Firm-Fixed-Price Supply Contract Between U.S. Army and Valentec Systems, Inc. (DAAA09-03-C-0029)
Contract Categories:
Business Operations
›
Supply Agreements
Summary
This contract is an agreement between the U.S. Army and Valentec Systems, Inc., a small business based in Louisiana. Under this firm-fixed-price contract, Valentec Systems will supply specified goods or services to the Army for a total amount of $5,503,689.20. The contract outlines delivery, payment, and administrative terms, and is governed by federal procurement regulations. The agreement is effective as of April 29, 2003, and includes standard government contract clauses and requirements.
EX-10.1 4 d31010exv10w1.txt AWARD/CONTRACT DAAA09-03-C-0029 . . . EXHIBIT 10.1
CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE - ------------------------------------------------------------------------------------------------------------------------------------
REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE 2 OF 29 CONTINUATION SHEET PIIN/SIIN DAAA09-03-C-0029 MOD/AMD REPRINT NAME OF OFFEROR OR CONTRACTOR: VALENTEC SYSTEMS SECTION A SUPPLEMENTAL INFORMATION For Local clauses See: http://www.osc.army.mil/[ILLEGIBLE]clauses/index.htm
Congressional language in Section 141 of the 1998 Defence Authorization Act(10 U.S.C 4543 Pilot Program allows "not more than three Army industrial facilities" to sell manufactured articles and services in support of DoD Weapon systems without regard to availability from domestic sources. The three Army industrial facilities in this program are McAlester Army Ammunition Plant. McAlester OR Rock Island Arsenal, Rock Island, IL. and Watervliet Arsenal, Watervliet, NY. These facilities cannot submit offers as the prime contractor on this solicitation, but in accordance with the above described pilot program can act as a subcontractor to potential prime [ILLEGIBLE] when the statutory requirements (10 U.S.C. 4543) are [ILLEGIBLE]. If you are interested in obtaining information about their capabilities, please contact the following: McAlester Army Ammunition Plant Mr. Paul McDaniel,Attn: [ILLEGIBLE] McAlester, Oklahoma ###-###-#### [ILLEGIBLE] [ILLEGIBLE] [ILLEGIBLE] Island Arsenal Mr. Earl Fox, Attn: [ILLEGIBLE] Rock Island,:[ILLEGIBLE] [ILLEGIBLE] [ILLEGIBLE] siori-co-bditla.army.mil Watervliet Arsenal Mr. Michael Flaherty, Attn: SOSWV-ODP Watervliet, New York 12169-4050 ###-###-#### flaherty-wva.army.mil (End of Clause) (AS7010) A-4 [ILLEGIBLE] CONTRACTOR PERFORMANCE CERTIFICATION PROGRAM APR/1997 *** (End of clause) (AS7000) REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE 3 OF 29 CONTINUATION SHEET PIIN/SIIN DAAA09-03-C-0029 MOD/AMD REPRINT NAME OF OFFEROR OR CONTRACTOR: VALENTEC SYSTEMS A-5 52.252-4500 FULL TEXT CLAUSES SEP/1997 OSC 1. The entire body of full text regulatory and command unique clauses and provisions will no longer be included in solicitations or contracts. These clauses and provisions have the same force and effect as if the entire full text was included in the solicitation/ contract. Where text has been removed three astericks are put in its place (***). 2. You can view or obtain a copy of the clauses and provisions on the internet At: www.osc.army.mil/ac/aais/osc/clauses/index.htm. Click on command unique first to locate the clause. If it is not located under command unique click on regulatory to find. 3. All full text clauses have a 6 or 7 as the third digit of the clause number (i.e. AS7000). (End of clause) (AS7001) This request for Proposal is a 1001 Small Business Set-Aside for the M74 Simulator. MSN: 1370-00-029-6007 Offerore shall submit proposal on a with First Article Basis. The Government provides a best value, competitive, firm fixed price contract. The evaluation factors include: The Manufacturing Plan, Past Performance, Price. Small Business Utilization. Award will be made to the offeror whose Manufacturing Plan. Past Performance, Price and Small Business Utilization provides the best value to the Government. The Manufacturing Plan is significantly more important than Past Performance and Price. Past Performance and Price are of equal value. Small Business Utilization has the least value. The Manufacturing Plan. Past Performance and Small Business Utilization. When combined are significantly more important than Price. The subfactor in each category are in descending order of importance. In order to evaluate the proposal, the Government will employ the best value approach to evaluate proposals submitted in response to this solicitation. The Government cautions offerors to pay close attention to Section L: "Instructions to Offerors" and to Section M, "Evaluation Factors and Significant Subfactors for Award" in their entirety. The government is not bound to award to the lowest priced evaluated offer in this best value approach. The offeror's Manufacturing Plan may justify payment of a premium See Section L S HI. For purposes of evaluation,each offeror is to provide the information specified in the applicable provision. Award will be made to the offeror whose proposal is determined to be the best value to the Government based on the cited criteria. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of their proposal. The Government will not make assumptions as to the offeror's Intent, capabilities, facilities,or experience. Clear identification is the sole responsibility of the offeror. The Government cautions the offerors to ensure that their proposal is complete, including all fill-in the blanks in the solicitation. Offerors should take note of the provision FAR 52.215-1,"Instructions to Offerors-Competitive Acquisition." The Government intends to award a contract resulting from this solicitation without discussions with the offerors (except for clarification as described in FAR 15.306(A)).Therefore, offeror's initial proposals should contain the best terms from all Lactoru/sub factors. However, the Government reserves the right to conduct discussions if determined necessary by the Procuring Contracting Officer. The Government directs the offeror's attention to the Critical Characteristics clause (See Section 2). The Government defines NSP, as seen in Section B, as Not Separately Priced. In accordance with solicitation clause, "Required Central Contractor Reg. stration,"262 ###-###-####, failure to register in the Central Contractor Registration database will make an offeror ineligible for award. The Government provided [ILLEGIBLE] summary for administrative assistance only and is not intended to alter the terms and conditions of the solicitation. *** End of Narrative A001***** THE PURPOSE OF THIS DOCUMENT IS AS FOLLOWS: MAKE A BASIC CONTRACT AWARD TO VALENTEC SYSTEMS, INC., FOR THE PRODUCTION OF 17, [ILLEGIBLE] SIMULATOR, AIRBURST PROJECTILE AT A COST OF REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE 4 OF 29 CONTINUATION SHEET PIIN/SIIN DAAA09-03-C-0029 MOD/AMD REPRINT NAME OF OFFEROR OR CONTRACTOR: VALENTEC SYSTEMS $29.59 PER UNIT FOR A TOTAL CONTRACT COST OF $503,689,20. DELETED CLIN 003AA AND RENUMBERED 0002A9 0001AC. DELIVERIES ARE ON A F.O.B ORIGIN WITH A FIRST ARTICLE BASIS. EARLY DELIVERIES ARE ACCEPTABLE AND AUTHORIZED AT NO COST TO THE GOVERNMENT. TERMS AND CONDITIONS FROM EFP DAAA09-02-R-0151 ARE INCORPORATED INTO THIS AWARD. *** END OF NARRATIVE A 003 *** REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE 5 OF 29 CONTINUATION SHEET REPRINT PIIN/SIIN DAAA09-03-C-0020 MOD/AMD NAME OF OFFEROR OR CONTRACTOR: VALENTEC SYSTEMS
REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE 6 OF 29 CONTINUATION SHEET REPRINT PIIN/SIIN DAAA09-01-C-0029 MOD/AMD NAME OF OFFEROR OR CONTRACTOR: VALENTEC SYSTEMS