Award/Contract DAAA09-03-C-0029

EX-10.1 4 d31010exv10w1.txt AWARD/CONTRACT DAAA09-03-C-0029 . . . EXHIBIT 10.1 AWARD/CONTRACT 1. THIS CONTRACT IS A RATED ORDER RATING DOA 6 PAGE 1 OF 29 UNDER DPAS (15 CFR 700) - ----------------------------------------------------------------------------------------------------------------------------------- 2. CONTRACT (PROC. INST. IDENT). NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQUEST/PROJECT NO. DAAA09-03-C-0029 29 APR 2003 SEE SCHEDULE - ----------------------------------------------------------------------------------------------------------------------------------- 5. ISSUED BY CODE WS2P1J 6. ADMINISTERED BY (IF OTHER THAN ITEM 5) CODE S0101A HO JHC DCHA BIRMINGHAM AHSOS-CCM-F BURGER PHILLIPS CENTER CARL MCDONALD ###-###-#### 1910 THIRD AVE NORTH AM 201 HOCX ISLAND IL ###-###-#### BIRMINGHAM AL ###-###-#### BLDG 150 e-mail address: MCDONALDCROSC.ARMY.MIL SCD c PAS NONE ADP PT HQ0338 - ----------------------------------------------------------------------------------------------------------------------------------- 7. NAME AND ADDRESS OF CONTRACTOR (NO. STREET, CITY, COUNTY, STATE, AND ZIP CODE) 8. DELIVERY VALENTEC SYSTEMS [X]FOB Origin [ ] Other(See Below) 2816 YORK AVE ---------------------------------------------------- MINDEN LA 71055-0000 9. DISCOUNT FOR PROMPT PAYMENT ---------------------------------------------------- 10. SUBMIT INVOICES ITEM TYPE BUSINESSS: other Small Business Performing in U.S. (4 Copies Unless Otherwise Specified 12 - ----------------------------------------------------------------------------- Code 1 PD 90 Facility Code To The Address Shown In: - ------------------------------------------------------------------------------------------------------------------------------------ 11. SHIP TO/MARK FOR CODE ______ 12. PAYMENT WILL BE MADE BY CODE HQ0338 SEE SCHEDULE DFAS-COLUMBUS CENTER DFAS-COSOUTH ENTITLEMENT OPERATIONS P.O. BOX 192264 COLUMBUS, 011 ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION: 14. ACCOUNTING AND APPROPRIATION DATA [ ] 10 U.S.C 2304(c) ( ) [ ] 41 U.S.C. 253(c) ( ) ACRN: AA 21 X45280650 65 26EB S1117J W52P1J - ------------------------------------------------------------------------------------------------------------------------------------ 15A. ITEM NO. 15B. SCHEDULE OF SUPPLIES/SERVICES 15C. QUANTITY 15D. UNIT 15E. UNIT PRICE 15F. AMOUNT - ------------------------------------------------------------------------------------------------------------------------------------ SEE SCHEDULE CONTRACT TYPE: KIND OF CONTRACT Firm-Fixed-Price Supply Contracts and Priced Orders - ------------------------------------------------------------------------------------------------------------------------------------ 15G. Total Amount Of Contract 5503,689.20 - ------------------------------------------------------------------------------------------------------------------------------------ 16. TABLE OF CONTENTS - ------------------------------------------------------------------------------------------------------------------------------------
(X) SECTION DESCRIPTION PAGE(S) (X) SECTION DESCRIPTION PAGE(S) - --- ------- ----------- ------- --- ------- ----------- ------- PART I-THE SCHEDULE PART II CONTRNET CLAUSES x A Solicitation/Contract Form 1 x I Contract Clauses 23 x B Supplies or Services and Prices/Costs 5 PART III LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS x C Description/Specs/Work Statement 7 x J List of Attachments 29 x D Packaging and Marking 10 PART IV REPRESENTATIONS AND INSTRUCTIONS x E Inspection and Acceptance 11 K Representations, Certifications, and x F Deliveries or Performance 17 Other Statements of Offerors x G Contract Administration Data 19 L Instrs, Conds, and Notices to Offerors x H Special Contract Requirements 20 M Evaluation Factors for Award
CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE - ------------------------------------------------------------------------------------------------------------------------------------ 17. [ ]CONTRACTOR'S NEGOTIATED AGREEMENT (CONTRACTOR IS 18. [X] AWARD (CONTRACTOR IS NOT REQUIRED TO SIGN THIS REQUIRED TO SIGN THIS DOCUMENT AND RETURN_____ COPIES TO DOCUMENT.) YOUR OFFER ON SOLICITATION NUMBER DAAA0902R0151 ISSUING OFFICE.) CONTRACTOR AGREES TO FURNISH AND DELIVER INCLUDING THE ADDITION OR CHANGES MADE BY YOU WHICH ALL ITEMS OR PERFORM ALL THE SERVICES SET FORTH OR OTHERWISE ADDITIONS OR CHANGES ARE SET FORTH IN FULL ABOVE,IS HEREBY IDENTIFIED ABOVE AND ON ANY CONTINUATION SHEETS FOR THE ACCEPTED AS TO THE ITEM LISTED ABOVE AND ON ANY CONTINUATION CONSIDERATION STATED HEREIN. THE RIGHTS AND OBLIGATIONS OF SHEETS. THIS AWARD CONSUMMATES THE CONTRACT WHICH CONSISTS THE PARTIES TO THIS CONTRACT SHALL BE SUBJECT TO AND OF THE FOLLOWING DOCUMENTS: (A) THE GOVERNMENT'S SOLICITATION GOVERNED BY THE FOLLOWING DOCUMENTS: (A) THIS AND YOUR OFFER, AND (B) THIS AWARD/CONTRACT. NO FURTHER AWARD/CONTRACT,(B) THE SOLICITATION, IF ANY, AND (C) SUCH CONTRACTUAL DOCUMENT IS NECESSARY. PROVISIONS, REPRESENTATIONS, CERTIFICATIONS, AND SPECIFICATIONS, AS ARE ATTACHED OR INCORPORATED BY REFERENCE HEREIN.(ATTACHMENTS ARE LISTED HEREIN). - ------------------------------------------------------------------------------------------------------------------------------------ 19A. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 20A. NAME OF CONTRACTING OFFICER MARK E. HALDEHAN S.J. SHOWS VP/GM HALDEMANH OSC. ARMY. MIL ###-###-#### - ------------------------------------------------------------------------------------------------------------------------------------ 19B. NAME OF CONTRACTOR 19C. DATE SIGNED 20B. UNITED STATES OF AMERICA 20C. DATE SIGNED VALENTEC SYSTEMS, INC. By /s/ S.J. Shows 050103 By /s/ MARK E. HALDEHAN 29 APR 2003 -------------------------------------- ---------------------- (Signature of person authorized to sign) (Signature of Contracting Officer) - ------------------------------------------------------------------------------------------------------------------------------------ NSN 7540-01-152-8069 25-108 Standard Form 26 (Rev,4-85) PREVIOUS EDITIONS UNUSABLE GPO: 1985 0-478-632 Prescribed By GSA-FAR (4.8 CFR) 53.214(a)
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
REGULATORY CITE TITLE DATE --------------- ----- ---- A ###-###-#### ARSENALS AS SUBCONTRACTORS JUN/2000 OSC A-2 AMC AMC-LEVEL PROTEST PROGRAM OCT/1996 *** (End of clause) (AH7010) A ###-###-#### 10 U.S.C 4543 PILOT PROGRAM FEB/2003 OSC
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
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT - ------- --------------------------------------------------------------- -------- ---- ---------- ----------- SECTION B - SUPPLIES OF SERVICES AND PRICES/COSTS 0001 SECURITY CLASS Unclassified 0001AA FIRST ARTICLE TEST REPORT 1 EA $ **NSP ** $ ** NSP ** ---------- ----------- Packaging and Marking Inspection and Acceptance INSPECTION: Origin ACCEPTANCE: Origin Deliveries or Performance DOC SUPPL REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD 001 3 DEL PEL CD QUANTITY DEL DATE 001 1 29-AUG 2001 FOB POINT: Origin SHIP TO: PARCEL POST ADDRESS (W52P1J) XR WOKB USA MAC ROCK ISL ARSENAL CONVENTIONAL AHRO WORKING CAP FUNC BLDG 150 BODMAN AVE ROCK ISLAND IL ###-###-#### SEE SECTION E (End of narrative F001) 0001AB PRODUCTION QUANTITY 7000 EA $ 29.49000 $ 206,789.20 ----------- ------------ CLIN CONTRACT TYPE: Firm-Fixed-price NOUN: H74 SIHULATOR FROM: F12A0H2EM2 PRON AMD: 03 ACRN: AA AMS CD: 080011 Packaging and Marking Inspection and Acceptance INSPECTION: Origin ACCEPTANCE: Origin Deliveries or Performance
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
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT - ---------- ----------------------------------------------------------------- -------- ---- ---------- ------------- DOC SUPPL REL CD MILSTRIP ADDN SIG CD MARK FOR TP CD 001 FW 202670062051A W67G33 J I DEL HEL CD QUANTITY DEL DATE 001 7,060 30-OCT-2003 FOR POINT: ORIGIN SHIP TO: PARCEL POST ADDRESS (W67G23 XR WOMM USA OSC DEPOT TOOELE TOOELE ARMY DEPOT TOOELE UT 84074-5003 0001AC PRODUCTION QUANTITY 10000 EA $ 29,49000 $ 294,900.00 ---------- ------------- CLIN CONTRACT TYPE Firm Fixed Price NOUN: H24 SIMULATOR PROG: F12A0R17M2 PRON AMD: 07 ACRN: AA ANS CD: 060011 PACKAGING AND MARKING INSPECTION AND ACCEPTANCE INSPECTION: ORIGIN ACCEPTANCE: ORIGIN DELIVERING OR PERFORMANCE DOC SUPPL REL CD MILSTRIP ADDR SIG CD MARK FOR TP CD 001 N490667042002HA [ILLEGIBLE] J 3 DEL REL CD QUANTITY DEL DATE 001 10,000 30-OCT-2003 FOR POINT: ORIGIN SHIP TO: PARCEL POST ADDRESS (WS3XHD) SU W302 HAC CRANE ARMY AMMO ACT WHOLESALE SUPPLY ACCOUNT SLDG 13 300 HWY 361 CRANE IN ###-###-####