DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
1
PART I - Instructions to Suppliers for the Submission of Quotations and Automated Evaluation
1. General Information/Instruction:
(a) This solicitation, called the DLA Master Solicitation for Automated Simplified Acquisitions, is used with the
request for quotations (RFQ), and the awards of purchase orders and basic contracts for automated EProcurement
acquisitions valued up to the simplified acquisition threshold (SAT). The information/instruction found in this document
expands upon information/instruction found within individual solicitations that reference this document. The DLA
Master Solicitation for Automated Simplified Acquisitions is referenced in all automated RFQs that are located on the
DLA Internet Bid Board System (DIBBS). Each RFQ contains a web link to this master solicitation. Suppliers are
required to read PARTs I, II, and III of this master solicitation to understand the automated solicitation, evaluation and
award process for the automated simplified acquisitions. Suppliers shall comply with the master solicitation in effect at
time of award. The master solicitation will be updated to reflect changes in law, regulation and acquisition policies and
procedures. Updates to this master solicitation will be identified by a date and revision number. Changes from the
preceding revision will be indicated by yellow highlighting. Deletions are shown using strikethrough. Additions are
shown using bold font style and brackets. Prior versions of the DLA Master Solicitation for Automated Simplified
Acquisitions will be archived and available.
(b) The master solicitation contains multiple parts. Part I instructs suppliers in the submission of quotations, use of the
DIBBS and one-time buy automated award evaluation. Part II contains the Automated Indefinite Delivery Contract
(AIDC) award evaluation information and specific clauses and procurement note. Part III Subpart A contains the
mandatory provisions and clauses, Subpart B contains conditional provisions and clauses, and Subpart C contains
procurement notes that apply to automated solicitations, purchase orders and basic contracts. Provisions, clauses, and
procurement notes are incorporated by reference. They have the same force and effect as the full text. The full text of
provisions, clauses, and procurement notes can be found via the applicable links provided in Part III.
Note: On or about October 5, 2017, mandatory provisions and clauses located in Part III Subpart A will appear in
automated solicitations and awards. Refer to Part III Subpart B for the conditional provisions and clauses, and Part III
Subpart C for the procurement notes. In the event of a conflict between mandatory provisions and clauses explicitly cited
in automated solicitations and awards and those located in the Master Solicitation Part III Subpart A, the mandatory
provisions and clauses in the automated solicitation or award will take precedence.
2. DLA Internet Bid Board System (DIBBS) Instructions for Automated Solicitations.
(a) AUTOMATED SOLICITATION NUMBERING: Automated solicitations are identified by “SPE” in the first three
positions of the solicitation number and “T” or “U” in the ninth position of the solicitation number.
(b) SUBMITTING QUOTATIONS: Automated quotations must be submitted electronically on DIBBS at
https://www.dibbs.bsm.dla.mil/
for all automated RFQs posted on DIBBS. Quotations received by other electronic means,
even though within the FAR definition of “electronic commerce” or “electronic and information technology”, such as
facsimile (fax) or electronic mail (email) will not be considered for award. Quotations transmitted in hard copy by U.S.
Mail or other means will not be considered for award. Quotations received after the return date/time may only be
considered in accordance with the late quotation provision in paragraph (d) below.
THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS THAT:
(1) IT WILL NOT PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES TO THE
GOVERNMENT IN THE PERFORMANCE OF ANY CONTRACT, SUBCONTRACT OR OTHER
CONTRACTUAL INSTRUMENT RESULTING FROM THIS SOLICITATION, IN ACCORDANCE WITH FAR
52.204-24(d)(1);
(2) IT HAS CONDUCTED A REASONABLE INQUIRY AS DEFINED AT FAR 52.204-25(a), AND IT DOES NOT
USE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES, OR USE ANY EQUIPMENT,
SYSTEM, OR SERVICE THAT USES COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES IN
ACCORDANCE WITH FAR 52.204(d)(2);
(3) IT DOES NOT PROVIDE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES AS A PART
OF ITS OFFERED PRODUCTS OR SERVICES TO THE GOVERNMENT IN THE PERFORMANCE OF ANY
CONTRACT, SUBCONTRACT, OR OTHER CONTRACTUAL INSTRUMENT IN ACCORDANCE WITH FAR
52.204-26(c)(1);
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
2
(4) IT HAS CONDUCTED A REASONABLE INQUIRY AS DEFINED AT FAR 52.204-25(a), AND IT DOES NOT
USE COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES, OR ANY EQUIPMENT, SYSTEM,
OR SERVICE THAT USES COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES IN
ACCORDANCE WITH FAR 52.204-26(c)(2); AND
(5) IT DOES NOT PROVIDE COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR
SERVICES AS A PART OF ITS OFFERED PRODUCTS OR SERVICES TO THE GOVERNMENT IN THE
PERFORMANCE OF ANY CONTRACT, SUBCONTRACT, OR OTHER CONTRACTUAL INSTRUMENT IN
ACCORDANCE WITH DFARS 252.204-7016(c).
EFFECTIVE NOVEMBER 30, 2020, THE OFFEROR, BY SUBMISSION OF ITS QUOTATION, REPRESENTS THE
FOLLOWING : IF DFARS CLAUSE 252.2047012, SAFEGUARDING COVERED DEFENSE INFORMATION AND
CYBER INCIDENT REPORTING, APPLIES
(1) IN ACCORDANCE WITH DFARS PROVISION 252.204-7019, IT HAS IMPLEMENTED THE NIST SP
800171 SECURITY REQUIREMENTS FOR ITS INFORMATION SYSTEMS; AND
(2) ITS SUMMARY LEVEL SCORES ARE POSTED IN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS)
(HTTPS://WWW.SPRS.CSD.DISA.MIL/) IN ACCORDANCE WITH PARAGRAPH (d) OF DFARS CLAUSE 252.204-
7020, NIST SP 800-171 DoD ASSESSMENT REQUIREMENTS.
THE REQUIREMENTS IN DFARS 252.204-7012, 252.204-7019 AND 252.204-7020 APPLY WHEN ACCESS TO
CONTROLLED UNCLASSIFIED INFORMATION (CUI) IS REQUIRED FOR THE PERFORMANCE OF A
CONTRACT. THE PRESENCE OF CUI IN DLA PROCUREMENTS IS INDICATED BY THE INCLUSION OF
STANDARD TEXT OBJECT (STO) IN THE PURCHASE ORDER TEXT (POT), THE PROCUREMENT ITEM
DESCRIPTION (PID), THE TECHNICAL DATA PACKAGE, OR OTHER REQUIREMENTS
DOCUMENTATION. THE INCLUSION OF THE FOLLOWING STOS PROVIDES NOTICE THAT THE
SOLICITATION WILL RESULT IN A CONTRACT, TASK ORDER, OR DELIVERY ORDER THAT
INVOLVES CUI. IF STO RD002 - COVERED DEFENSE INFORMATION APPLIES, OR RD003 - COVERED
DEFENSE INFORMATION POTENTIALLY APPLIES, OR RQ032 - EXPORT CONTROL OF TECHNICAL
DATA IS INCLUDED, THE REQUIREMENTS IN DFARS 252.204-7012, 252.204-7019 AND 252.204-7020 MUST
BE MET. FAILURE TO COMPLY MAY RESULT IN CANCELLATION OF AUTOMATED PURCHASE
ORDERS.
RETURN DATE AND TIME: The time for receipt of quotations is 3:00 P.M. Eastern Standard Time, or when applicable,
Eastern Daylight Savings Time on the return date. If a return date falls on a Saturday, Sunday or federal holiday, the return
date will be extended to the next business day. Quotations submitted using EDI/DIBBS are subject to electronic interface
latency which can result in transmission delays. Suppliers must consider transmission delays in the EDI/DIBBS system
when submitting quotations and assume the risk of late transmission/submission. As an alternative, the direct entry of
quotation information into the DIBBS website is a method that precludes transmission delays, and will ensure the quotation
is evaluated. Except as provided herein, awards will not be made prior to the solicitation return date/time. Fast Auto
Evaluation solicitations are solicitations estimated to be less than the micro-purchase threshold. They may be awarded prior
to the solicitation return date/time. Solicitations for items with documented urgency may be awarded prior to solicitation
return date/time. Solicitations may also result in award prior to the solicitation return date when the response date is 30
days or greater and a responsive quotation is received prior to the 30 days but at least 11 days after issuance. Therefore,
suppliers are advised to submit quotations as quickly as possible.
Auto Evaluation may extend the solicitation return date for three business days for price negotiations for “qualified” (see
paragraph 3(a) below) quotations in the competitive range. Notice of the extension will be provided by email to suppliers
in the competitive range (bids without exception) inviting them to revise their quotation. DIBBS sends an email
notification to the email address registered for the person who submitted the quotation. If a third party submitted the
quotation, DIBBS sends the notification to the email addresses of the third party and the super user CAGE. Suppliers are
responsible for the accuracy of the email addresses in DIBBS. Suppliers who have submitted their best quotation do not
need to resubmit.
(c) HOW INTERRUPTIONS AFFECT RETURN TIME AND DATE: If an emergency or unanticipated event
interrupts DIBBS processing preventing quotation submission through DIBBS at the close of a solicitation, the return
date/time will be extended to the same time of day on the next business day that DIBBS processing resumes. Notice of
the extension will be provided on the DIBBS home page. A supplier’s inability to submit a quotation caused by failure of
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
3
a supplier’s hardware, software, Internet Service Provider, or the World Wide Web itself, is not cause for extension of a
solicitation.
(d) LATE QUOTATIONS: Quotations received after the return date/time for automated solicitations may be considered
until the evaluation process begins. Once the evaluation process begins, late quotations will only be considered if the
procurement is manually reviewed, and the contracting officer determines that considering the late quotation is in the best
interest of the Government and would not unduly delay the award. Quotations received after the evaluation process has
begun will not be considered if the procurement is processed entirely through the DLA Automated Evaluation program
without manual evaluation or buyer assist. The procurement will not be manually reviewed solely because a quote is
received after the return date/time.
(e) QUOTATION REVISIONS: Suppliers may revise quotations on DIBBS up until the time the solicitation is
awarded. Quotation revisions overlay previously submitted quotations on the same solicitation.
(f) QUOTATION WITHDRAWAL: Suppliers may withdraw quotations on DIBBS up until the time the solicitation is
awarded by selecting a bid type of “no bid.” A “no bid” quotation overlays a previously submitted quotation on the same
solicitation.
(g) SET-ASIDE SOLICITATIONS: Solicitations with an estimated dollar value between the micro-purchase threshold
and the SAT are set-aside for small business when cited in the solicitation. When a solicitation is set-aside, only small
business quotations that comply with the nonmanufacturer rule will be considered. See FAR 19.505, Limitations on
Subcontracting and Nonmanufacturer Rule.
(h) FAST AUTO EVALUATION SOLICITATIONS: A Fast Auto Evaluation icon on the DIBBS “search results”
screen identifies Fast Auto Evaluation solicitations. These solicitations are estimated to be at or less than the micro-
purchase threshold and are not set-aside. They may be awarded prior to the solicitation return date/time. A quotation
valued less than the micro-purchase threshold that is submitted in response to a solicitation that has an estimated value
equal to or greater than the micro-purchase threshold and was not originally marked , may result in an early award as a
result of being evaluated as a Fast Auto Evaluation quotation. Fast Auto Evaluation commences at 3:00 P.M., 3 business
days after the issue date, and continues every day thereafter at 3:00 P.M. until the return date. The automated evaluation
program for an early award evaluates all quotations not exceeding the micro-purchase threshold.
(i) SOLICITATIONS WITH FIRST ARTICLE TESTING (FAT) OR PRODUCTION LOT TESTING (PLT)
REQUIREMENTS: The FAT and PLT appear as separate line items in the solicitation. The number of units shown in the
solicitation for the FAT or PLT line item is “1 EA”. The actual number of units required for the FAT line item will be
identified in clause FAR 52.209-3 or 52.209-4. The actual number of units required for the PLT line items will be
identified in the specification for PLT requirements in Section A of the solicitation. The required delivery schedule for
FAT line items will be identified in FAR 52.209-3 or 52.209-4. The required delivery schedule for PLT line items will be
identified in Section A of the solicitation.
(j) QUANTITY REQUIREMENTS: Quotation must be submitted on the total quantity of each item when a definite
quantity is required.
(k) DELIVERY REQUIREMENTS: The Government required delivery will be stated in days after date of order
(ADO). If the supplier is not able to meet the delivery requirement, the supplier must submit their delivery timeframe on
the DIBBS quote page in number of days ADO. This includes time to deliver production quantity, required testing, and
government inspection and acceptance. If a FAT is required, the supplier must also comply with the FAT delivery
requirement and if unable to comply, must submit their delivery timeframe on the DIBBS quote page in number of days
ADO. This includes time to deliver the completed test report (if contractor FAT).
(l) DOD CLASS DEVIATION 2023-O0001: A small business joint venture offeror must submit, with its offer, the
representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and
Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1,
Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:
(A) Small business;
(B) Service-disabled veteran-owned small business
(C) Women-owned small business (WOSB) under the WOSB Program;
(D) Economically disadvantaged women-owned small business under the WOSB Program; or
(E) Historically underutilized business zone small business.
Questions regarding the DIBBS should be e-mailed to: [email protected] or refer to the frequently asked questions on
DIBBS at https://www.dibbs.bsm.dla.mil/Refs/help/FrequentlyAskedQuestions/Default.aspx. For immediate assistance,
please call 1-877-352-2255.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
4
3. Automated Award Evaluation Information
(a) AUTOMATED EVALUATION: Acquisitions (excluding automated solicitations with first article test requirements
(see paragraph (c) below) may be candidates for automated award under DLA Automated Evaluation program. The
program uses price reasonableness logic and other automated filters to make fully automated and buyer assisted automated
awards valued at the SAT or less. The Automated Evaluation program begins the evaluation process at the time and date
set for receipt of quotations and only considers “qualified quotations” for award. Qualified quotations are in exact
compliance with the solicitation requirements (bid type equal to “bid without exception”) and are submitted on the
DIBBS.
(1) The following are not considered exceptions to the solicitation requirements and will not make a quotation ineligible
for an award:
(i) Quoting delivery days different than the required delivery days.
(ii) Quoting a superseding or previously approved part or correction to a CAGE/part number cited in the
procurement identification description (PID) for an item described by manufacturer’s CAGE and part number.
(iii) Quoting a used, reconditioned, remanufactured item, or unused former Government surplus property.
(iv) Quoting other than a domestic end product on an unrestricted solicitation.
(v) Quoting a hazardous item.
(vi) Quoting “Other” when the solicitation states a Higher-Level Quality requirement.
(2) The following are considered exceptions to the solicitation requirements and will make a quotation ineligible for an
automated award:
(i) Quoting an alternate product or otherwise taking exception to the solicitation’s item description.
(ii) Exceptions to packaging requirements.
(iii) Exceptions to FOB terms.
(iv) Exceptions to inspection requirements.
(v) Exceptions to required quantity.
(vi) Quoting a quantity variance greater than specified on the solicitation.
(vii) Quoting “None” when a Higher-Level Contract Quality Requirement is required.
(viii) Quoting the use of Child Labor.
(ix) Quoting Remarks.
(3) The following are qualifications (when cited in the solicitation) that are required to be eligible for an automated
award:
(i) Export Control (as cited in the item description) requires the applicable certifications to be current for both the
quoter and manufacturer. The offeror and any source(s) of supply it will use for contract performance must have an
active United States/Canada Joint Certification Program (JCP) certification and DLA controlling authority approval to
access export-controlled data. DLA does not intend to delay award in order for an ineligible offer or its source(s) supply
to apply for and receive DLA controlling authority approval to access the export-controlled data.
(ii) The quoted manufacturer must be on the specific Qualified Product List or Qualified Manufacturers List.
(iii) The quoter must be on the specific Qualified Suppliers List of Distributors or on the Qualified Suppliers List.
(iv) When Trade Agreements is cited (DFARS 252.225-7020) when offering the product of a Non-Designated
Country when other quotes received are not offering the product of a Non-Designated country.
(b) AUTOMATED EVALUATION FACTORS: The automated evaluation program evaluates all qualified quotations
on the basis of price alone and does not consider quantity price breaks. Price evaluation factors are added to the total
quotation price in the following instances:
(1) $200 for offers of surplus for unused former Government surplus material.
(2) $600 for CSI evaluations of surplus by each ESA. The evaluation factor may be applied if the contracting office
cannot determine acceptability of quotations for other than CSI items and requires ESA coordination.
(3) When the solicitation is subject to the Buy American statute or the Balance of Payments Program (see DFARS
225.502(c).
(c) SOLICITATIONS WITH FAT/PLT REQUIREMENTS:
(1) Solicitations with FAT/PLT requirements are not candidates for automated evaluation or award. All quotations
received for solicitations with FAT/PLT requirements shall be manually evaluated and manually awarded.
(2) For solicitations with FAT testing by the Government, the contracting officer will apply an evaluation factor that
reflects the cost of the testing.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
5
(3) When FAT is waived, the contracting officer may negotiate for revised delivery since the original delivery
requirement may have been based on prior production deliveries with first article included.
(d) TIE QUOTATIONS: If evaluated quotations result in a tie between qualified quotations, the award decision will be
based on the following order of precedence:
(1) A domestic end product quotation over a qualifying foreign country end product quotation.
(2) Small business quotation over a large business quotation.
(3) Quotation with the shortest delivery. (If a quotation contains different deliveries for multiple line items the
automated evaluation program uses the average of the delivery periods).
(4) First quotation submitted.
(e) MANUAL EVALUATION: When automated evaluation is not used, as in the case of FAT and PLT requirements,
or if the system is unable to make a fully automated award, quotations will be evaluated and awarded manually. When a
quotation is manually evaluated, the contracting officer may consider quantity price breaks quoted without further
discussion. When manually issued awards reference the Master Solicitation, all mandatory and conditional provisions,
clauses, and procurement notes are incorporated by reference with the same force and effect as if set forth in full text.
(f) MANUAL EVALUATION FACTORS: If the requirement is evaluated manually, price, delivery, and past
performance will be considered in accordance with the terms in the solicitation. Since delivery is an evaluation factor,
there may be an evaluation preference for quotes/offers of fewer delivery days than the number of delivery days
requested by the Government. Quoting/offering a greater number of delivery days than requested may result in the
quote/offer not being considered.
(g) ALTERNATE OFFERS: Alternate offers will not be considered for automated award. Alternate offers may be
submitted for evaluation for future procurements to the location identified in the solicitation.
(h) NOTICE OF AWARD: Purchase orders are based on a submitted quotation. Suppliers are requested to notify the
administrative contracting officer, within 14 days after receiving the notice of award, when they will not perform in
accordance with a purchase order. Failure to provide prompt notice will adversely affect your past performance
evaluation if the purchase order is later cancelled at other than the Government’s request.
(i) AUTOMATED EVALUATION DISTRIBUTION: The automated award will be posted to the DIBBS web site and
distributed via email notification with a Web link to an electronic copy of the DD Form 1155, Order for Supplies or
Services. Orders will be transmitted via Electronic Data Interchange (EDI) to contractors who are EDI capable.
Contractors that are not EDI capable will receive their orders via email award notification containing Web links. Delays
in the receipt of awards that are caused by email interruptions and Internet access are not excusable delays and will not
extend delivery schedules.
(j) Quotations submitted by firms newly registered in DIBBS (i.e., registered in DIBBS within the past 60 days) in
volumes significantly exceeding the historical average for newly registered firms will be excluded from consideration for
automated awards and manual awards.
PART II Automated Indefinite Delivery Contract (AIDC):
Applies when a “U” solicitation and resulting award do not specify a firm quantity of supplies (other than a minimum
quantity) and provides for the issuance of delivery orders during the period of the contract. Coverage is for DLA orders
for stock replenishment (DLA Direct).
1. Automated Award Evaluation Information:
The following are considered exceptions to the solicitation requirements in addition to those listed in PART I and will
make a quotation ineligible for an automated award:
(a) Quoting a used, reconditioned, remanufactured item, or unused former Government surplus property.
(b) Quoting less than the minimum of 90 days validity period.
2. AIDC Contract:
(a) The AIDC contract will incorporate this Master Solicitation by reference, including the following terms and
conditions that will be provided in full text:
(i) Clause: 52.216-19 Order Limitations
(ii) Clause: 52.216-22 Indefinite Quantity
(iii) Clause: 52.216-18 Ordering
(iv) Procurement note H06, Unilateral Simplified Indefinite-Delivery Contract (SIDC) (SEP 2021)
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
6
(b) Numbering: The Procurement Instrument Identifier (PIID) system will be used. The AIDC award issued hereunder
will be distinguished by a “D” in the ninth position and a “6”, “7” or “8” in the tenth position of the PIID. All delivery
orders will utilize a 13-character PIID containing an “F” in the 9th position. To maintain visibility of delivery order
sequence, a 6-position numeric counter will be provided on every AIDC delivery order. This counter will begin at
000001 and will be maintained for each basic AIDC contract.
PART III Provisions, Clauses and Procurement Notes:
The following websites are provided to suppliers to obtain the full text of the FAR, DFARS, and DLAD provisions,
clauses, and Procurement Notes listed below:
https://www.acquisition.gov, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html,
http://www.dla.mil/hq/acquisition/offers/DLAD.aspx and
http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx.
All provisions, clauses, and procurement notes are incorporated herein by reference with the same force and effect as if
set forth in full text and made a part of the solicitation/order as applicable. The submission of a quotation in response to a
RFQ that references this document constitutes the supplier’s compliance with the representations and certifications and
acceptance of the individual clauses, provisions, and procurement notes incorporated by reference herein. Certain
representations and certifications may be required as part of a quotation submitted via DIBBS. These representations and
certifications will be contained on the DIBBS quotation input form. Suppliers are reminded that all provisions
incorporated herein by reference remain binding in their entirety. Any penalties for misrepresentation contained in the
reference clauses and provisions apply.
CAUTION NOTICE: OFFERORS ARE REQUIRED TO COMPLY WITH DOMESTIC MATERIAL
RESTRICTIONS. THE BERRY AMENDMENT, THE BUY AMERICAN ACT, AND OTHER DOMESTIC
MATERIAL RESTRICTION MAY APPLY. OFFERORS ARE INSTRUCTED TO REFER TO THE
SOLICITATION CLAUSES RELATED TO FOREIGN SOURCING FOR MORE INFORMATION ON
APPLICABILITY. THE BERRY AMENDMENT THRESHOLD HAS BEEN REDUCED TO $150,000 AND
VENDORS MUST CAREFULLY REVIEW RELATED CLAUSES DFARS 252.225-7006, 252.225-7012, AND
252.225-7015 FOR APPLICABILITY REQUIREMENTS. IF YOUR OFFER IS BASED ON A NON-DOMESTIC
MATERIAL, YOU ARE REQUIRED TO PROVIDE DISCLOSURE INFORMATION IN YOUR QUOTE
AND/OR THROUGH WRITTEN NOTIFICATION TO THE POINT OF CONTACT LISTED IN THE
SOLICITATION.
SUBPART A MANDATORY FAR, DFARS AND DLAD PROVISIONS AND CLAUSES
The following provisions and clauses are applicable to all solicitations and orders:
FAR 52.203-19 (Jan 2017)
Prohibition on Requiring Certain Internal Confidentiality
Agreements or Statements
FAR 52.204-7 (Oct 2018)
System for Award Management
FAR 52.204-8 (May 2022)
Annual Representations and Certifications
FAR 52.204-13 (Oct 2018)
System for Award Management Maintenance
FAR 52.204-16 (Aug 2020)
Commercial and Government Entity Code Reporting
FAR 52.204-17 Aug 2020)
Ownership or Control of Offeror
FAR 52.204-18 Aug 2020)
Commercial and Government Entity Code Maintenance
FAR 52.204-20 Aug 2020)
Predecessor of Offeror
FAR 52.204-21 (Jun 2016)
Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-24 (Oct 2020)
Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment
FAR 52.204-25 (Aug 2020)
Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment
FAR 52.204-26 (Oct 2020)
Covered Telecommunications Equipment or Services-
Representation
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
7
FAR 52.211-2 (Jul 2021)
Availability of Specifications, Standards, and Data Item Descriptions
Listed in the Acquisition Streamlining and Standardization
Information System (ASSIST)
FAR 52.211-5 (Aug 2000)
Material Requirements
FAR 52.211-14 (Apr 2008)
Notice of Priority Rating for National Defense, Emergency
Preparedness, and Energy Program Use
FAR 52.213-4 (Oct 2022)
Terms and Conditions-Simplified Acquisitions (Other Than
Commercial Products and Commercial Services DFARS 252.225-7001
or 252.225-7036 applies in lieu of FAR 52.225-1.
FAR 52.219-28 (Oct 2022)
Post-Award Small Business Program Rerepresentation
FAR 52.222-8 (Jul 2021)
Payrolls and Basic Records
FAR 52.222-19 (Jan 2022)
Child Labor-Cooperation with Authorities and Remedies (Class
Deviation 2020-O0019) (Revision[2) (Attachment 1)
https://www.acq.osd.mil/dpap/policy/policyvault/USA002406-21-DPC.pdf
4)
CHILD LABORCOOPERATION WITH AUTHORITIES AND
REMEDIES (DEVIATION 2020-O0019) (JAN 2022)
(a) Applicability. This clause does not apply to the extent that the
Contractor is supplying end products mined, produced, or
manufactured in
(1) Israel, and the anticipated value of the acquisition is $50,000 or
more;
(2) Mexico, and the anticipated value of the acquisition is $92,319 or
more; or
(3) Armenia, Aruba, Australia, Austria, Belgium, Bulgaria, Canada,
Croatia,
Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany,
Greece, Hong Kong, Hungary, Iceland, Ireland, Italy, Japan, Korea,
Latvia, Liechtenstein, Lithuania, Luxembourg, Malta, Moldova,
Montenegro, Netherlands, New Zealand, Norway, Poland, Portugal,
Romania, Singapore, Slovak Republic, Slovenia, Spain, Sweden,
Switzerland, Taiwan, Ukraine, or the United Kingdom and the
anticipated value of the acquisition is $183,000 or more.
(b) Cooperation with Authorities. To enforce the laws prohibiting the
manufacture or importation of products mined, produced, or
manufactured by forced or indentured child labor, authorized officials
may need to conduct investigations to determine whether forced or
indentured child labor was used to mine, produce, or manufacture any
product furnished under this contract. If the solicitation includes the
provision 52.222-18, Certification Regarding Knowledge of Child Labor
for Listed End Products, or the equivalent at 52.212-3(i), the Contractor
agrees to cooperate fully with authorized officials of the contracting
agency, the Department of the Treasury, or the Department of Justice
by providing reasonable access to records, documents, persons, or
premises upon reasonable request by the authorized officials.
(c) Violations. The Government may impose remedies set forth in
paragraph (d) for the following violations:
(1) The Contractor has submitted a false certification regarding
knowledge of the use of forced or indentured child labor for listed end
products.
(2) The Contractor has failed to cooperate, if required, in accordance
with paragraph (b) of this clause, with an investigation of the use of
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
8
forced or indentured child labor by an Inspector General, Attorney
General, or the Secretary of the Treasury.
(3) The Contractor uses forced or indentured child labor in its mining,
production, or manufacturing processes.
(4) The Contractor has furnished under the contract end products or
components that have been mined, produced, or manufactured wholly
or in part by forced or indentured child labor. (The Government will
not pursue remedies at paragraph (d)(2) or paragraph (d)(3) of this
clause unless sufficient evidence indicates that the Contractor knew of
the violation.)
(d) Remedies.
(1) The Contracting Officer may terminate the contract.
(2) The suspending official may suspend the Contractor in accordance
with procedures in FAR Subpart 9.4.
(3) The debarring official may debar the Contractor for a period not to
exceed 3 years in accordance with the procedures in FAR Subpart 9.4.
(End of clause)]
FAR 52.222-36 (Jul 2014)
Alternate I - Equal Opportunity for Workers with Disabilities
FAR 52.223-3 (Feb 2021)
Hazardous Material Identification and Material Safety Data
FAR 52.223-7 (Jan 1997)
Notice of Radioactive Materials
FAR 52.223-18 (Jun 2020)
Encouraging Contractor Policies to Ban Text Messaging While
Driving
FAR 52.232-39 (Jun 2013)
Unenforceability of Unauthorized Obligations
FAR 52.232-40 (Dec 2013)
Providing Accelerated Payments to Small Business Subcontractors
FAR 52.242-17 (Apr 1984)
Government Delay of Work
FAR 52.243-1 (Aug 1987)
Changes Fixed Price
FAR 52.246-2 (Aug 1996)
Inspection of Supplies Fixed Price
FAR 52.249-8 (Apr 1984)
Default (Fixed-Price Supply and Service)
FAR 52.252-1 (Feb 1998)
Solicitation Provisions Incorporated by Reference (The full text of a
provision may be accessed electronically at this address:
https://www.acquisition.gov.
DFARS 252.203-7000 (Sep 2011)
DFARS 252.203-7002 (Sep 2013)
DFARS 252.203-7005 (Nov 2011)
DFARS 252.204-7000 (Oct 2016)
DFARS 252.204-7003 (Apr 1992)
DFARS 252.204-7007 (Nov 2020)
DFARS 252.204-7016 (Dec 2019), Covered Defense Telecommunications
DFARS 252.204-7008 (Oct 2016)
DFARS 252.204-7009 (Oct 2016)
DFARS 252.204-7012 (Dec 2019)
DFARS 252.204-7015 (May 2016)
DFARS 252.204-7017 (Dec 2019)
DFARS 252.204-7018 (Jan 2021)
DFARS 252.204-7019 (Nov 2020)
DFARS 252.204-7020 (Mar 2022)
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
9
DFARS 252.213-7000 (Sep 2019)
DFARS 252.223-7001 (Dec 1991)
DFARS 252.223-7006 (Sep 2014)
DFARS 252.223-7008 (Jun 2013)
DFARS 252.225-7007 (Dec 2018)
DFARS 252.225-7048 (Jun 2013)
DFARS 252.232-7003 (Dec 2018)
DFARS 252.232-7006 (Dec 2018)
DFARS 252.232-7010 (Dec 2006)
DFARS 252.232-7017 (May 2020)
DFARS 252.239-7098 (Apr 2021)
Network Unless Such Network Is Designed To Block Access To Certain
Websites Representation (Class Deviation 2021-O0003)
DFARS 252.243-7001 (Dec 1991)
DFARS 252.244-7000 (Oct 2020)
DFARS 252.246-7003 (Jun 2013)
DFARS 252.247-7023 (Feb 2019)
DLAD 5452.233-9001 (Jun 2020)
SUBPART B CONDITIONAL FAR, DFARS, AND DLAD PROVISIONS AND CLAUSES
The following provisions and clauses apply as indicated below. These provisions and clauses are self-deleting if they do
not apply.
FAR 52.203-12 (Jun 2020)
Limitation on Payments to Influence Certain Federal Transactions.
Applies to solicitations and contracts when the estimated value equals or exceeds
$150,000.
FAR 52.204-2 (Mar 2021)
Security Requirements
Applies to solicitations and contracts when the contract may require access to
classified information
FAR 52.204-10 (Jun 2020)
Reporting Executive Compensation and First-Tier Subcontract Awards
Applies to all solicitations and contracts of $30,000 or more.
FAR 52.209-1 (Feb 1995)
Qualification Requirements Applies when QML, QPL, QBL is cited in the item
description of the solicitation/order. The agency activity name and address are is
located in the QPL specification, which is cited in the Item Description and can be
obtained from http://assist.daps.dla.mil/quicksearch.
FAR 52.209-3 (Sep 1989)
First Article Approval Contractor Testing
Applies when a fixed-price contract is contemplated, first article approval is
required, and the contractor is responsible for conducting the first article
testing.
FAR 52.209-3 (Jan 1997)
First Article Approval Contractor Testing ALT I
Applies if the first article and the production quantity shall be produced at the same
facility.
FAR 52.209-4 (Sep 1989)
First Article Approval Government Testing
When a fixed-price contract is contemplated, first article approval is required, and
the Government is responsible for conducting the first article test.
FAR 52.211-15 (Apr 2008)
Defense Priority and Allocation Requirements
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
10
Applies to solicitations and awards/orders when a DPAS rating/priority is
cited on the face of the solicitation and/or the award/order.
FAR 52.211-16 (Apr 1984)
Variation in Quantity
For DLA Land and Maritime acquisitions: A variation in quantity will not be
accepted unless the unit of issue is in feet and only when within +/- 10% when
authorized in the individual order.
FAR 52.213-1 (May 2006)
Fast Payment Procedure
Applies to acquisitions valued at $35,000 or less, unless a deviation exists,
which are OCONUS Customer Direct deliveries with destination inspection and
acceptances, or unless solicitation/award specifically prohibits fast pay.
FAR 52.213-4 (Oct 2022)
Terms and Conditions-Simplified Acquisitions (Other Than Commercial
Product and Commercial Services)
FAR 52.216-18 (Aug 2020)
Ordering
Applies to solicitations and contracts when a definite-quantity contract, a
requirements contract, or an indefinite-quantity contract is contemplated.
FAR 52.216-19 (Oct 1995)
Order Limitations
Applies when the solicitation is for an Automated Indefinite Delivery Contract
(AIDC).
FAR 52.216-22 (Oct 1995)
Indefinite Quantity
Applies when the solicitation is for an Automated Indefinite Delivery Contract
(AIDC).
FAR 52.219-3 (Oct 2022)
Notice of HUBZone Set-Aside or Sole-Source Award
Applies to solicitations and contracts for acquisitions that are set aside or awarded
on a sole-source basis to HUBZone small business concerns under FAR 19.1305 or
19.1306. This includes multiple-award contracts when orders may be set aside for
HUBZone small business concerns as described in FAR 8.405-5 and
16.505(b)(2)(i)(F) or when orders may be issued directly to one HUBZone small
business concern in accordance with 19.504(c)(1)(ii); or to solicitations and
contracts when procurement note L36 is included.
FAR 52.219-4 (Oct 2022)
Notice of Price Evaluation Preference for HUBZone Small Business Concerns
Applies to solicitations and contracts for acquisitions conducted using full and open
competition.
FAR 52.219-6 (Nov 2020)
Notice of Total Small Business Set-Aside
Applies to solicitations and contracts involving total small business set-asides. This
includes multiple-award contracts when orders may be set aside for any of the small
business concerns identified in FAR 19.000(a)(3), as described in FAR 8.405-5 and
16.505(b)(2)(i)(F); or to solicitations and contracts when procurement note L17 or
procurement note L36 is included.
Notice of Total Small Business Set-Aside (NOV 2020)
(a) Definition. Small business concern, as used in this clause -
(1) 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 size standards in this solicitation.
(2) Affiliates, as used in paragraph (a)(1) of this clause, means
business concerns, one of whom directly or indirectly controls or has the
power to control the others, or a third party or parties’ control or have the
power to control the others. In determining whether affiliation exists,
consideration is given to all appropriate factors including common
ownership, common management, and contractual relationships. SBA
determines affiliation based on the factors set forth at 13 CFR 121.103.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
11
Applicability. This clause applies only to
(1) Contracts that have been totally set aside or reserved for small
business concerns; and
(2) Orders set aside for small business concerns under multiple-
award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F).
(c) General. (1) Offers are solicited only from small business concerns.
Offers received from concerns that are not small business concerns shall be
considered nonresponsive and will be rejected.
(2) Any award resulting from this solicitation will be made to a
small business concern.
FAR 52.219-8 (Oct 2022)
Utilization of Small Business Concern
[FAR 52.219-8 (Jan 2023)]
[Utilization of Small Business Concern (DEVIATION 2023-O0002)
Applies to solicitations and contracts and use the deviation clause in
solicitations and contracts in lieu of the FAR clause.]
FAR 52.219-9 (Oct 2022)
Small Business Subcontracting Plan
FAR 52.219-14 (Oct 2022)
Limitations on Subcontracting (DEVIATION 2021-O0008)
Applies to solicitations and contracts for supplies, services, and construction, if any
portion of the requirement is to be set aside for small business and the contract
amount is expected to exceed the SAT, and in any solicitations and contracts that
are set aside or awarded on a sole-source basis in accordance with FAR subparts
19.8, 19.13, 19.14, or 19.15, regardless of dollar value. This includes multiple-
award contracts when orders may be set aside for small business concerns, as
described in FAR 8.405-5 and 16.505(b)(2)(i)(F), and when orders may be issued
directly to a small business concern as described in FAR 19.504(c)(1)(ii). For
contracts that are set aside, the contracting officer shall indicate in paragraph (f) of
the clause whether compliance with the limitations on subcontracting is required at
the contract or order level; when using the HUBZone price evaluation preference
(however, if the prospective contractor waived the use of the price evaluation
preference, or is an other than small business, do not insert the clause in the
resultant contract); or to solicitations and contracts when procurement note L17 or
procurement note L36 is included.
FAR 52.219-27 (Oct 2022)
Notice of Service-Disabled Veteran-Owned Small Business Set-Aside
Applies to solicitations and contracts for acquisitions that are set aside or awarded
on a sole- source basis to, service-disabled veteran-owned small business concerns
under FAR 19.1405 and 19.1406; to multiple-award contracts when orders may be
set aside for service-disabled veteran-owned small business concerns as described
in FAR 8.405-5 and 16.505(b)(2)(i)(F) or when orders may be issued directly to
one service-disabled veteran-owned small business contractor in accordance with
FAR 19.504(c)(1)(ii); or to solicitations and contracts when procurement note L17
is included.
FAR 52.219-29 (Oct 2022])
Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged
Women-Owned Small Business Concerns
Applies to solicitations and contracts for acquisitions that are set aside or awarded
on a sole-source basis to, EDWOSB concerns under 19.1505(b) or 19.1506(a). This
includes multiple-award contracts when orders may be set aside for EDWOSB
concerns as described in 8.405-5 and 16.505(b)(2)(i)(F) or when orders may be
issued directly to one EDWOSB contractor in accordance with 19.504(c)(1)(ii).
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
12
FAR 52.219-30 (Oct 2022)
Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small
Business Concerns Eligible Under the Women-Owned Small Business
Program
Applies to solicitations and contracts for acquisitions that are set aside or awarded
on a sole-source basis to WOSB concerns under 19.1505(c) or 19.1506(b). This
includes multiple-award contracts when orders may be set aside for WOSB
concerns eligible under the WOSB Program as described in 8.405-5 and
16.505(b)(2)(i)(F) or when orders may be issued directly to one WOSB contractor
in accordance with 19.504(c)(1)(ii).
FAR 52.219-33 (Sep 2021)
Nonmanufacturer Rule
Applies to solicitations and contracts, including multiple-award contracts when
orders may be set aside for small business concerns as described in FAR 8.405-5
and 16.505(b)(2)(i)(F), and when orders may be issued directly to a small business
concern as described in FAR 19.504(c)(1)(ii)), when the item being acquired has
been assigned a manufacturing or supply NAICS code, and when any portion of the
requirement is to be set aside for small business and is expected to exceed the
simplified acquisition threshold; or set aside or awarded on a sole-source basis in
accordance with FAR subparts 19.8, 19.13, 19.14, or 19.15, regardless of dollar
value; or when using the HUBZone price evaluation preference (see FAR 19.1307).
However, if the prospective contractor waived the use of the price evaluation
preference, or is an other than small business, do not insert the clause in the
resultant contract. Does not apply when the Small Business Administration has
waived the nonmanufacturer rule (see FAR 19.505(c)(4)).
FAR 52.222-4 (Mar 2018)
Contract Work Hours and Safety Standards -Overtime Compensation
Applies to solicitations and contracts when the estimated value equals or exceeds
$150,000.
FAR 52.222-35 (Jun 2020)
Equal Opportunity for Veterans
Applies to solicitations and contracts valued at or above the threshold specified in
FAR 22.1303(a) on the date of subcontract award.
FAR 52.222-37 (Jun 2020)
Employment Reports on Veterans
Applies to solicitations and contracts valued at or above the threshold specified in
FAR 22.1303(a) on the date of subcontract award.
FAR 52.223-9 (May 2008)
Estimate of Percentage of Recovered Material Content for EPA-Designated
Items
Applies to solicitations and contracts when the estimated value exceeds $150,000
FAR 52.229-13 (Nov 2020)
Taxes - Foreign Contracts In Afghanistan
Applies to solicitations and contracts with performance in Afghanistan awarded
by or on behalf of U.S. Forces, unless the clause at 52.22914 is used.
FAR 52.229-14 (Nov 2020)
Taxes - Foreign Contracts In Afghanistan (North Atlantic Treaty
Organization Status Of Forces Agreement)
Applies to solicitations and contracts, instead of the clause at 52.22913, with
performance in Afghanistan awarded on behalf of or in support of the North
Atlantic Treaty Organization (NATO), which are governed by the NATO Status
of Forces Agreement (SOFA).
FAR 52.246-1 (Apr 1984)
Contractor Inspection Requirements
Applies when inspection and acceptance are at destination.
FAR 52.246-11 (Dec 2014)
Higher-Level Contract Quality Requirement
Refer to schedule for applicability.
FAR 52.246-15 (Apr 1984)
Certificate of Conformance
This clause applies when Inspection and Acceptance at Origin is cited in the
order. Clause is operative at the discretion of the DCMA quality assurance
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
13
representative. Does not apply to hazardous material, items under FSC 1560,
1670, 1680, 3110, 3120, or FSG 28 and 29, or when solicitation/order
specifically prohibits.
FAR 52.247-1 (Feb 2006)
Commercial Bill of Lading Notations
Applies to all F.o.b. origin awards.
FAR 52.247-29 (Feb 2006)
F.o.b. Origin
Applies when the delivery term is f.o.b. origin.
FAR 52.247-34 (Nov 1991)
F.o.b. Destination
Applies when the delivery term is f.o.b. destination.
FAR 52.247-48 (Feb 1999)
F.o.b. Destination - Evidence of Shipment
Applies when delivery term is f.o.b. destination and inspection, and acceptance are
at source.
FAR 52.247-51 (Jan 2001)
Evaluation of Export Offers
Applies to solicitations when supplies are to be exported through CONUS ports
and offers are solicited on an f.o.b. origin or f.o.b. destination basis.
FAR 52.247-52 (Feb 2006)
Clearance and Documentation Requirements Shipments to DoD Air or
Water Terminal Transshipment Points
Applies when shipments will be consigned to DoD air or water terminal
transshipment points or container consolidation points (CCPs).
FAR 52.247-65 (Jan 1991)
F.o.b. Origin, Prepaid Freight - Small Package Shipments
Applies to all F.o.b. origin awards except Foreign Military Sales (FMS)
requirements.
FAR 52.247-68 (Feb 2006)
Report of Shipment (REPSHIP)
Applies to shipment when advance notice of shipment is required for safety or
security reasons, or where carload or truckload shipments will be made to DoD
installations or, as required, to civilian agency facilities.
DFARS 252.204-7022 (May 2021)
Expediting Contract Closeout
Applies to solicitations and contracts when the contracting officer intends to
expedite contract closeout through the mutual waiver of entitlement to a residual
dollar amount of $1,000 or less determined at the time of contract closeout.
DFARS 252.209-7004 (May 2019)
Subcontracting with Firms that are Owned or Controlled by the
Government of a Country that is a State Sponsor of Terrorism
Applies to solicitations and contracts when the estimated value exceeds $150,000.
DFARS 252.209-7010 (Aug 2011)
Critical Safety Items
Applies when the item being acquired is identified as a Critical Item.
DFARS 252.211-7003 (Mar 2016)
Item Unique Identification And Valuation
Applies when the item description contains the statement “IUID MARKING IS
REQUIRED.” If the unit cost is $5,000 or more and the item description is silent
as to IUID, DFARS 252.211-7003(c)(1)(i) applies (there is an IUID exemption
requested by the Service customer).
DFARS 252.211-7006 (Dec 2019
Passive Radio Frequency Identification
Applies to solicitations and contracts that will require shipment of items
meeting criteria in DFARS 211.275-2: (1) In any of the following classes of
supply: (i) Subclass of Class I Packaged Operational Rations; (ii) Class II
– Clothing, Individual Equipment, Tentage, Organizational Tool Kits, Hand
Tools, and Administrative and Housekeeping Supplies and Equipment; (iii)
Class IIIP Packaged Petroleum, Lubricants, Oils, Preservatives,
Chemicals, and Additives; (iv) Class IV – Construction and Barrier
Materials; (v) Class VI Personal Demand Items (Non-Military Sales
Items); (vi) Subclass of Class VIII – Medical Materials (Excluding
Pharmaceuticals, Biologicals, and Reagents (Suppliers should limit mixing
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
14
of excluded and non-excluded materials); and (vii) Class IX Repair Parts
and Components including Kits, Assemblies and Subassemblies, Reparable
and Consumable Items Required for Maintenance Support of All Equipment,
excluding Medical-Peculiar Repair Parts; AND (2) when supplies will be
shipped (i) to one of the locations listed on the website at
http://www.acq.osd.mil/log/sci/RFID_ship-to-locations.html; (ii) to a
location outside the contiguous United States when the shipment has been
assigned Transportation Priority1; or (iii) to any additional location(s)
deemed necessary by the requiring activity. Does not apply to (i) shipments
of bulk commodities; or (ii) shipments to locations other than Defense
Distribution Depots when the contract includes the clause at FAR 52.213-1,
Fast Payment Procedures.
DFARS 252.225-7000 (Nov 2014)
Buy American -- Balance of Payments Program Certification BASIC
Applies to all acquisitions over the micro-purchase threshold up to $25,000
and to acquisitions above $25,000 unless 252.225-7036 or its ALT applies.
DFARS 252.225-7001 (Jun 2022)
Buy American and Balance of Payments Program BASIC
Applies to acquisitions over the micro-purchase threshold unless 252.225-
7021 or 252.225-7036 or their ALTs, apply See DFARS 225.1101(2)(i).
DFARS 252.225-7002 (Dec 2017)
Qualifying Country Sources as Subcontractors
Applies when either DFARS 252.225-7001 or DFARS 252.225-7036 is cited
in the solicitation.
DFARS 252.225-7006 (Aug 2015)
Acquisition of the American Flag
Applies to all acquisitions of the American flag exceeding $150,000.
DFARS 252.225-7012 (Apr 2022)
Preference for Certain Domestic Commodities
Applies to all acquisitions exceeding $150,000. Applies at any dollar value, only for
the acquisitions athletic footwear purchased by DoD for use by members of the
Army, Navy, Air Force, or Marine Corps upon their initial entry into the Armed
Forces.
Preference for Certain Domestic Commodities (APR 2022)
(a) Definitions. As used in this clause
“Component” means any item supplied to the Government as part of an end
product or of another component.
“End product” means supplies delivered under a line item of this contract.
"Qualifying country" means a country with a reciprocal defense
procurement memorandum of understanding or international agreement with the
United States in which both countries agree to remove barriers to purchases of
supplies produced in the other country or services performed by sources of the other
country, and the memorandum or agreement complies, where applicable, with the
requirements of section 36 of the Arms Export Control Act (22 U.S.C. 2776) and
with 10 U.S.C. 2457. Accordingly, the following are qualifying countries:
Australia, Austria, Belgium, Canada, Czech Republic, Denmark, Egypt, Estonia,
Finland, France, Germany, Greece, Israel, Italy, Japan, Latvia, Lithuania,
Luxembourg, Netherlands, Norway, Poland, Portugal, Slovenia, Spain, Sweden,
Switzerland, Turkey, and United Kingdom of Great Britain and Northern Ireland.
“Structural component of a tent”
(1) Means a component that contributes to the form and stability of the
tent (e.g., poles, frames, flooring, guy ropes, pegs); and
(2) Does not include equipment such as heating, cooling, or lighting.
“United States” means the 50 States, the District of Columbia, and outlying
areas.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
15
“U.S.-flag vessel” means a vessel of the United States or belonging to the
United States, including any vessel registered or having national status under the
laws of the United States.
(b) The Contractor shall deliver under this contract only such of the following
items, either as end products or components, that have been grown, reprocessed,
reused, or produced in the United States:
(1) Food.
(2) Clothing and the materials and components thereof, other than sensors,
electronics, or other items added to, and not normally associated with, clothing and
the materials components thereof. Clothing includes items such as outerwear,
headwear, underwear, nightwear. footwear, hosiery, handwear, belts, badges, and
insignia.
(3)(i) Tents and structural components of tents;
(ii) Tarpaulins; or
(iii) Covers.
(4) Cotton and other natural fiber products.
(5) Woven silk or woven silk blends.
(6) Spun silk yarn for cartridge cloth.
(7) Synthetic fabric, and coated synthetic fabric, including all textile fibers
and yarns that are for use in such fabrics.
(8) Canvas products.
(9) Wool (whether in the form of fiber or yarn or contained in fabrics,
materials, or manufactured articles).
(10) Any item of individual equipment (Federal Supply Class 8465)
manufactured from or containing fibers, yarns, fabrics, or materials listed in this
paragraph (b).
(c) This clause does not apply
(1) To items listed in section 25.104(a) of the Federal Acquisition
Regulation, or other items for which the Government has determined that a
satisfactory quality and sufficient quantity cannot be acquired as and when needed at
U.S. market prices;
(2) To incidental amounts of cotton, other natural fibers, or wool
incorporated in an end product, for which the estimated value of the cotton, other
natural fibers, or wool
(i) Is not more than 10 percent of the total price of the end product; and
(ii) Does not exceed the threshold at Defense Federal Acquisition
Regulation Supplement 225.7002-2(a);
(3) To waste and byproducts of cotton or wool fiber for use in the
production of propellants and explosives;
(4) To foods, other than fish, shellfish, or seafood, that have been
manufactured or processed in the United States, regardless of where the foods (and
any component if applicable) were grown or produced. Fish, shellfish, or seafood
manufactured or processed in the United States and fish, shellfish, or seafood
contained in foods manufactured or processed in the United States shall be provided
in accordance with paragraph (d) of this clause;
(5) To chemical warfare protective clothing produced in a qualifying
country; or
(6) To fibers and yarns that are for use in synthetic fabric or coated
synthetic fabric (but does apply to the synthetic or coated synthetic fabric itself), if
(i) The fabric is to be used as a component of an end product that is not
a textile product. Examples of textile products, made in whole or in part of fabric,
include¾
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
16
(A) Draperies, floor coverings, furnishings, and bedding (Federal
Supply Group 72, Household and Commercial Furnishings and Appliances);
(B) Items made in whole or in part of fabric in Federal Supply
Group 83, Textile/leather/furs/apparel/findings/tents/flags, or Federal Supply Group
84, Clothing, Individual Equipment and Insignia;
(C) Upholstered seats (whether for household, office, or other use);
and
(D) Parachutes (Federal Supply Class 1670); or
(ii) The fibers and yarns are para-aramid fibers and continuous filament
para-aramid yarns manufactured in a qualifying country.
(d)(1) Fish, shellfish, and seafood delivered under this contract, or contained in
foods delivered under this contract
(i) Shall be taken from the sea by U.S.-flag vessels; or
(ii) If not taken from the sea, shall be obtained from fishing within the
United States; and
(2) Any processing or manufacturing of the fish, shellfish, or seafood shall
be performed on a U.S.-flag vessel or in the United States. (End of clause)
DFARS 252.225-7013 (Jul 2020)
Duty-Free Entry (Class Deviation 2020-O0019) (Revision 1) (see Attachment 3)
https://www.acq.osd.mil/dpap/policy/policyvault/USA001510-20-DPC.pdf
Applies when acquisition exceeds the micro-purchase threshold except when
set- aside for small business or when the supplies will be shipped directly
from a source outside the U.S. to a customer outside the U.S.
DFARS 252.225-7015 (Jun 2005)
Restriction on Acquisition of Hand or Measuring Tools
Applies to all acquisitions exceeding $150,000 that require delivery of hand or
measuring tools.
DFARS 252.225-7016 (Jun 2011)
Restriction on Acquisition of Ball and Roller Bearings
Applies to all acquisitions unless the items being acquired are not, or do not
contain, ball and roller bearings.
DFARS 252.225-7019 (Dec 2009)
Restriction on Acquisition of Anchor and Mooring Chain
Applies to solicitations and contracts requiring welded shipboard anchor or
mooring chain four inches or less in diameter.
DFARS 252.225-7020 (Nov 2014)
Trade Agreements CertificateBasic
Applies to solicitations and contracts when the estimated value equals or
exceeds $182,000.
DFARS 252.225-7021 (Jul 2020)
Trade Agreements Basic (Class Deviation 2020-O0019) (Revision 2)
(Attachment 5)
https://www.acq.osd.mil/dpap/policy/policyvault/USA002406-21-DPC.pdf]
Applies to solicitations and contracts for the items listed at 225.401-70] when
the estimated value equals or exceeds $183,000, except if the acquisition is of
end products in support of operations in Afghanistan. Does not apply to
acquisitions set aside for small businesses.
DFARS 252.225-7028 (Apr 2003)
Exclusionary Policies and Practices of Foreign Governments
Applies for FMS
DFARS 252.225-7036 (Jun 2022)
Buy American Free Trade Agreements Balance of Payments Program
Basic. Applies to solicitations and contracts for the items listed at 225.401-
70,when the estimated value equals or exceeds $100,000, but is less than
$183,000, except if the acquisition is of end products in support of operations in
Afghanistan.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
17
DFARS 252.225-7036 ALT I V (Jun
2022)
Buy American Free Trade Agreements Balance of Payments Program Alt
IV
Applies to solicitations and contracts for the items listed at 225.401-70 when
the estimated value equals or exceeds $92,319 but is less than $100,000,
except if the acquisition is of end products in support of operations in
Afghanistan.
DFARS 252.225-7041 (Jun 1997)
Correspondence in English
Applies when performance will be wholly or in part in a foreign country.
DFARS 252.225-7968 (Mar 2022)
Restriction on Acquisition of Personal Protective Equipment and Certain
Other Items from Non-Allied Foreign Nations (DEVIATION 2022-O0008)
Applies to all acquisitions of personal protective equipment materials and
components, or sanitizing and disinfecting wipes, testing swabs, gauze, and
bandages, with an estimated value above $150,000.
DFARS 252.225-7972 (May 2020)
Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems
(Class Deviation 2020-O0015) Attachment 2
https://www.acq.osd.mil/dpap/policy/policyvault/USA000827-20-DPC.pdf
Applies to solicitations, unless (a) The acquisition is for (1) Counter- unmanned
aircraft system surrogate testing and training; or (2) Intelligence, electronic
warfare, and information warfare operations, texting, analysis, and training; or
(b) A waiver has been granted by the Secretary of Defense in accordance with
section 848 of the National Defense Authorization Act for Fiscal Year 2020.
DFARS 252.225-7973 (May 2020)
Prohibition on the Procurement of Foreign-Made Unmanned Aircraft
SystemsRepresentation. (Class Deviation 2020-O0015) Attachment 1
https://www.acq.osd.mil/dpap/policy/policyvault/USA000827-20-DPC.pdf
Applies to solicitations, unless (a) The acquisition is for (1) Counter- unmanned
aircraft system surrogate testing and training; or (2) Intelligence, electronic
warfare, and information warfare operations, texting, analysis, and training; or
(b) A waiver has been granted by the Secretary of Defense in accordance with
section 848 of the National Defense Authorization Act for Fiscal Year 2020.
DFARS 252.225-7975 (Aug 2020)
Additional Access to Contractor and Subcontractor Records (Class Deviation
2020-O0022, Attachment 2)
https://www.acq.osd.mil/dpap/policy/policyvault/USA001616-20-DPC.pdf
Applies to solicitations and contracts with an estimated value exceeding
$50,000 that will be performed outside the United States and its outlying areas
to support a contingency operation in which members of the Armed Forces are
actively engaged in hostilities.
DFARS 252.225-7976 (Aug 2018)
Contractor Personnel Performing in Japan (Class Deviation 2018-O0019)
https://www.acq.osd.mil/dpap/policy/policyvault/USA002186-18-DPC.pdf
Applies to solicitations and contracts that will require contractor personnel to
perform in Japan.
DFARS 252.225-7993 (Aug 2020)
Prohibition on Providing Funds to the Enemy (Class Deviation 2020-O0022
https://www.acq.osd.mil/dpap/policy/policyvault/USA001616-20-DPC.pdf
Applies to solicitations and contracts with an estimated value exceeding
$50,000 that will be performed outside the United States and its outlying areas
to support a contingency operation in which members of the Armed Forces are
actively engaged in hostilities.
DFARS 252.227-7025 (May 2013)
Limitations On the Use or Disclosure of Government-Furnished Information
Marked with Restrictive Legend
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
18
Applies to solicitations and contracts when the Government expects to
provide the contractor, for performance of its contract, technical data or
computer software/ software documentation marked with another contractor’s
restrictive legends.
DFARS 252.239-7017 (Sep 2018)
Notice of Supply Chain Risk (Class Deviation 2018-O0020)
https://www.acq.osd.mil/dpap/policy/policyvault/USA002323-18-DPC.pdf
Applies to solicitations for information technology services or supplies.
DFARS 252.239-7018 (Sep 2018)
Supply Chain Risk (Class Deviation 2018-O0020)
https://www.acq.osd.mil/dpap/policy/policyvault/USA002323-18-DPC.pdf
Applies to solicitations and contracts for information technology services or
supplies.
DFARS 252.246-7007 (Aug 2016)
Contractor Counterfeit Electronic Part Detection and Avoidance System
Applies to solicitations and contracts when procuring, electronic parts; end
items, components, parts or assemblies containing electronic parts. Does not
apply to acquisitions set-aside for small business.
DFARS 252.246-7008 (May 2018)
Sources of Electronic Parts
Applies to solicitations and contracts when procuring, electronic parts; end
items, components, parts or assemblies containing electronic parts; or
services, if the contractor will supply electronic parts or components, parts, or
assemblies containing electronic parts or components, parts, or assemblies
containing electronic parts as part of the service.
SUBPART C - PROCUREMENT NOTES
The following procurement notes apply to solicitations and purchase orders as indicated below and are set forth in full text at
the following link: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx.
Archived versions can also be accessed at
this site. The revision in effect on the award date applies to purchase orders. These procurement notes are self-deleting if they
do not apply.
C01 Superseded Part Numbered Items (SEP 2016) – Applies when procuring part numbered items, including when
acquisitions are conducted using FAR Part 12.
C02 Manufacturing Phase Out or Discontinuation of Production, Diminishing Sources and Obsolete Materials or
Components (DEC 2016) Applies to all solicitations and awards.
C03 Contractor Retention of Supply Chain Traceability Documentation (JUN 2020) Applies to all solicitations and
awards.
C04 Unused Former Government Surplus Property (DEC 2016) Applies where surplus material is acceptable.
C05 Change to Key Personnel (OCT 2016) – Applies when services to be provided require professional employees and
evaluation of proposed key managerial personnel is required to assess the probability of successful performance.
C14 Correction of Nonconforming Packaging or Marking (MAY 2020) Applies to all solicitations and awards.
C15 First Destination Transportation (FDT) Program, Government-Arranged Transportation for Automated
Awards (AUG 2017) Applies to solicitations and contracts issued by DLA Aviation, DLA Land and Maritime, and
DLA Troop Support with f.o.b. origin and inspection/acceptance at destination, except (i) contracts with Classified,
Controlled, or Sensitive Items; (ii) hazardous material (HAZMAT) contracts; (iii) Foreign Military Sales (FMS) contracts; or
(iv) contracts being shipped to APO/FPO addresses.
C16 First Destination Transportation (FDT) Program, Government-Arranged Transportation for Manual Awards
(AUG 2017) Applies to solicitations and contracts issued by DLA Aviation, DLA Land and Maritime, and DLA Troop
Support with f.o.b. origin and inspection/acceptance at destination for manual solicitations, unless one of the exclusions in
DLAD 47.305-3-90(a)-(c) applies.
C17 First Destination Transportation (FDT) Program – Shipments Originating from Outside the Contiguous
United States (JUN 2020) Applies to solicitations and contracts issued by DLA Aviation, DLA Land and Maritime, and
DLA Troop Support with f.o.b. origin and inspection/acceptance at destination when the shipment originates from outside the
contiguous United States with a contiguous United States location as the pick-up point in VSM.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
19
(1) The FDT Program applies to this acquisition. Delivery terms are f.o.b. origin. The Government will conduct an
Inspection and acceptance at destination.
(2) If an offeror’s shipments will originate from outside the contiguous United States, the offeror shall include in its f.o.b.
origin price transportation to a contiguous United States location that the offeror selects based on cost-effectiveness or other
variables at the offeror’s discretion. The location the offeror selects becomes the point of origin for purposes of the f.o.b.
origin terms and conditions of the solicitation or award. The offeror shall identify this contiguous United States location as
the pick-up point in the Vendor Shipment
Module (
https://www.dau.edu/guidebooks/Shared%20Documents%20HTML/Guidebook%20for%20Contract%20Property%
20Administration.aspx).
C18 Shipping Instructions for Export and U.S. Territories (AUG 2017) – Applies to solicitations and contracts including
shipments to overseas customers including shipments direct to APO/FPO addresses, shipments to Alaska,
Hawaii, and Puerto Rico, and shipments routed through the Container Consolidation Points (CCPs) at San Joaquin,
California (W62N2A) and New Cumberland, Pennsylvania (W25N14). Does not apply to First Destination Transportation
(FDT) buys.
C19 Trans-Shipment of Material through DLA Containerization and Consolidation Points (CCP) (JUN 2020) Applies
to solicitations and long-term contracts supporting customers outside the contiguous United States when supplies are to be
shipped via surface freight, CCP appears in the shipping address, or any time the requisition or TCN begins with “A,” “C,” or
“W” for Army, or "E" or "F" for Air Force, and the customer is outside the contiguous United States.
Does not apply to First Destination Transportation (FDT) buys.
C20 Vendor Shipment Module (VSM) (NOV 2022) Applies to solicitations and contracts issued by DLA Aviation, DLA
Land and Maritime, and DLA Troop Support, except for metals or wood products, or when DCMA administers the contract
and any of the following apply: (i) contracts where ultimate destination is outside the contiguous United States; (ii)
hazardous material (HAZMAT) contracts; (iii) Foreign Military Sales (FMS) contracts; or (iv) contracts requiring
Transportation Protective Service.
(1) The DLA Vendor Shipment Module (VSM) is a web-based system for DLA contractors to obtain current shipping
addresses, two-dimensional bar-coded shipping labels in accordance with MIL-STD-129, bills of lading, packing lists, and
other shipping documentation. Contractors using VSM do not need to contact the transportation office prior to shipping items.
Contractors shall use VSM to print labels for f.o.b. destination contracts; and to print labels and arrange for shipping for f.o.b.
origin contracts. All contractors will use VSM to obtain shipping labels no more than two (2) days prior to shipment to ensure
the current destination address is used.
(2) To obtain information for contracts administered by DLA or to register as a VSM user, the contractor shall contact the
DLA VSM Helpdesk at (800) 456-5507 or via email to [email protected]il.
(a) Before contacting the Government to advise that material is ready to ship, the contractor shall complete its VSM profile,
to include regular business hours and observed holidays. The Government may request reimbursement for occurrences when
the Government sends carrier equipment but is unable to pick-up a shipment because the material was unavailable or the
contractor facility was closed.
(3) To obtain information for contracts administered by DCMA, the contractor shall contact the DCMA VSM Helpdesk at
(314) 331-5573 or vsm.shipments@dcma.mil.
C21 Shipping Instruction Request (SIR) (JUN 2020) – Applies to solicitations and contracts issued by DLA Aviation,
DLA Land and Maritime, and DLA Troop Support when DCMA administers the contract and any of the following apply: (i)
contracts where ultimate destination is outside the contiguous United States; (ii) hazardous material (HAZMAT) contracts;
(iii) Foreign Military Sales (FMS) contracts; or (iv) contracts requiring Transportation Protective Service.
C22 Federal Aviation Administration (FAA) Certified Parts – Depot Level Repairables (DLR) Items (DEC 2018)
Applies to all solicitations and awards when procuring FAA certified parts for DLR items.
E01 Supplemental First Article Exhibit Disposition - Contractor Maintained (MAY 2020) – Applies when the
contractor shall hold the units.
E02 Supplemental First Article Exhibit Disposition - Government Maintained (MAY 2020) – Applies when the
Government shall hold the units.
E03 Production Lot Testing - Contractor (MAY 2020) Applies to solicitations and awards when contractor PLT applies.
E04 Production Lot Testing - Government (MAY 2020) – Applies to solicitations and awards when Government PLT
applies.
E05 Product Verification Testing (MAY 2020) – Applies to all solicitations and awards.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
20
E06 Inspection and Acceptance at Source (JUN 2018) Applies to solicitations and contracts that require source
inspection and acceptance.
E07 Evaluation Factor for Origin Inspection (JAN 2018) – Applies to solicitations that require destination inspection.
E08 First Article Testing Requirements (MAY 2020) Applies when FAT is applied.
E09 Contractor First Article Test (FAT) Information (JUL 2022) Applies to solicitations and awards when contractor
FAT applies.
E10 Government First Article Test (FAT) Information (JUL 2022) – Applies to solicitations and awards when
Government FAT applies.
E11 Army Aviation Critical Safety Item Production Sample Test Pilot Program (AUG 2022)
(1) The purpose of the AACSI pilot program is to allow select contractors to ship the full contractual production quantity
immediately upon completion of manufacturing and in advance of receiving sample test results from the engineering
support activity (ESA). The pilot program is applicable to AACSIs requiring both First Article Test (FAT) and Production
Lot Test (PLT); Government or Contractor. Upon receipt of shipment from the contractor, DLA may use the production
quantity to fulfill order requirements submitted by the Army in advance of receiving the sample test results.
(2) Contractors not willing to participate in the pilot program must provide in their offer to the Government a clear
statement taking exception to Procurement Notes E11, Army Aviation Critical Safety Item Production Sample Test Pilot
Program, and Procurement Note E12, Army Aviation Critical Safety Item Production Sample Test Pilot Program,
Responsibilities of Parties for Quality Compliance/Warranty.
(3) Select contractors, having been approved for a FAT waiver, may be chosen to participate in the AACSI pilot program.
(4) If a contractor is chosen to participate in the pilot program, the resultant award
(a) Will not include solicited procurement note E04, Production Lot Testing – Government, or E03 Production Lot
Testing – Contractor; and
(b) Solicited PLT CLIN S00000061 (Government) or S00000062 (Contractor) will be replaced by AACSI Production
Sample Test CLIN, S00000115; and
(c) Will include this procurement note, E11, Army Aviation Critical Safety Item (AACSI) Production Sample Test
Pilot Program and E12, Army Aviation Critical Safety Item Production Sample Test Pilot Program, Responsibilities of
Parties for Quality Compliance/Warranty.
(5) If a contractor is not selected to participate in the pilot program, the resultant award
(a) Will include procurement note E03 or E04 as solicited; and
(b) Will include PLT CLIN S00000061 or S00000062 as solicited; and
(c) Will not include procurement note E11 and E12; and
(d) Will not include CLIN S00000115.
(6) The contractor’s offered unit price for either PLT CLIN S00000061 or S00000062 shall be the same as the production
quantity unit price. If the intended awardee is selected for the pilot program, the offered unit price for either PLT CLIN
S00000061 or S00000062, shall be utilized for the AACSI Production Sample Test, CLIN S00000115. The contractor’s
ship date for the production lot quantities shall be the same ship date for the AACSI Production Sample Test, CLIN
S00000115. The AACSI Production Sample Test is destructive, therefore the Government will not return sample(s) to
the contractor.
(7) To facilitate the AACSI Production Sample Test, the ESA and/or testing facility has authority to communicate and
conduct clarifications directly with contractors. If this results in necessary changes to contract requirements, the
contractor shall contact the Post Award Contracting Officer or Contract Administrator (see the “Issued By” blocks on the
contract award or order) for written approval. The contractor shall not act on any revisions or other changes until the
Contracting Officer issues a written modification approving the proposed revision(s)/change(s).
(8) When provided by the ESA, DLA will incorporate test and/or inspection plans, to include test procedures, into its
acquisition process in accordance with the Technical Data Package (TDP). In the event a test plan is developed and/or
made accessible after award, DLA will forward to the contractor.
(9) At least 14 calendar days (or as otherwise specified in the contract) prior to the date when the contractor will present
the production lot for selection of the AACSI Production Sample, the contractor shall provide written notice to the
cognizant DCMA Quality Assurance Representative (QAR) / DCMA office advising the date of availability and
requesting their presence at the contractor’s facility to facilitate the AACSI Production Sample selection. In the event
DCMA fails to respond within 7 calendar days of notification, the contractor will request assistance by submitting an
email to DLA Testing at email address DLATesting@dla.mil
.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
21
(10) Unless otherwise stated within the award, the DCMA QAR will select one sample at random from the production
lot(s) produced.
(11) The AACSI Production Sample destined for the test facility must ship on the same day as the production quantity
destined for a DLA depot or DLA customer. For partial shipments of the production quantity that are authorized by the
DLA contracting officer and included in the contract, the AACSI Production Sample Test CLIN (S00000115) shall ship
on the same day as the first partial shipment. For contracts that contain phased deliveries, the AACSI Production Sample
Test CLIN (S00000115) shall ship on the same day as the first phased delivery shipment.
(12) DLA acceptance of the production quantities in advance of the AACSI Production Sample Test result is conditional;
reference procurement note, E12, Army Aviation Critical Safety Item, Production Sample Test, Responsibilities of
Parties, Quality Compliance/Warranty.
(13) Contractor responsibilities for preparing and shipping the AACSI Production Sample.
(a) The test sample must meet all requirements of the Technical Data Package (TDP) and all other contractual
requirements.
(b) Ship the selected AACSI Production Sample by traceable means. On the exterior of the shipping container, by—
(i) Marking the shipment “Production Sample Test – Do Not Post To Stock,” and including “Contract Number
[contractor insert] and Lot/Item Number [contractor insert];”
(ii) Placing a copy of the system of record receiving report (i.e., WAWF or DD Form 250) in accordance with
DFARS Appendix F; and
(iii) Marking in accordance with MIL-STD-129 (latest revision), paragraph 5.11.
(c) Include the following interior documentation:
(i) DD Form 1222 and system of record receiving report (i.e., WAWF or DD Form 250).
(ii) A copy of contract/order.
(iii) A copy of test reports, showing actual results and tolerances specified in the technical data package.
(iv) Material and process certifications.
(v) Process operations and inspection method sheets.
(vi) Copies of drawings used to manufacture the AACSI Production Sample (proper marking to assert proprietary
or other rights to restrict public disclosure is the contractor’s responsibility).
(vii) Documents required under contract deliverables requirements list.
(14) At the time of shipment, the contractor shall sign and submit copies of the DD Form 1222, system of record
receiving report (i.e., WAWF or DD Form 250), and transportation tracking information to—
(a) DLA Testing at email address:DLATesting@dla.mil
; and
(b) The contract administrator identified on page 1, block 6, of the award document.
(15) For the AACSI Production Sample, the Government will conduct inspection at source and acceptance at destination.
The FOB point is destination.
(16) Delivery. Ship samples to (unless otherwise noted in award document):
(W31P0W) PR WOH9 US ARMY AVN CMD
Redstone Arsenal Technical Test Center
Cottonwood Road, Building 8022 MF 4500
Redstone Arsenal, Alabama 35898-8052
(17) The Army will notify DLA of the test results immediately upon completion by sending an email to—
(a) DLA Testing at email address DLATesting@dla.mil
; and
(b) To the contract administrator listed on page 1 of the award document (block 6). Upon DLA’s receipt of testing
results, the contractor shall be advised accordingly.
E12 Army Aviation Critical Safety Item, Production Sample Test Pilot Program, Responsibilities of Parties Quality
Compliance/Warranty (AUG 2022)
(1) The contractor agrees that the AACSI Production Sample item(s) shipped against this contract must successfully pass
the post-production, Production Sample Test or the contractor will take the actions and agree to the conditions in
paragraphs (2), (3) and (4).
(2) The contractor will be notified by the DLA Contracting Officer or the DLA Post Award Administrator of an item
failing the AACSI Production Sample Test. The contractor agrees to a full or partial return of the items, for either return,
correction or replacement of potentially the total order quantity (regardless of the quantity returned) at the discretion of the
Contracting Officer.
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
22
(3) The contractor agrees to pay all transportation charges and assume responsibility for the supplies while in transit when
returned, corrected, or replaced pursuant to paragraph (2).
(4) All items corrected or furnished by the contractor in replacement are subject to the requirements of the contract, to
include the warranty terms included therein and the terms of this clause, to the same extent as items initially delivered.]
G01 Additional Wide Area Workflow (WAWF) Information (AUG 2017)Applies to solicitations and contracts that
require f.o.b. destination and inspection/acceptance at destination.
H01 Qualified Products List (QPL) for Federal Supply Class (FSC) 5935 Connector Assemblies and Contacts (SEP
2016) – Applies when purchasing qualification items in FSC 5935.
H02 Component Qualified Products List (QPL)/Qualified Manufacturers List (QML) (SEP 2016) – Applies when
purchasing component qualification items.
H04 Sourcing for Critical Safety Items (SEP 2016) Applies for CSI
H06 Unilateral Simplified Indefinite-Delivery Contract (SIDC) (SEP 2021) - Applies to RFQs for SIDCs.
H07 Supply Assurance through Multisource Contracting (SEP 2017) Applies when first article testing is required and
the contracting officer anticipates a split award to more than one source of supply to facilitate supply availability. This
procedure shall not be used when establishing requirements contracts or multiple award task or delivery order indefinite
quantity contracts, or when partial small business set-asides apply.
H11 Section 508 Requirements (OCT 2020) Applies to solicitations and awards when procuring EIT products and
services.
H13 Federal Aviation Administration (FAA) Certified Parts Shipment Documentation Requirements (JUN 2020)
Applies to all solicitations and awards for consumable items that require production by an FAA-approved manufacturer.
H15 Transporter Proof of Delivery (TPD) (DEC 2020)
Applies to DLA Aviation, DLA Land and Maritime, and DLA Troop Support solicitations and awards for supplies when all
of the following conditions exist:
(A) Contract deliveries will be made directly to DLA customers;
(B) Award will be made on a fixed-price basis;
(C) Inspection or acceptance at source is not required;
(D) Use of fast payment procedures is not authorized;
(E) Shipments to overseas destinations or to containerization consolidation points are not required; and
(F) Acquisition is not being conducted under the subsistence total order and receipt electronic system (STORES), Defense
Medical Logistics Standard Support (DMLSS), Industrial Prime Vendor (IPV), or Integrated Logistics Partner (ILP)
programs; and
(G) The clause at 52.232-25, Prompt Payment, applies.
H17 Restriction on FSC 5962, Electronic Microcircuits (JUL 2022) – Applies only to solicitations and
contract awards for Federal Supply Class (FSC) code 5962, Electronic Microcircuits, equal to or under the
micro-purchase threshold.
L01 Electronic Award Transmission (JUN 2020) Applies to all DIBBS solicitations for purchase orders and contracts
(except indefinite delivery/indefinite quantity task or delivery order contracts, requirements contracts, and multiple award
federal supply schedule-type contracts).
L02 Electronic Order Transmission for Indefinite-Delivery Contracts (JUN 2020) Applies to DIBBS solicitations for
indefinite-delivery/indefinite-quantity task or delivery order contracts, requirements contracts, and multiple award federal
supply schedule-type contracts.
L04 Offers for Part Numbered Items (SEP 2016) Applies when items are identified in the item description only by the
name of an approved source (CAGE code), a part number, and a brief description.
L06 Agency Protests (DEC 2016) – Applies to all solicitations.
L07 Site Visit Instructions (OCT 2016) Identifies Government points of contact for offerors who wish to inspect
Government installation where services will be performed.
L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (JUN 2020) Applies to
solicitations when the contracting officer will use the Supplier Performance Risk System (SPRS) to evaluate offerors’ past
performance for best value source selections valued under $10 million.
L09 Reverse Auction (OCT 2016) – Applies to solicitations when the contracting officer may use reverse auction.
L17 Service-Disabled Veteran-Owned Small Business/Small Business Set-Aside Cascade Instructions NMR Waived
(JUL 2022) Applies to automated solicitations valued over the micro-purchase threshold but less than or equal to the SAT
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
23
when the nonmanufacturer rule (NMR) is waived and a set-aside to a service-disabled veteran-owned small business concern
is anticipated.
L22 Restriction of Alternate Offers for Source Controlled Items (SEP 2017) Applies when the acquisition is restricted
to material manufactured by the sources listed on the source control drawing, as indicated by AMSC B.
L29 Section 508 Requirements (OCT 2020) Applies to solicitations when procuring EIT products and services, unless an
exception applies (reference FAR 39.204).
L31 Additive Manufacturing (JUN 2018) Applies to all solicitations and contracts for parts and supplies, except for
DCSO, DLA Energy, DLA Troop Support – Subsistence, and DLA Troop Support – C&T.
L32 Federal Aviation Administration (FAA) Certified Parts (JUN 2020) Applies to all solicitations for items that
require FAA certification.
L36 HUBZone Small Business/Small Business Set-Aside Cascade Instructions – NMR Waived (JUL 2022) – Applies to
automated solicitations valued over the micro-purchase threshold but less than or equal to the SAT when the
nonmanufacturer rule (NMR) is waived and a set-aside to a HUBZone small business concern is anticipated.
[L37 Women-Owned Small Business Program/Small Business Set-Aside Cascade Instructions nonmanufacturer
rule (NMR) is waived.(JAN 2023)
Applies to automated solicitations valued over the micro-purchase threshold but less than or equal to the SAT when a
women-owned small business set-aside is anticipated and FAR clause 52.219-30, Notice of Set-Aside for, or Sole-
Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business
Program, is included.
Procurement Note:
This solicitation is restricted to women-owned small business and small business concerns. The Government
encourages all small business concerns to submit offers.
(2) Applicability. This procurement note applies to automated solicitations valued over the micro-purchase threshold
but less than or equal to the SAT, when
(a) Set-aside for women-owned small business (WOSB);
(b) The nonmanufacturer rule has been waived (see FAR 19.505(c)(4)); and
(c) FAR clause 52.219-30, Notice of Set-Aside for, or Sole-Source Award to, Women-Owned Small Business Concerns
Eligible Under the Women-Owned Small Business Program, is included in the solicitation.
(3) General.
(a) FAR clause 52.219-30, except paragraph (b), applies to this solicitation.
(b) FAR 19.1503 requires WOSB concerns to be certified by the Small Business Administration to be eligible for set-
asides under the WOSB Program (see 13 CFR 127.300). A certified economically disadvantaged women-owned small
business (EDWOSB) is automatically eligible as a certified WOSB.
(c) The Government will make an award based on the following order of set-aside precedence
(1) Certified WOSB; or
(2) If no eligible offer is received from a certified WOSB concern at a fair market price, a small business concern.
(d) The following clause(s) apply when award is made to
(1) Certified WOSB, FAR 52.219-30 and 52.219-14 Limitations on Subcontracting (SEP 2021) (DEVIATION 2021-
O0008)); or
(2) After cascade evaluation, small business concern, FAR 52.219-6.]
[L38 Economically Disadvantaged Women-Owned Small Business/Small Business Set-Aside Cascade Instructions
nonmanufacturer rule (NMR) is waived. (JAN 2023).
Applies for automated solicitations valued over the micro-purchase threshold but less than or equal to the SAT when
an economically disadvantaged women-owned small business set-aside is anticipated and FAR clause 52.219-29,
Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-owned Small Business
Concerns, is included. Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small
Business Program, is included.
Procurement Note:
(1) This solicitation is restricted to economically disadvantaged women-owned small business (EDWOSB) and small
business concerns. The Government encourages all small business concerns to submit offers.
(2) Applicability. This procurement note applies to automated solicitations valued over the micro-purchase threshold
DEFENSE LOGISTICS AGENCY (DLA) MASTER SOLICITATION
FOR AUTOMATED SIMPLIFIED ACQUISITIONS
REVISION 90 (JAN 9, 2023)
24
but less than or equal to the SAT, when
(a) Set-aside for EDWOSB;
(b) The nonmanufacturer rule has been waived (see FAR 19.505(c)(4)); and
(c) FAR clause 52.219-29, Notice of Set-Aside for, or Sole-Source Award to, Economically Disadvantaged Women-
owned Small Business Concerns, is included in the solicitation.
(3) General.
(a) FAR clause 52.219-29, except paragraph (b), applies to this solicitation.
(b) FAR 19.1503 requires EDWOSB concerns to be certified by the Small Business Administration to be eligible for
set-asides under the WOSB Program (see 13 CFR 127.300).
(c) The Government will make an award based on the following order of set-aside precedence
(1) Certified EDWOSB; or
(2) If no eligible offer is received from a certified EDWOSB concern at a fair market price, a small business concern.
(d) The following clause(s) apply when award is made to
(1) Certified EDWOSB, FAR 52.219-29 and 52.219-14 Limitations on Subcontracting (SEP 2021) (DEVIATION 2021-
O0008)); or
(2) After cascade evaluation, small business concern, FAR 52.219-6.]
M01 Approved Suppliers for Federal Supply Class (FSC) 5961, Semiconductors and Hardware Devices, and FSC
5962, Electronic Microcircuits (JUN 2020) – Applies to solicitations when purchasing qualification items in FSCs 5961
and 5962.
M03 Qualified Suppliers List for Manufacturers (QSLM)/Qualified Suppliers List for Distributors (QSLD) for Troop
Support (JUN 2020) – Applies to solicitations when purchasing Troop Support QSLM/QSLD qualification items.
M04 Evaluation Factor for Government Testing of First Articles (MAY 2020) – Applies when the Government’s
laboratory cost will be a factor in evaluating offers.
M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) Applies where surplus material
is acceptable.
M06 Evaluation of Offers of Alternate Product for Part Numbered Items (SEP 2016) Applies when items are
identified in the item description only by the name of an approved source (CAGE code), a part number, and a brief
description.