Previous PageTable Of ContentsNext Page

DLAD PART 9 – CONTRACTOR QUALIFICATIONS



PART 9 – CONTRACTOR QUALIFICATIONS

TABLE OF CONTENTS

SUBPART 9.1 – RESPONSIBLE PROSPECTIVE CONTRACTORS

9.104-1 General standards.

9.105 Procedures.

9.105-1 Obtaining information.

9.105-2 Determinations and documentation.

9.106-1 Conditions for preaward surveys.

9.106-2 Requests for preaward surveys.

9.106-3 Interagency preaward surveys.

9.106-90 DLA preaward survey monitors.

9.106-91 Capability surveys for workshops for the blind and other severely handicapped.

SUBPART 9.2 – QUALIFICATIONS REQUIREMENTS

9.202 Policy.

9.203 QPLs, QMLs, and QBLs.

9.206 Contract clause.

9.207 Changes in status regarding qualification requirements.

SUBPART 9.3 – FIRST ARTICLE TESTING AND APPROVAL

9.306 Solicitation requirements.

9.306-90 Solicitation requirements for production lot test.

9.307 Government administrative procedures.

9.308 Contract clauses.

9.390 Compatibility testing.

SUBPART 9.4 – DEBARMENT, SUSPENSION, AND INELIGIBILITY

9.404 Parties excluded from procurement programs.

9.405 Effect of listing.

9.405-1 Continuation of current contracts.

9.406 Debarment.

9.406-3 Procedures.

9.406-90 Procedures for debarments based on poor performance.

9.407 Suspension.

9.407-3 Procedures.

SUBPART 9.1 – RESPONSIBLE PROSPECTIVE CONTRACTORS

(Revised September 13, 2011 through PROCLTR 2011-33)

9.104-1 General standards.

9.104-1(e)(90)

Use clause 52.209-9014, Vehicle Registration and Operations, for base support acquisitions involving installation access to the Defense Logistics Agency facility located in Richmond, Virginia.

9.104-2 Special standards.

9.104-6 Federal Awardee Performance and Integrity Information System (FAPIIS).

9.105 Procedures.

9.105-1 Obtaining information.

(iii) Contractor General Files. Refer to on-site procedures for required content and DSC focal point responsible for maintaining file. Contractor General Files include delivery performance data on both active and recently closed awards.

(iv) Pricing Branch Files. Refer to on-site procedures.

(v) Quality History. When a detailed review of a contractor's past quality performance is desired and a preaward survey (PAS) is not being contemplated, the Acquisition Specialist (preaward) may request a quality history from the Product Specialist in accordance with on-site procedures. If a preaward survey is being contemplated, the Acquisition Specialist (preaward) shall follow on-site procedures for requesting the quality portion of the preaward survey.

For DCRL Code A -- (NOTE: In the SAP Debarment Status Column, a “D” is entered for Debarment, a “P” is entered for Proposed Debarment/Suspension, and an “S” is entered for Suspended)

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

9.105-2 Determinations and documentation.

9.106-1 Conditions for preaward surveys.

(1) Quality history indicates quality portion of the preaward survey is not required. (If highlights are provided by the Product Specialist, document in accordance with on-site procedures.)

(2) No quality history exists. Recommend quality portion of preaward survey be conducted.

(3) Unique characteristics or manufacturing process require quality portion be done. (Document this response in accordance with on-site procedures.)

(4) Product Specialist desires to participate in the PAS. (Document in accordance with on-site procedures.)

9.106-2 Requests for preaward surveys.

9.106-3 Interagency preaward surveys.

9.106-4 Reports.

9.106-90 DLA preaward survey monitors.

9.106-91 Capability surveys for workshops for the blind and other severely handicapped.

SUBPART 9.2 – QUALIFICATIONS REQUIREMENTS

9.202 Policy.

9.203 QPLs, QMLs, and QBLs.

9.203(a)(90) QPL Connector Assemblies and QPL Electrical Contacts.

Use 52.209-9000, QPL Connector Assemblies and QPL Electrical Contacts, in solicitations and awards when purchasing QPL connectors with contacts listed on other QPL(s). The purpose of this clause is to increase competition and reduce the unit price of the assembled item. This can be achieved when assemblers are able to pass along cost savings they have realized by purchasing the connector from one QPL manufacturer and the contacts from another.

9.203(a)(91) Qualified List for Manufacturers/Qualified Suppliers List for Distributors.

Use 52.209-9012, Qualified List for Manufacturers/Qualified Suppliers List for Distributors, in solicitations and contracts which have a Qualified Suppliers List for Manufacturers (QSLM) and/or a Qualified Suppliers List for Distributors (QSLD) requirement for the item. There must be an established QSLM/QSLD in place before inclusion of this clause.

9.203(a)(92) Component QPL/QML Items.

Use 52.209-9013, Component QPL/QML Items, with FAR 52.209-1 (I09A01), Qualification Requirements, in all solicitations and contracts that contain component QPL(s)/QML(s).

9.206-2 Contract clause.

In accordance with FARS DEV 09-04, the contracting officer shall not insert the clause at FAR 52.209-1 when the following conditions apply:

9.207 Changes in status regarding qualification requirements.

9.290 Solicitation provisions and contract clauses for aircraft launch and recovery equipment (ALRE).

SUBPART 9.3 – FIRST ARTICLE TESTING AND APPROVAL

9.306 Solicitation requirements.

(1) Delete any reference to first article testing requirements in the Purchase Order Text (POT); and

(2) Free-type the following statement in the POT: 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).

(1) Insert the provision at 52.209-9030, First Article Evaluation Factors (LOGCOM DLR – DLA Land and Maritime) in solicitations for DLA Land and Maritime acquisitions of depot level repairable items managed by LOGCOM when First Article Testing is required.

(2) Use the provision with its Alternate I when the First Article Testing will be performed by the Government.

9.306-90 Solicitation requirements for production lot test.

9.307 Reserved

9.308 Contractor clauses.

9.308-1 Testing performed by the contractor.

(2) Identify the “Contractor First Article Test (FAT) (including test report)” quantity as “1 TE (TEST);” and

(1) Use Alternate I when the product specialist has communicated to the contracting officer that first article approval authority shall be delegated to the Defense Contract Management Agency (DCMA) Administrative Contracting Officer (ACO) whenever awardee will be required to perform contractor first article testing;

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

(3) Use Alternate III when the Material Master, Product Assurance tab specifies terms for disposition of approved first article units that differ from the terms in FAR 52.209-3. The contracting officer shall complete the appropriate fill-in;

(4) Use Alternate IV when progress payments are authorized for the first article. Circumstances that justify the need for progress payments (such as when exceptionally high start-up costs are anticipated) and the basis for determining the maximum dollar value and/or percentage of total contract price shall be thoroughly documented in the contract file.

(5) Use Alternate V when the product specialist has communicated to the contracting officer that the item requires in-process verification of the first article manufacture by the cognizant Quality Assurance Representative (QAR).

(1) For awards issued by DLA Land and Maritime:

DLA Land and Maritime FAT Monitor, BPI

P. O. Box 3990

Columbus, OH 43218-3990;

(2) For awards issued by DLA Troop Support:

(i) DLA Troop Support

Attention: First Article/Testing Monitor

Bldg. 3 NASA

700 Robbins Avenue

Philadelphia, PA 19111; or

(ii) For acquisitions of Clothing and Textile (C&T) items; Medical and Subsistence items; and Meal, Ready-To-Eat (MRE) and Tray Pack Items, the contracting officer, who acts as FAT/Testing Monitor;

(3) For awards issued by DLA Aviation:

DLA Aviation

Test Coordinator Office

(4) For awards issued by Naval Surface Warfare Center, Carderock Division:

Commanding Officer

Naval Surface Warfare Center

Code 954, BLDG 77L

Philadelphia Business Center

Carderock Division

Philadelphia, PA 19112-5083

Telephone: (215) 897-1146

(5) For awards issued by Naval Sea Systems Command, Washington Navy Yard:

Commander

Naval Sea Systems Command

Sea 05M3

1333 ISAAC Hull Avenue

SE Stop 5160

Washington Navy Yard, DC 20376-5160

Telephone: (202) 781-3729

(ii) Outline agreements. When awarding outline agreements that include items with first article testing requirements, lock the Service Material line item on the delivery order, to prevent payment of the line prior to receipt of the testing/approval certification; and lock the “FAT” row in SAP.

(iii) When the clause at 52.209-3 was included in the solicitation, and it has been determined that the first article test and approval requirements will be waived for the awardee, the Contracting Officer shall reflect this in the award by taking the following actions:

(A) Insert the clause at 52.209-9020, First Article Testing Requirements Are Waived, in the award; and

(B) Use “Data Maintenance” to—

(1) Delete any reference to First Article Testing in the Purchase Order Test (POT); and

(2) Free-type the following statement in the POT: First article testing requirements are waived for this procurement.

9.308-2 Testing performed by the Government.

(2) Identify the “Government First Article Test (FAT)” quantity as “1 TE (TEST);” and

(1) For awards issued by DLA Land and Maritime (DSCC):

DLA Land and Maritime FAT Monitor, BPI

P.O. Box 3990

Columbus, OH 43218-3990;

(2) For awards issued by DLA Troop Support:

(i) DLA Troop Support

Attention: First Article/Testing Monitor

Bldg. 3 NASA

700 Robbins Avenue

Philadelphia, PA 19111; or

(ii) For acquisitions of Clothing and Textile (C&T) items; Medical and Subsistence items; and Meal, Ready-To-Eat (MRE) and Tray Pack Items, the contracting officer, who acts as FAT/Testing Monitor;

(3) For awards issued by DLA Aviation:

DLA Aviation

Test Coordinator Office

(4) For awards issued by Naval Surface Warfare Center, Carderock Division:

Commanding Officer

Naval Surface Warfare Center

Code 954, Building 77L

Philadelphia Business Center

Carderock Division

Philadelphia, PA 19112-5083

Tel: (215) 897-1146

(5) For awards issued by Naval Sea Systems Command, Washington Navy Yard:

Commander

Naval Sea Systems Command

Sea 05M3

1333 ISAAC Hull Avenue

SE Stop 5160

Washington Navy Yard, DC 20376-5160

Tel: (202) 781-3729

(1) Delete any reference to First Article Testing in the Purchase Order Test (POT); and

(2) Free-type the following statement in the POT: First article testing requirements are waived for this procurement.

9.308-2(90) Pre-Award Sample(s) for medical materiel.

Use 52.209-9003, Pre-Award Sample(s), in solicitations for medical materiel. If the contracting officer determines that routine preaward survey techniques are inadequate or have failed to result in a conclusive determination of the prospective contractor’s responsibility, the clause allows the contracting officer to request a sample to verify responsibility.

9.390 Compatibility testing.

When the Material Master indicates compatibility testing is required, insert the clauses at 52.209-9022, Compatibility Testing Requirements, and 52.209-9023, Compatibility Testing Approval – Government Testing, in solicitations and awards, including when acquisitions are conducted using FAR Part 12. Complete the fill-ins in 52.209-9023, Compatibility Testing Approval – Government Testing, with information shown in the Material Master, Product Assurance tab.

9.391 Government fit verification testing.

When acquiring DLA Aviation items and the Material Master indicates Government fit verification testing is required, insert the clauses at 52.209-9024, Government Fit Verification Testing, and 52.209-9025, Government Fit Verification Testing Approval, in solicitations and awards, including when acquisitions are conducted using FAR Part 12. Complete the fill-ins in 52.209-9025, Government Fit Verification Testing Approval, with information shown in the Material Master, Product Assurance tab.

SUBPART 9.4 – DEBARMENT, SUSPENSION, AND INELIGIBILITY

9.404 Parties excluded from procurement programs.

9.404-90 Sources for Clothing/Textile Components.

Use 52.209-9004, Sources for Clothing/Textile Components - NIB and NISH, in all orders in the DLA Troop Support Clothing and Textile and Medical supply chains with NIB/NISH for clothing and equipment items which are to be fabricated in whole or in part from a cloth or textiles subcontractor.

9.404-91 Identification of Sources for All Components for Clothing/Textile Items.

Use 52.209-9005, Identification of Sources for All Components for Clothing/Textile Items, in solicitations in the DLA Troop Support Clothing and Textile and Medical supply chains for clothing and equipment items which are to be fabricated in whole or in part from cloth or textiles.

9.405 Effect of listing.

9.405-1 Continuation of current contracts.

9.406 Debarment.

9.406-3 Procedures.

9.406-90 Procedures for debarments based on poor performance.

9.407 Suspension.

9.407-3 Procedures.

Previous PageTop Of PageTable Of ContentsNext Page