Previous PageTable Of ContentsNext Page

DLAD PART 9



(A) The conditions that warranted their inclusion on the DCRL no longer

exist or have substantially improved; and/or

SAP Special Attention Reason Codes

SAP Description

DPACS Help Text

A

Suspended or Debarred

Debarred, Suspended or Otherwise Ineligible. This category includes firms or individuals that are ineligible for federal procurements due to a suspension, proposal for debarment or debarment pursuant to FAR 9.4.

B

Recommended for Debarment

Recommended For Debarment or Suspension. This category includes contractors that have been recommended for debarment or suspension. Although these contractors are not ineligible for award, special procedures are required.

C

Responsibility Matters

Certification Regarding Responsibility Matters. This category includes contractors that have certified in accordance with FAR 52.209-5 that they have had a criminal conviction or civil judgment for fraud in the past three years or are currently indicted or otherwise criminally or civilly charged with fraud.

D

Termination for Default

Termination for Default. Contractors in this category have been terminated for default within the previous twelve months.

E

Financial Difficulties

Financial Difficulties (Including Chapter 11 Bankruptcy). Contractors are included in this category when information is received from DCMA or other sources that indicates the contractor is having financial difficulties. Such difficulties include contractor indebtedness that may jeopardize timely completion of the contract or contractor application for reorganization under bankruptcy laws (Chapter 11). Information may include formal bankruptcy notifications, or information informally obtained from credible sources.

F

Chapter 7 Bankruptcy

Business Closings (Including Chapter 7 Bankruptcy). This category includes contractors and individuals who have ceased business operations, are in the process of liquidating under bankruptcy laws (Chapter 7), or are otherwise going out of business.

G

Negative PreAward Survey

Negative Preaward Survey. Contractors are included in this category when a preaward survey (PAS) that recommends no award has been received within the last twelve months

H

DCMA Imposed Corrective Action

DCMA Has Imposed Corrective Action. Contractors are included in this category when DCMA has found deficiencies in the contractors' quality system and has imposed a Corrective Action (CAR) Level III or IV Review

I

In DCMA Alert System

DCMA "Alerts" System. DCMA has relevant information concerning contractors in this category.

J

Delinquent Performance

Delinquent Performance. This category includes contractors that have exhibited a pattern of delinquencies.

K

“Buy-Ins” or “Bid Shopping”

"Buy-ins" and "Bid Shopping." This category includes contractors that have had excessive cancellations, price increases and requests for modification after award. These practices indicate a "buy-in", "bid shopping", or other unacceptable bidding practices. (1) "Bid shop after award" that result in frequent inability to furnish supplies in accordance with the quotation that led to the award. (2) Submit frequent requests for deviations or waivers, clarification, and substitution of part numbers, most of which lacks substance but prevents compliance with the original delivery date. (3) Frequently return purchase orders for price increase. (4) Frequently cancel purchase orders just prior to due date in an apparent effort to reduce its delinquency rate. (5) Take advantage of a purchase order that is not legally binding on the contractor until acceptance or start of performance.

L

Pricing Discrepancies

Pricing Discrepancies (Excessive prices). Contractors are in this category when information indicates prices may not be fair and reasonable.

M

Fast Pay Discrepancies

Fast Pay Discrepancies/Abuse Contractors are included in this category when there is evidence that a contractor is violating or has violated the Fast Pay procedure (e.g., contractor has invoiced the government without shipping the supplies).

N

Potentially Defective Material

Potentially Defective Material. The DoDIG has issued notifications regarding potentially defective material supplied by contracts in this category.

O

Counterfeit Material and Unauthorized Substitution

Counterfeit Material and Unauthorized Product Substitution. Contractors in this category are under surveillance by the Counterfeit Material/Unauthorized Product Substitution (CM/UPS) Team.

P

Nonconforming Supplies

Nonconforming Supplies. This category includes contractors for which evidence has been provided that a contractor has supplied nonconforming material, has supplied surplus material without quoting surplus material, has supplied foreign material without identifying country of origin, or has other questionable quality practices.

Q

Failure to Provide Approved Part

Failure to Provide Approved Part. This category includes contractors that have a pattern of supplying unapproved parts or making an unauthorized substitution for CAGE code/part numbered items.

R

Miscellaneous

Miscellaneous (Other Information). This category serves as an informational category providing contracting personnel with current status of administrative changes, business closings, transfer of ownership, change of location, change of CAGE code, multiple contractors at the same location or any other information that may assist in the decision process. See the "Remarks" section of the DCRL for instructions.

S

Sensitive Information

Sensitive Information. Specific instructions apply to contractors listed in this category. These instructions are not necessarily related to responsibility and the reason for placement in this category may not be divulged due to sensitivity. The "Remarks" section of the DCRL may contain a point of contact for information regarding these contractors. Sensitive information regarding these contractors shall not be disclosed to unauthorized persons.

T

Delinquent on Delivery Reduction

Substantially Delinquent on Delivery Reduction Incentive/Delivery Evaluation Factor Awards.

U

Work Stoppage

Work Stoppage.

V

Suspected Fraud or Collusion

Suspected Fraud or Collusion/Deceptive Business Practices.

W

Combined CAGE Codes

Combined CAGE Codes. Performance history for two or more CAGE codes have been combined for ABVS purposes.

X

Contractor Report No Receipt of PO

Contractor Reported for Non-Receipt of Purchase Order.

Y

Reserved

Reserved

Z

Reserved

Reserved

SAP Special Attention Treatment Codes

SAP Description

DPACS Help Text

01

Reserved

Reserved

02

Evidence of AID MFR Part Number

For Part Numbered items, get evidence item was acquired from Manufacturer cited in the AID

03

Reserved

Reserved

04

Withhold Fast Pay Recommended

Withholding of Fast Pay recommended

05

Recom PAS > SAT/ Verbal < SAT

Recommend Preaward Surveys for large buys/verbal preaward surveys for simplified buys

06

Fraud Monitor Coordination Required

Forward any proposed awards through Fraud Monitor

07

Source Inspection Recommended

Source Inspection recommended (use of source inspection evaluation factor authorized after formal notification to contractor)

08

Do not solicit or award

Do not solicit or award

09

Review Contractor Performance History

Review Contractor Performance History (CPH)

10

Report Suspect Material to Fraud Monitor

Report suspected material problems to Business Integrity (Fraud) Counsel

11

Coordinate with DCMA

Coordinate with DCMA

12

Corrective Action Report Level IV approval required

CAR Level IV, approval required for award

13

Bilateral Award Email to Fraud Monitor

Bilateral Award – email contractor’s name and CAGE, contract/purchase order no., and NSN to Fraud Monitor

14

Coordinate Mods with Fraud Monitor

Post award – Coordinate all administrative actions (modifications) with Fraud Monitor or Fraud Counsel

15

Deter Resp/Nonresp required

Prepare formal determination of responsibility/nonresponsibility

16

CAGE Combined for ABVS Info

This CAGE Code has been combined with other CAGE codes for ABVS purposes (For Informational Purposes Only)

17

Coordinate Cost and Price Office

Coordinate with Cost and Price Office

18

Report to Fraud Counsel

Report to Business Integrity (Fraud) Counsel

19

Coordinate with Office of Counsel

Coordinate with Office of Counsel

20

Refer to DCRL Narrative Detail

Refer to DCRL Narrative for details

21

Reserved

Reserved

22

Recommend no DRI/DEF awards

Recommend no delivery reduction Incentive/Delivery Evaluation Factor Awards

23

Coordinate Indust Prep Monitor

Coordinate with Industrial Preparedness Monitor

24

Reserved

Reserved

25

Reserved

Reserved

26

Recommend Price Reasonableness

Recommend documentation of price reasonableness

27

Suspend Automated Awards

Suspend from Automated Systems (case by case basis)

28

Reserved

Reserved

29

Reserved

Reserved

30

Reserved

 

THIS PROCUREMENT IS LIMITED TO CONSIDERATION OF QUOTES FOR ITEMS PRODUCED BY SOURCES

THAT ARE ELIGIBLE FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS (SEE 52.209-9015).

(f)(2) Insert 52.211-9019, Reduced Delivery Schedule Applies When First Article Testing Requirements Are Waived, in all solicitations and contracts for items that require first article testing, including when acquiring items using FAR Part 12.

(2) Use Alternate II for clothing and textile (C&T) items;

Test Coordinator Office

(C) Use Alternate II for Clothing and Textile (C&T) items;

(D) Use Alternate III for Medical and Subsistence items. The contracting officer shall complete the appropriate fill-in in paragraph (a)(2)(ii) with information in the Material Master, Product Assurance tab; or, if no alternative direction appears, mark “Other,” and insert “in accordance with contract terms.”

(E) Use Alternate IV for Meal, Ready-To-Eat (MRE) and Tray Pack Items;

(F) Use Alternate V when the purchase order text (POT) cites that MIL-STD-1525B applies;

(H) Use Alternate VII when progress payments for the first article units are authorized in the contract. Circumstances justifying the need for progress payments (e.g., when exceptionally high start-up costs are anticipated, etc.) and the basis for determining the maximum dollar value and/or percentage of total contract price shall be thoroughly documented in the contract file.

(I) Use Alternate VIII in requests for quotes when Government first article test requirements apply, and the contracting officer determines its use is appropriate (e.g., if prior quoters for the item are known to have submitted unbalanced quotes in the past, etc.).

Test Coordinator Office

Previous PageTop Of PageTable Of ContentsNext Page