or replace all items produced under this contract at no change in the contract price.

(h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver.

(i) The Contractor shall produce both the first article and the production quantity at the same facility.

(End of Clause)
I-90
52.232-16
PROGRESS PAYMENTS
APR/2003

The Government will make progress payments to the Contractor when requested as work progresses, but not more frequently than monthly in amounts of $2,500 or more approved by the Contracting Officer, under the following conditions:

(a)      Computation of amounts.
 
  (1) Unless the Contractor requests a smaller amount, the Government will compute each progress payment as 80 percent of the
 

Contractors total costs incurred under this contract whether or not actually paid, plus financing payments to subcontractors (see paragraph (j) of this clause), less the sum of all previous progress payments made by the Government under this contract. The Contracting Officer will consider cost of money that would be allowable under FAR 31.205 -10 as an incurred cost for progress payment purposes.

     (2) The amount of financing and other payments for supplies and services purchased directly for the contract are limited to the amounts that have been paid by cash, check, or other forms of payment, or that are determined due will be paid to subcontractors--

(i)      In accordance with the terms and conditions of a subcontract of invoice; and
 
(ii)      Ordinarily within 30 days of the submission of the Contractors payment request to the Government.
 
(3)      The Government will exclude accrued costs of Contractor contributions under employee pension plans until actually paid unless--
 
  (i)      The Contractors practice is to make contributions to the retirement fund quarterly or more frequently; and
 
  (ii)      The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment period (any
 

contribution remaining unpaid shall be excluded from the Contractors total costs for progress payments until paid).


Reference No. of Document Being Continued    Page 22 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




(4)      The Contractor shall not include the following in total costs for progress payment purposes in paragraph (a)(1) of this clause: (i) Costs that are not reasonable, allocable to this contract, and consistent with sound and generally accepted accounting
 
principles and practices.
(ii)      Costs incurred by subcontractors or suppliers.
 
(iii)      Costs ordinarily capitalized and subject to depreciation or amortization except for the properly depreciated or amortized
 
portion of such costs.
(iv)      Payments made or amounts payable to the subcontractors or suppliers, except for--
 
  (A)      completed work, including partial deliveries, to which the Contractor has acquired title; and
 
  (B)      Work under cost-reimbursement or time-and-material subcontracts to which the Contractor has acquired title.
 

     (5) The amount of unliquidated progress payments may exceed neither (i) the progress payments made against incomplete work (including allowable unliquidated progress payments to subcontractors) nor (ii) the value, for progress payment purposes, of the incomplete work. Incomplete work shall be considered to be the supplies and services required by this contract, for which delivery and invoicing by the Contractor and acceptance by the Government are incomplete.

(6)      The total amount of progress payments shall not exceed 80 percent of the total contract price.
 
(7)      If a progress payment or the unliquidated progress payments exceed the amounts permitted by subparagraphs (a)(4) or (a)(5) above,
 

the Contractor shall repay the amount of such excess to the Government on demand.

     (8) Notwithstanding any other terms of the contract, the Contractor agrees not to request progress payments in dollar amounts of less than $2,500. The Contracting Officer may make exceptions.

(b) Liquidation. Except as provided in the Termination for Convenience of the Government clause, all progress payments shall be liquidated by deducting from any payment under this contract, other than advance or progress payments, the unliquidated progress payments, or 80 percent of the amount invoiced, whichever is less. The Contractor shall repay to the Government any amounts required by a retroactive price reduction, after computing liquidations and payments on past invoices at the reduced prices and adjusting the unliquidated progress payments accordingly. The Government reserves the right to unilaterally change from the ordinary liquidation rate to an alternate rate when deemed appropriate for proper contract financing.

(c) Reduction or suspension. The Contracting Officer may reduce or suspend progress payments, increase the rate of liquidation, or take a combination of these actions, after finding on substantial evidence any of the following conditions:

(1)      The Contractor failed to comply with any material requirement of this contract (which includes paragraphs (f) and (g) below).
 
(2)      Performance of this contract is endangered by the Contractors --
 
  (i)      Failure to make progress; or
 
  (ii)      Unsatisfactory financial condition.
 
(3)      Inventory allocated to this contract substantially exceeds reasonable requirements.
 
(4)      The Contractor is delinquent in payment of the costs of performing this contract in the ordinary course of business.
 
(5)      The unliquidated progress payments exceed the fair value of the work accomplished on the undelivered portion of this contract.
 
(6)      The Contractor is realizing less profit than that reflected in the establishment of any alternate liquidation rate in paragraph
 
(b)      above, and that rate is less than the progress payment rate stated in subparagraph (a)(1) above.
 
(d)      Title.
 
  (1) Title to the property described in this paragraph (d) shall vest in the Government. Vestiture shall be immediately upon the date
 

of this contract, for property acquired or produced before that date. Otherwise, vestiture shall occur when the property is or should have been allocable or properly chargeable to this contract.

     (2) Property, as used in this clause, includes all of the below-described items acquired or produced by the Contractor that are or should be allocable or properly chargeable to this contract under sound and generally accepted accounting principles and practices.


Reference No. of Document Being Continued    Page 23 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




(i)      Parts, materials, inventories, and work in process;
 
(ii)      Special tooling and special test equipment to which the Government is to acquire title under any other clause of this contract;
 
(iii)      Nondurable (i.e., noncapital) tools, jigs, dies, fixtures, molds, patterns, taps, gauges, test equipment, and other similar
 

manufacturing aids, title to which would not be obtained as special tooling under subparagraph (ii) above; and

     (iv) Drawings and technical data, to the extent the Contractor or subcontractors are required to deliver them to the Government by other clauses of this contract.

     (3) Although title to property is in the Government under this clause, other applicable clauses of this contract; e.g., the termination or special tooling clauses, shall determine the handling and disposition of the property.

     (4) The Contractor may sell any scrap resulting from production under this contract without requesting the Contracting Officers approval, but the proceeds shall be credited against the costs of performance.

     (5) To acquire for its own use or dispose of property to which title is vested in the Government under this clause, the Contractor must obtain the Contracting Officers advance approval of the action and the terms. The Contractor shall

(i)      exclude the allocable costs of the property from the costs of contract performance, and
 
(ii)      repay to the Government any amount of unliquidated progress payments allocable to the property. Repayment may be by cash or
 
credit memorandum.

     (6) When the Contractor completes all of the obligations under this contract, including liquidation of all progress payments, title shall vest in the Contractor for all property (or the proceeds thereof) not --

(i)      Delivered to, and accepted by, the Government under this contract; or
 
(ii)      Incorporated in supplies delivered to, and accepted by, the Government under this contract and to which title is vested in the
 
Government under this clause.

     (7) The terms of this contract concerning liability for Government-furnished property shall not apply to property to which the Government acquired title solely under this clause.

(e) Risk of loss. Before delivery to and acceptance by the Government, the Contractor shall bear the risk of loss for property, the title to which vests in the Government under this clause, except to the extent the Government expressly assumes the risk. The Contractor shall repay the Government an amount equal to the unliquidated progress payments that are based on costs allocable to property that is damaged, lost, stolen, or destroyed.

(f) Control of costs and property. The Contractor shall maintain an accounting system and controls adequate for the proper administration of this clause.

(g) Reports and access to records. The Contractor shall promptly furnish reports, certificates, financial statements, and other pertinent information reasonably requested by the Contracting Officer for the administration of this clause. Also, the Contractor shall give the Government reasonable opportunity to examine and verify the Contractors books, records, and accounts.

(h)      Special terms regarding default. If this contract is terminated under the Default clause,
 
  (i)      the Contractor shall, on demand, repay to the Government the amount of unliquidated progress payments and
 
  (ii)      title shall vest in the Contractor, on full liquidation of progress payments, for all property for which the Government elects
 

not to require delivery under the Default clause. The Government shall be liable for no payment except as provided by the Default clause.

(i)      Reservations of rights.
 
  (1)      No payment or vesting of title under this clause shall --
 
   (i)      Excuse the Contractor from performance of obligations under this contract; or
 
   (ii)      Constitute a waiver of any of the rights or remedies of the parties under the contract.
 
  (2)      The Governments rights and remedies under this clause --
 

Reference No. of Document Being Continued    Page 24 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




(i)      Shall not be exclusive but rather shall be in addition to any other rights and remedies provided by law or this contract; and
 
(ii)      Shall not be affected by delayed, partial, or omitted exercise of any right, remedy, power, or privilege, nor shall such
 

exercise or any single exercise preclude or impair any further exercise under this clause or the exercise of any other right, power, or privilege of the Government.

(j) Financing payments to subcontractors. The financing payments to subcontractors mentioned in paragraphs (a)(1) and (a)(2) of this clause shall be all financing payments to subcontractors or divisions, if the following conditions are met:

(1)      The amounts included are limited to --
 
  (i)      The unliquidated remainder of financing payments made; plus
 
  (ii)      Any unpaid subcontractor requests for financing payments.
 
(2)      The subcontract or interdivisional order is expected to involve a minimum of approximately 6 months between the beginning of work
 

and the first delivery, or, if the subcontractor is a small business concern, 4 months.

     (3) If the financing payments are in the form or progress payments, the terms of the subcontract or interdivisional order concerning progress payments --

     (i) Are substantially similar to the terms of the clause for any subcontractor that is a large business concern, or that clause with its Alternate I for any subcontractor that is a small business concern;

(ii)      Are at least as favorable to the Government as the terms of this clause;
 
(iii)      Are not more favorable to the subcontractor or division than the terms of this clause are to the Contractor;
 
(iv)      Are in conformance with the requirements of FAR 32.504(e); and
 
(v)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if --

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

     (4) If the financing payments are in the form of performance-based payments, the terms of the subcontract or interdivisional order concerning payments--

     (i) Are substantially similar to the Performance-Based Payments clause at FAR 52.232 -32 and meet the criteria for, and definition of, performance-based payments in FAR Part 32;

(ii)      Are in conformance with the requirements of FAR 32.504(f); and
 
(iii)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if--

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

     (5) If the financing payments are in the form of commercial item financing payments, the terms of the subcontract or interdivisional order concerning payments

     (i) Are constructed in accordance with FAR 32.206(c) and included in a subcontract for a commercial item purchase that meets the definition and standards for acquisition of commercial items in FAR Part 2 and 12;

(ii)      Are in conformance with the requirements of FAR 32.504(g); and
 
(iii)      Subordinate all subcontractor rights concerning property to which the Government has title under the subcontract to the
 

Governments right to require delivery of the property to the Government if--

(A)      The Contractor defaults; or
 
(B)      The subcontractor becomes bankrupt or insolvent.
 

Reference No. of Document Being Continued    Page 25 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




     (6) If financing is in the form of progress payments, the progress payment rate in the subcontract is the customary rate used by the contracting agency, depending on whether the subcontractor is or is not a small business concern.

     (7) Concerning any proceeds received by the Government for property to which title has vested in the Government under the subcontract terms, the parties agree that the proceeds shall be applied to reducing any unliquidated financing payments by the Government to the Contractor under this contract.

     (8) If no unliquidated financing payments to the Contractor remain, but there are unliquidated financing payments that the Contractor has made to any subcontractor, the Contractor shall be subrogated to all the rights the Government obtained through the terms required by this clause to be in any subcontract, as if all such rights had been assigned and transferred to the Contractor.

     (9) To facilitate small business participation in subcontracting under this contract, the Contractor shall provide financing payments to small business concerns, in conformity with the standards for customary contract financing payments stated in Subpart 32.113. The Contractor shall not consider the need for such financing payments as a handicap or adverse factor in the award of subcontracts.

(k) Limitations on undefinitized contract actions. Notwithstanding any other progress payment provisions in this contract, progress payments may not exceed 80 percent of costs incurred on work accomplished under undefinitized contract actions. A contract action is any action resulting in a contract, as defined in Subpart 2.1, including contract modifications for additional supplies or services, but not including contract modifications that are within the scope and under the terms of the contract, such as contract modifications issued pursuant to the Changes clause, or funding and other administrative changes. This limitation shall apply to the costs incurred, as computed in accordance with paragraph (a) of this clause, and shall remain in effect until the contract action is definitized. Costs incurred which are subject to this limitation shall be segregated on Contractor progress payment requests and invoices from those costs eligible for higher progress payment rates. For purposes of progress payment liquidation, as described in paragraph (b) of this clause, progress payments for undefinitized contract actions shall be liquidated at 80 percent of the amount invoiced for work performed under the undefinitized contract action as long as the contract action remains undefinitized. The amount of unliquidated progress payments for undefinitized contract actions shall not exceed 80 percent of the maximum liability of the Government under the undefinitized contract action or such lower limit specified elsewhere in the contract. Separate limits may be specified for separate actions.

(l) Due date. The designated payment office will make progress payments on the -1- day after the designated billing office receives a proper progress payment request. In the event that the Government requires an audit or other review of a specific progress payment request to ensure compliance with the terms and conditions of the contract, the designated payment office is not compelled to make a payment by the specified due date. Progress payments are considered contract financing and are not subject to the interest penalty provisions of the Prompt Payment Act.

(m) Progress payments under indefinitedelivery contracts. The Contractor shall account for and submit progress payment requests under individual orders as if the order constituted a separate contract, unless otherwise specified in this contract.

(End of Clause)
I-91
52.215-19
NOTIFICATION OF OWNERSHIP CHANGES
OCT/1997
(a)      The Contractor shall make the following notifications in writing:
 
  (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in
 

changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days.

     (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership.

(b)      The Contractor shall --
 
  (1)      Maintain current, accurate, and complete inventory records of assets and their costs;
 
  (2)      Provide the ACO or designated representative ready access to the records upon request;
 
  (3)      Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining
 

useful lives are identified accurately before and after each of the Contractors ownership changes; and

     (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change.


Reference No. of Document Being Continued    Page 26 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




(c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k) .

(End of Clause)
I-92
52.219-28
POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION
JUN/2007
(a) Definitions. As used in this clause--

     "Long-term contract" means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217 -8, Option to Extend Services, or other appropriate authority.

     "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.

(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:

     (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.

     (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts

(i)      Within 60 to 120 days prior to the end of the fifth year of the contract; and
 
(ii)      Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter.
 

(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ .

(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.

(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update.

(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.

(g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code    assigned to contract 
number    . [Contractor to sign and date and insert authorized signer's name and title].     
 
    (End of clause)     


        Reference No. of Document Being Continued    Page 27 of 30 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD     





 
Name of Offeror or Contractor:    OPTEX SYSTEMS INC.         




 
I-93    52.222-39    NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR    DEC/2004 
        FEES         
 
(a) Definition. As used in this clause--         

United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.

(b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)).

Notice to Employees

Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment.

If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments.

For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number:

National Labor Relations Board
Division of Information
1099 14th Street, N.W.
Washington, DC 20570
1-866-667-6572
1-866-316-6572 (TTY)

To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov

(c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR Part 470, and orders of the Secretary of Labor.

(d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 470, which implements Executive Order 13201, or as are otherwise provided by law.

(e)      The requirement to post the employee notice in paragraph (b) does not apply to--
 
  (1)      Contractors and subcontractors that employ fewer than 15 persons;
 
  (2)      Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as
 

the exclusive bargaining representative of the Contractor's employees;

     (3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements;


Reference No. of Document Being Continued    Page 28 of 30 
CONTINUATION SHEET         
PIIN/SIIN W52H09-09-D-0128    MOD/AMD     



 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.         




     (4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that--

     (i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and

(ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or

(5) Work outside the United States that does not involve the recruitment or employment of workers within the United States.

(f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall--

     (1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs;

(2)      Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or
 
(3)      Reproduce and use exact duplicate copies of the Department of Labor's official poster.
 

(g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c) . For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR Part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States.

(End of Clause)
I-94    52.252-2    CLAUSES INCORPORATED BY REFERENCE    FEB/1998 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address:

http://www.arnet.gov/far/    or    http://www.acq.osd.mil/dpap/dars/index.htm    or    https://webportal.saalt.army.mil/saal- 
zp/procurement/afars.doc                 
            (End of Clause)         
 
 
I-95    52.252-6        AUTHORIZED DEVIATIONS IN CLAUSES        APR/1984 

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause.

(b) The use in this solicitation or contract of any DoD FAR SUPPLEMENT (48 CFR 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation.


        Reference No. of Document Being Continued    Page 29 of 30 
    CONTINUATION SHEET         
        PIIN/SIIN W52H09-09-D-0128    MOD/AMD     





 
Name of Offeror or Contractor:    OPTEX SYSTEMS INC.         




 
I-96    252.211-7005    SUBSTITUTIONS FOR MILITARY OR FEDERAL SPECIFICATIONS AND STANDARDS    NOV/2005 

(a) Definition. SPI process, as used in this clause, means a management or manufacturing process that has been accepted previously by the Department of Defense under the Single Process Initiative (SPI) for use in lieu of a specific military or Federal specification or standard at specific facilities. Under SPI, these processes are reviewed and accepted by a Management Council, which includes representatives of the Contractor, the Defense Contract Management Agency, the Defense Contract Audit Agency, and the military departments.

(b) Offerors are encouraged to propose SPI processes in lieu of military or Federal specifications and standards cited in the solicitation. A listing of SPI processes accepted at specific facilities is available via the Internet at http://guidebook.dcma.mil/20/guidebook_process.htm (paragraph 4.2) .

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

(1)      Identify the specific military or Federal specification or standard for which the SPI process has been accepted;
 
(2)      Identify each facility at which the offeror proposes to use the specific SPI process in lieu of military or Federal
 
specifications or standards cited in the solicitation;
(3)      Identify the contract line items, subline items, components, or elements affected by the SPI process; and
 
(4)      If the proposed SPI process has been accepted at the facility at which it is proposed for use, but is not yet listed at the
 

Internet site specified in paragraph (b) of this clause, submit documentation of Department of Defense acceptance of the SPI process.

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

(Offeror insert information for each SPI process)
SPI Process:
Facility:
Military or Federal Specification or Standard:

Affected Contract Line Item Number, Subline Item Number, Component, or Element:

(e) If a prospective offeror wishes to obtain, prior to the time specified for receipt of offers, verification that an SPI process is an acceptable replacement for military or Federal specifications or standards required by the solicitation, the prospective offeror

     (1) May submit the information required by paragraph (d) of this clause to the Contracting Officer prior to submission of an offer; but

     (2) Must submit the information to the Contracting Officer at least 10 working days prior to the date specified for receipt of offers.

(End of clause)


    Reference No. of Document Being Continued        Page 30 of 30 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-09-D-0128    MOD/AMD         





 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             




SECTION J - LIST OF ATTACHMENTS             
 
 
List of            Number     
A_d_d_e_n_d_a    T_i_t_l_e    D_a_t_e_    o_f P_a_g_e_s_    T_r_a_n_s_m_i_t_t_e_d B_y__ 

Exhibit A    CDRL    03-JAN-2008    003    DATA 
Attachment 002    PRICE EVALUATION SHEET        001    DATA 
Attachment 0001    DOCUMENT SUMMARY LIST        002    DATA 

     The following documents are hereby attached by reference and may form a part of this acquisition. These documents, available in electronic format on the internet at https://aais.ria.army.mil/aais/SOLINFO/index.htm are Standard Solicitation Attachments. Vendors should ensure that they have the correct attachments in their possession prior to submitting a bid/proposal/quote.

                Number 
T_i_t_l_e_        D_a_t_e_    o__ P_a_g_e 
Address Code Distribution        2006    1    Pg 
Address List        2006    1    Pg 
AMCCOM Form 71-R        01    OCT 88    2    Pgs 
Data Delivery Description    Engineering Change Proposal    JUL    2001    9 Pgs 
Data Delivery Description    Notice of Revision    JUL    2001    2 Pgs 
Data Delivery Description    Request for Deviation    JUL    2001    4 Pgs 
Disclosure of Lobbying Activities (SF-LLL)    JUL    1997    3    Pgs 
Guidance on Documentation of Contract Data            2    Pgs 
Requirements List (CDRL)                     
Instructions for Completing DD Form 1423    JUN    1990    1    Pg 
IOC Form 715-3        FEB    1996    2    Pgs 
Offeror Representations and CertificationsCommercial Items    SEP    2004    8 Pgs 
Statement and Acknowledgement    MAY    2003    1    Pg 
Wage Rate Notification        MAY    2003    2    Pgs 


                                                    PAGE 1 OF 5 
 
                    ORDER FOR SUPPLIES OR SERVICES                 










 
1. CONTRACT PURCH ORDER/AGREEMENT NO.    2. DELIVERY ORDER/CALL NO. 3. DATE OF ORDER/CALL 4. REQUISITION/PURCH REQUEST NO.    5. PRIORITY 
                            (YYYYMMMDD)                 
    W52H09-09-D-0128        0001        2009MAR24    SEE SCHEDULE        DOA5 









6. ISSUED BY            CODE    W52H09    7. ADMINISTERED BY (If other than 6)        CODE S4402A    8. DELIVERY FOB 


    TACOM-ROCK ISLAND                                     
    AMSTA-LC-GLK-A                DCMA, TEXAS                     
    KEVIN GILMORE (309)782-3558            600 NORTH PEARL STREET            X DESTINATION 
    ROCK ISLAND IL    61299-7630            SUITE 1630                     
                            DALLAS TX 75201-2843            OTHER 
    WEAPON SYSTEM: IFV XM2 /CFV XM3                                (See Schedule if 
    EMAIL: KEVIN.GILMORE@US.ARMY.MIL        SCD: B    PAS: NONE        ADP PT: HQ0339    other) 








9. CONTRACTOR            CODE    0BK64    FACILITY        10. DELIVER TO FOB POINT BY (Date)        11. X IF BUSINESS IS 


                                    (YYYYMMMDD)         
        o                        o                    X SMALL 
        OPTEX SYSTEMS INC.                                     
        1420 PRESIDENTIAL DR                    SEE SCHEDULE        SMALL 


NAME    RICHARDSON, TX 75081-2439                12. DISCOUNT TERMS        DISADVANTAGED 
AND                                                     
ADDRESS                                            WOMAN-OWNED 





 
 
        o                        o    13. MAIL INVOICES TO THE ADDRESS IN BLOCK     
        TYPE BUSINESS: Other Small Business Performing in U.S.    See Block 15         






14. SHIP TO            CODE        15. PAYMENT WILL BE MADE BY        CODE HQ0339    MARK ALL 


    SEE SCHEDULE                DFAS-COLUMBUS CENTER                PACKAGES AND 
                            DFAS CO-WEST ENTITLEMENT OPERATIONS        PAPERS WITH 
                            P.O. BOX 182381                IDENTIFICATION 
                            COLUMBUS, OH    43218-2381            NUMBERS IN 
                            PHONE:    1-800-756-4571            BLOCKS 1 AND 2 












16.        DELIVERY/                                         
        CALL        THIS DELIVERY ORDER IS ISSUED ON ANOTHER GOVERNMENT AGENCY OR IN ACCORDANCE WITH AND SUBJECT TO TERMS AND CONDITIONS OF ABOVE NUMBERED CONTRACT. 
            X                                         
TYPE                                                 












OF                        Payment will be made by Electronic Funds Transfer     
ORDER            Reference your    Oral    Written Quotation        , Dated    .         
        PURCHASE            furnish the following on terms specified herein.                 







                ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED P URCHASE ORDER AS IT MAY PREVIOUSLY HAVE 
                BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. 





 
 
        NAME OF CONTRACTOR        SIGNATURE        TYPED NAME AND TITLE    DATE SIGNED 
                                                (YYYYMMMDD) 
 
    If this box is marked, supplier must sign Acceptance and return the following number of copies:                     







17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE                                 
 
 
 
    SEE SCHEDULE                                         












18. ITEM NO. 19. SCHEDULE OF SUPPLIES/SERVICE            20. QUANTITY    21.    22. UNIT PRICE    23. AMOUNT     
                                ORDERED/    UNIT         
                                ACCEPTED*                 













 
        SEE SCHEDULE                                     
        CONTRACT TYPE:                                     
            Firm-Fixed-Price                                     
 
        KIND OF CONTRACT:                                     
            Supply Contracts and Priced Orders                             











 
* If quantity accepted by the Government is    24. UNITED STATES OF AMERICA                    25. TOTAL    $118,250.00 


same as quantity ordered, indicate by X.        BRIAN W.    SCHMIDT    /SIGNED/        2009MAR24    26.     

                        BRIAN.W.SCHMIDT@US.ARMY.MIL (309)782-0988             
If different, enter actual quantity accepted below                                DIFFERENCES 
quantity ordered and encircle.        BY:                CONTRACTING/ORDERING OFFICER         









27a. QUANTITY IN COLUMN 20 HAS BEEN                                     
 
    INSPECTED    RECEIVED    ACCEPTED, AND CONFORMS TO CONTRACT EXCEPT AS NOTED             







b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE        c. DATE        d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT 
                                (YYYYMMMDD)    REPRESENTATIVE         












 
 
e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE    28. SHIP. NO.    29. D.O. VOUCHER NO.    30. INITIALS     




 
                                        32. PAID BY    33. AMOUNT VERIFIED CORRECT FOR 
                                PARTIAL                 








f. TELEPHONE NUMBER    g. E-MAIL ADDRESS                                 
                                FINAL                 




                                31. PAYMENT            34. CHECK NUMBER 








 
36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT.                         
                                COMPLETE                 










a. DATE            b. SIGNATURE AND TITLE OF CERTIFYING OFFICER                    35. BILL OF LADING NO. 
                                PARTIAL                 
(YYYYMMMDD)                                             
                                FINAL                 













 
37. RECEIVED AT        38. RECEIVED BY (Print)    39. DATE RECEIVED    40. TOTAL CON-    41. S/R ACCOUNT NUMBER    42. S/R VOUCHER NO. 
                        (YYYYMMMDD)    TAINERS                     

DD FORM 1155, DEC 2001
PREVIOUS EDITION IS OBSOLETE.

Reference No. of Document Being Continued    Page    2 of 5 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128/0001    MOD/AMD         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             





SUPPLEMENTAL INFORMATION

1. THIS DELIVERY ORDER IS ISSUED TO OPTEX SYSTEM INC THIS WILL SATISFY THE MINIMUM GUARANTEED QUANTITY UNDER CONTRACT W52H09-09-D-0128 FOR THE FOLLOWING BELOW ITEM:

CLIN    NOUN    NSN    P/N    QYT 
0002AA    PERICSOPE, ARMORED    1240-01-319-8995    12357792    250 

2. DELIVERY IS FOB DESTINATION. DELIVERY SCHEDULE IS SET FORTH IN SECTION B. EARLY DELIVERIES ARE AUTHORIZED AT NO ADDITIONAL COST TO THE GOVERNMENT.

3.      THERE IS NO FIRST ARTICLE TEST REQUIREMENT FOR THIS AWARD.
 
4.      THE UNIT PRICE IS $473.00
 
5.      TOTAL AMOUNT FOR THIS AWARD IS $118,250.00
 
*** END OF NARRATIVE A0001 ***

                    Reference No. of Document Being Continued    Page    3 of 5 
CONTINUATION SHEET                         
                PIIN/SIIN W52H09-09-D-0128/0001 MOD/AMD         







Name of Offeror or Contractor: OPTEX SYSTEMS INC.                     






ITEM NO        SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 






 
    SUPPLIES OR SERVICES AND PRICES/COSTS                 
 
 
 
0002    NSN: 1240-01-319-8995                         
    FSCM: 19200                             
    PART NR: 12357792                         
    SECURITY CLASS: Unclassified                         
 
 
 
0002AA    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        250    EA    $    4_7_3_._0_0_0_0_0 $    1_1_8_,_2_5_0_._0_0_ 
 
 
    NOUN: PERISCOPE,ARMORED V                         
    PRON: M191A478M1 PRON AMD: 01    ACRN: AA                 
    AMS CD: 070011MMTUR                         
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                         
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                         
    INSPECTION: Origin ACCEPTANCE: Origin                 
 
 
    D_e_l_i_v_e_r_i_e__ o_r P_e_r_f_o_r_m_a_n_c_e DOC        SUPPL                 
    R_E___C_D_    M_I_L_S_T_R_I_P_ A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D                 
    001 W52H099026H951 W25G1U    J    1                 
    D_E___R_E_L_ C_D    Q_U_A_N_T_I_T_Y    _D_E_L__D_A_T_E_                 
    001        100        14-AUG-2009                 
 
    002        75        14-SEP-2009                 
 
 
    FOB POINT: Destination                         
 
    SHIP TO:                                 
    (W25G1U)    SU TRANSPORTATION OFFICER                 
        DDSP NEW CUMBERLAND FACILITY                 
        2001 NORMANDY DRIVE DOOR 113 TO 134                 
        NEW CUMBERLAND,PA,17070-5002                 
 
        C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R                 
            W52H09-09-D-0128/0001                 
 
    DOC        SUPPL R_E___C_D_    M_I_L_S_T_R_I_P_                 
        A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D                 
    002 W52H099026H952 W62G2T    J    1                 
    D_E___R_E_L_ C_D    Q_U_A_N_T_I_T_Y    _D_E_L__D_A_T_E_                 
    001        75        06-OCT-2009                 
 
 
    FOB POINT: Destination                         
 
    SHIP TO:                                 
    (W62G2T)    XR W1BG DEF DIST DEPOT SAN JOAQUN                 
        TRANSPORTATION OFFICER                     
        PO BOX 960001                         
        TRACY    CA 95304-5000                 
 
        C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R                 


        Reference No. of Document Being Continued    Page    4 of 5 
CONTINUATION SHEET             
    PIIN/SIIN W52H09-09-D-0128/0001 MOD/AMD         




Name of Offeror or Contractor: OPTEX SYSTEMS INC.             




ITEM NO    SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 





    W52H09-09-D-0128/0001         


            Reference No. of Document Being Continued            Page 5 of 5 
    CONTINUATION SHEET                         
            PIIN/SIIN W52H09-09-D-0128/0001    MOD/AMD         







 
Name of Offeror or Contractor:    OPTEX SYSTEMS INC.                         








CONTRACT ADMINISTRATION DATA                             
 
    PRON/                    JOB             
LINE    AMS CD/    OBLG                ORDER    ACCOUNTING    OBLIGATED 
IT_E___    MI_P__    A R_N ST_ _ A C_O_U_N_T_I_N C_L_A_S_S_I_F_I_C_A_T_I_O_N            N_U_M_B_E_R_    S_T_A_T_I_O_N        A_M_O_U_N_T 



0002AA    M191A478M1    AA 2    97 X4930AC6G 6D    26FB    S11116        W52H09    $    118,250.00 
    070011MMTUR                                 

 
                            TOTAL    $    118,250.00 
 
 
SERVICE                        ACCOUNTING        OBLIGATED 
NA_M__    _T_O_T_A_L BY_Y A_C_R_N    AC_C_O_U_N_T_I_N__ C_L_A_S_S_I_F_I_C_A_T_I_O_N            ST_A_ I_O__            A_M_O_U_N_T 


Army        AA    97 X4930AC6G 6D    26FB    S11116    W52H09        $    1_1_8_,_2_5_0_._0_0 
 
                            TOTAL    $    118,250.00 
 
 
AC_R_N_    ED___A_C_C_O_U_N_T_I_N_G__C_L_A_S_S_I_F_I_C_A_T_I_O_N                         
AA    97 0X0X4930AC6G S11116 96D0000070011MMTUR26FB            S11116             


AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT    1. Contract ID Code    Page 1 Of 3 
                        Firm-Fixed-Price         








2. Amendment/Modification No.    3. Effective Date    4. Requisition/Purchase Req No.    5. Project No. (If applicable) 
01                2009APR01    SEE SCHEDULE                 









6. Issued By                Code W52H09    7. Administered By (If other than Item 6)        Code    S4402A 


TACOM-ROCK ISLAND                    DCMA, TEXAS                 
AMSTA-LC-GLK-A                    600 NORTH PEARL STREET             
KEVIN GILMORE (309)782-3558                SUITE 1630                 
ROCK ISLAND IL 61299-7630                DALLAS TX 75201-2843             
 
WEAPON SYSTEM: IFV XM2 /CFV XM3                                 
EMAIL: KEVIN.GILMORE@US.ARMY.MIL            SCD B    PAS NONE    ADP PT HQ0339     







8. Name And Address Of Contractor (No., Street, City, County, State and Zip Code)    9A. Amendment Of Solicitation No.     
OPTEX SYSTEMS INC.                                     




1420 PRESIDENTIAL    DR                    9B. Dated (See Item 11)         
RICHARDSON, TX 75081-2439                                 





 
                    X    10A. Modification Of Contract/Order No.     

                        W52H09-09-D-0128/0001     


TYPE BUSINESS: Other Small Business Performing in U.S.        10B. Dated (See Item 13)         


Code 0BK64    Facility Code                    2009MAR24             









11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers         
is extended,    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 ame ndment on each copy of the 
offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR 
ACKNOWLEDGMENT TO BE 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) Payment will be made by Electronic Funds Transfer             
NO CHANGE TO OBLIGATION DATA                                 








 
13. THIS ITEM ONLY APPLIES TO MODIFICATIONS OF CONTRACTS/ORDERS
KIND MOD CODE: G            It Modifies The Contract/Order No. As Described In Item 14.             






A. This Change Order is Issued Pursuant To:            The Changes Set Forth In Item 14 Are Made In 
The Contract/Order No. In Item 10A.                             








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).                 





X C. This Supplemental Agreement Is Entered Into Pursuant To Authority Of:                 





 
D. Other (Specify type of modification and authority)                     






 
E. IMPORTANT: Contractor X is not,        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 10A, 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)     
                    BRIAN W. SCHMIDT                 
                    BRIAN.W.SCHMIDT@US.ARMY.MIL (309)782-0988     






15B. Contractor/Offeror                15C. Date Signed    16B. United States Of America        16C. Date Signed 
 
                    By    /SIGNED/        2009APR01 




(Signature of person authorized to sign)            (Signature of Contracting Officer)         






NSN 7540-01-152-8070                    30-105-02        STANDARD FORM 30 (REV. 10-83) 
PREVIOUS EDITIONS UNUSABLE                        Prescribed by GSA FAR (48 CFR) 53.243 


Reference No. of Document Being Continued    Page    2 of 3 
CONTINUATION SHEET             
PIIN/SIIN W52H09-09-D-0128/0001    MOD/AMD 01         




 
Name of Offeror or Contractor: OPTEX SYSTEMS INC.             




 
SECTION A - SUPPLEMENTAL INFORMATION             

1. ADMINISTRATIVE MODIFICATION,    01, IS TO CHANGE THE SHIPPING DATE AND QUANTITY FOR CLIN 0002AA.    THE CORRECTION IS AS FOLLOWS AND IS 
FOUND IN SCHEDULE B:                     
 
SHIP TO ADDRESS    CURRENT DATE    CURRENT QUANTITY    CORRECT DATE    CORRECT QUANTITY     
 
W25G1U    14-AUG-2009    100    21-AUG-2009    175     
W62G2T    06-OCT-2009    75    21-SEP-2009         

TOTAL CONTRACT QUANTITY ON CLIN 0002AA OF 250 EACH REMAINS.
2.      ALL OTHER TERMS AND CONDITIONS OF CONTRACT W52H09-09-D-0128 REMAIN THE SAME.
 
3.      POC FOR THIS ACTION IS KEVIN GILMORE@US.ARMY.MIL
 
*** END OF NARRATIVE A0002 ***

                    Reference No. of Document Being Continued    Page    3 of 3 
CONTINUATION SHEET                         
                PIIN/SIIN W52H09-09-D-0128/0001 MOD/AMD 01     






Name of Offeror or Contractor: OPTEX SYSTEMS INC.                     






ITEM NO        SUPPLIES/SERVICES    QUANTITY UNIT    UNIT PRICE    AMOUNT 






 
    SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS                 
 
 
 
0002    NSN: 1240-01-319-8995                         
    FSCM: 19200                             
    PART NR: 12357792                         
    SECURITY CLASS: Unclassified                         
 
 
 
0002AA    P_R_O_D_U_C_T_I_O__ Q_U_A_N_T_I_T_Y        250    EA    $    4_7_3_._0_0_0_0_0 $    1_1_8_,_2_5_0_._0_0_ 
 
 
    NOUN: PERISCOPE,ARMORED V                         
    PRON: M191A478M1 PRON AMD: 01    ACRN: AA                 
    AMS CD: 070011MMTUR                         
 
 
    P_a_c_k_a_g_i_n__ a_n_d M_a_r_k_i_n_g                         
 
 
    I_n_s_p_e_c_t_i_o__ a_n_d A_c_c_e_p_t_a_n_c_e                         
    INSPECTION: Origin ACCEPTANCE: Origin                 
 
 
    D_e_l_i_v_e_r_i_e__ o_r P_e_r_f_o_r_m_a_n_c_e DOC        SUPPL                 
    R_E___C_D_    M_I_L_S_T_R_I_P_ A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D                 
    001 W52H099026H951 W25G1U    J    1                 
    D_E___R_E_L_ C_D    Q_U_A_N_T_I_T_Y    _D_E_L__D_A_T_E_                 
    001        175        21-AUG-2009                 
 
    002        DELETED                         
 
    FOB POINT: Destination                         
 
    SHIP TO:                                 
    (W25G1U)    SU TRANSPORTATION OFFICER                 
        DDSP NEW CUMBERLAND FACILITY                 
        2001 NORMANDY DRIVE DOOR 113 134                 
        NEW CUMBERLAND PA 17070-5002                 
 
        C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R                 
            W52H09-09-D-0128/0001                 
 
    DOC        SUPPL R_E___C_D_    M_I_L_S_T_R_I_P_                 
        A_D_D__ S_I__ C_D M_A_R__ F_O_R T__ C_D                 
    002 W52H099026H952 W62G2T    J    1                 
    D_E___R_E_L_ C_D    Q_U_A_N_T_I_T_Y    _D_E_L__D_A_T_E_                 
    001        75        21-SEP-2009                 
 
 
    FOB POINT: Destination                         
 
    SHIP TO:                                 
    (W62G2T)    XR W1BG DEF DIST DEPOT SAN JOAQUN                 
        25600 S CHRISMAN ROAD                     
        REC WHSE 16B PH 209 839 4307                 
        TRACY    CA 95304-5000                 
 
        C_O_N_T_R_A_C_T_/_D_E_L_I_V_E_R__ O_R_D_E_R N_U_M_B_E_R                 
            W52H09-09-D-0128/0001