TABLE OF CONTENTS
(Revised April 25, 2014 through PROCLTR 2014-64)
SUBPART 53.2 – PRESCRIPTION OF FORMS
53.201 Federal Acquisition Regulations System.
53.201-92 Contract file content list (DLA Form 678).
53.213 Small purchase and other simplified purchase procedures.
53.213-90 Blanket purchase agreement delivery ticket (DLA Form 470).
53.213-91 Shipping instructions (DLA Form 1224).
53.213-92 Request for quotation (DLA Form 1231).
53.219 Small business and small disadvantaged business concerns.
53.219-90 Referral of small business for certificate of competency (CoC) consideration (DLA Form 1756).
SUBPART 53.3 – ILLUSTRATION OF FORMS
53.300 General
SUBPART 53.90 – FORMATS AND TEMPLATES
53.9001 Federal Acquisition Regulations System
53.9001(a) Checklists - individual contract reviews – supplies and/or services.
53.9001(b) Checklists - individual contract reviews – construction.
53.9001(c) DPAP Peer Review quarterly forecasting formats
53.9001(d) DAR case format
53.9001(e) DLA Automated Procurement Systems Internal Controls (APSIC) process reviews checklist
53.9001(f) Types of COR
53.9001(g) Sample Letter of Designation for a COR
53.9001(h) Annual COR file inspection checklist
53.9001(i) Sample letter terminating the designation of a COR
53.9001(j) Sample memorandum to CCO for use of Contracting Officer’s electronic signature on
automated procurement systems
53.9001(k) Ratification of unauthorized commitments checklist
53.9001(l) Quantum meruit checklist
53.9006 Competition Requirements
53.9006(a) Template – Justification for Other than Full and Open Competition
53.9007 Acquisition Planning
53.9007(a) Template - Streamlined Acquisition Plan (SAP)
53.9013 Simplified Acquisition Procedures
53.9013(a) Elevation Timeline for Simplified Acquisitions
53.9013(b) Simplified Acquisition Award Documentation
53.9013(c) Commercial Pre-solicitation Document
53.9013(d) Commercial Award Determination
53.9013(e) DOD EMALL Waiver
53.9015 Contracting by Negotiation
53.9015(a) Price Negotiation Memorandum Checklist – Competitive
53.9015(b) Price Negotiation Memorandum Checklist – Noncompetitive
53.9019 Small Business Programs
53.9019(a) Fair Market Price Determination
SUBPART 53.2 – PRESCRIPTION OF FORMS
(Revised April 18, 2014 through PROCLTR 2014-64)
53.201 Federal acquisition regulations system.
53.201-92 Contract file content list (DLA Form 678).
(a) General. DLA Form 678 shall be used as prescribed in 4.803(S-90).
(b) General instructions for preparation and use of DLA Form 678. The blocks shall be "X'd" and/or filled in as appropriate.
(1) Filing instructions.
(i) Sections A and B shall be filed on the left side of the file folder with section A on the bottom. Sections C and D shall be filed on the right side of the file folder with section C on the bottom.
(ii) The lowest numbered tab within each section shall be placed at the bottom of that section. When multiple documents are present under a numbered tab, e.g., correspondence, memoranda, they shall be filed chronologically with the most recent document on top.
(iii) It is impossible to enumerate all of the factors or conditions which may require specific documentation over and above that normally required. Therefore, as circumstances dictate, contracting officers shall describe, under the appropriate "blank" tab numbers, e.g., numbers 15-17; 30-32, such documentation as may be peculiar to the acquisition involved and file same in the analogous contract file section, e.g., tab 31, Certificate of Competency.
(2) Contract documentation.
(i) The documents identified on DLA Form 678 are those which are normally required to support a sealed bid/negotiated acquisition, other than a small purchase. The file sections provided establish the logical acquisition cycle sequence of documentation. The completed file will constitute a complete chronological history of the transaction and permit ready reconstruction of the actions taken in processing the acquisition.
53.213 Small purchase and other simplified purchase procedures.
53.213-90 Blanket purchase agreement delivery ticket (DLA Form 470).
This form may be used when supplies or services are acquired by means of a blanket purchase agreement (BPA).
(a) General. The Defense Logistics Agency (DLA) Form 470 is a cut sheet form and is designed to be used by the vendor as an acknowledgment of a call, notice of shipment, packing list, and invoice. This form eliminates the need for preparation, by the Contractor, of separate forms for these purposes. Also, Government personnel requiring information on these forms will receive it on a standard format.
(b) Procedure. A supply of the forms may be provided by the contracting office to each Contractor who has entered into a BPA with the center. Upon the placing of a call, the Contractor may be required to complete the BPA delivery ticket based on information contained in the written or oral call in accordance with detailed instructions to be provided by the contracting office.
(c) General instructions for preparation of DLA Form 470. After the placing of each call, complete the call, complete the form in accordance with the general instructions below, and any specific instructions received with the placing of the call.
(1) Block 11. This is the date the supplies are to reach destination, not the date of shipment. Convert the number of delivery days the Government offered to an actual date. For example, if the Government offered a 30-day delivery and received the oral or written call on 1 October, enter 10/31/YY as the required date.
(2) Block 12. This is the date the supplies are to be shipped, not delivered.
(3) Blocks 13 through 19. Information for these blocks will be furnished by the contracting office at the time of the call. Enter the name and address of the consignee in block 15.
(4) Blocks 21 through 23. Entries in these blocks will be made at the time of shipment. Enter actual date shipped or delivered. No partial shipments to a particular destination may be made. If more than one shipment is made against a call, prepare two copies of this form for shipment. Copies of the shipping documents may be attached as an alternative to completing blocks 21 and 22.
(5) When using the form as an acknowledgment of call. Place a check mark on "*" copies of the form in the box "Acknowledgment of call" (block 9).
(6) When using this form as a notice of shipment. Place a check mark in the box "Packing list" (block 9) on "*" copies of the form in the box "Notice of shipment" (block 9).
(7) When using the form as a packing list. Place a check mark in the box "packing list" (block 9) on "*" copies of the reproduced form for each consignee. Be sure blocks 21 through 23 have been completed, as applicable, on the forms used. Send "*" copies to each consignee by placing copies inside the container or in an envelope attached to the exterior of the container.
(8) When using this form as an invoice. At the end of the billing period, fill in "*" copies of the reproduced form which includes the shipment data for all destinations of that call as follows:
(i) Place a mark in the box marked invoice (block 9) of each copy of the form.
(ii) Sign and date blocks 24 and 25 of the top copy only of the form. If the BPA under which this call was issued does not provide for the fast payment procedure, the top copy must contain the signature and date (blocks 27A and 27B) of the authorized Government representative receiving and/or accepting for the Government.
"*" The number required shall be in accordance with the needs of the contracting office.
53.213-91 Shipping Instruction (DLA Form 1224).
This form is used against automated simplified acquisitions.
53.213-92 Request for Quotation (DLA Form 1231).
This form is used against automated simplified acquisitions.
53.219 Small business and small disadvantaged business concerns.
53.219-90 Referral of Small Business for Certificate of Competency (CoC) Consideration (DLA Form 1756).
(a) DLA Form 1756 may be used to provide information for CoC referrals as required by FAR 19.602-1 and DFARS 219.602-1.
(b) General instructions for preparation of DLA Form 1756:
(1) The name, size status, and total dollar value of the next low offeror should be identified, however, referrals shall not urge a conclusion based upon the size status of the second low offeror.
(2) The remaining blocks of the form are self-explanatory.
SUBPART 53.3 – ILLUSTRATION OF FORMS
(Revised April 18, 2014 through PROCLTR 2014-64)
DLA forms are electronically maintained at http://www2.dla.mil/officialforms/pages/default.aspx.
SUBPART 53.90 - FORMATS AND TEMPLATES
(Revised October 20, 2015 through PROCLTR 2016-01)
53.9006 Template – Justification for Other than Full and Open Competition
The following format should be used as prescribed in 6.303-2.
MEMORANDUM FOR RECORD
SUBJECT: “Justification for Other than Full and Open Competition for [item/service to be purchased] under authority of 10 U.S.C. 2304 [specific exception number].”
1. Summary/introduction: State in a few sentences 1) the field activity/agency, 2) what is being bought, 3) the estimated value and contract duration, and 4) the statutory authority cited for other than full and open competition. (This introductory section should be concise, as these points will be developed in detail later in the document.)
2. Description of agency’s need (10 U.S.C. 2304(f)(3)(A)): Include a summary of the origin of the procurement, a description of the supplies/services needed, the specific need or use for the item/service, and any other general information needed to understand the context
of the procurement. If this is a lengthy section, additional topic headings may be appropriate,
such as “Background,” “Current Procurement Efforts,” etc.
3. Authority for other than full and open competition (10 U.S.C. 2304(f)(3)(B)): Cite the authority and provide the rationale. If a particular company’s unique qualifications are critical, discuss those here. This section should include all facts supporting the use of other than full and open competition. This section should also address why the full quantity to be contracted for needs to be purchased without using competitive procedures.
4. Price/cost considerations (10 U.S.C. 2304(f)(3)(C)): Discuss relevant pricing issues, including the basis for determining that the anticipated price/cost will be fair and reasonable. Also include here, or elsewhere as appropriate, length of contract, quantity, and other contract particulars bearing on the price/cost.
5. Market research/efforts to obtain competition (10 U.S.C. 2304(f)(3)(D)&(E): Discuss market research, synopsis, and other efforts made to publicize the requirement and generate competition. Also include a listing of sources that expressed, in writing, an interest in the procurement. (Market research may be addressed separately, if appropriate.)
6. Actions Being Taken to Overcome Barriers to Competition (10 U.S.C. 2304(f)(3)(F)): Describe, for example, any efforts to identify and evaluate less restrictive methods of expressing the requirement. Include, when applicable, a description of the action being taken to obtain a data package adequate to acquire the item competitively in future acquisitions. Note: When the J&A will include items coded AMSC A and/or H, see mandatory details at 6.303-2(a)(S-90)(i)(A).
I hereby certify that the information contained in this justification is accurate and complete to the best of my knowledge and belief.
____________________ __________________________________________
Date Contracting officer signature
Over $85.5 million:
Other signatures as appropriate:
____________________ __________________________________________
Date Chief Counsel signature
____________________ __________________________________________
Date Other Signature
I have reviewed and hereby recommend that this justification be approved:
____________________ __________________________________________
Date DLA Competition Advocate Signature
I have reviewed this Justification:
____________________ __________________________________________
Date DLA Office of General Counsel Signature
Approval:
____________________ __________________________________________
Date DLA Senior Procurement Executive Signature
I hereby certify that the information contained in this justification is accurate and complete to the best of my knowledge and belief.
____________________ __________________________________________
Date Contracting officer signature
Over $85.5 million:
Other signatures as appropriate:
____________________ __________________________________________
Date Chief Counsel signature
____________________ __________________________________________
Date Other Signature
I have reviewed and hereby recommend that this justification be approved:
____________________ __________________________________________
Date DLA Competition Advocate Signature
I have reviewed this Justification:
____________________ __________________________________________
Date DLA Office of General Counsel Signature
Approval:
____________________ __________________________________________
Date DLA Senior Procurement Executive Signature
53.9007(a) Template - Streamlined Acquisition Plan (SAP)
The following format may be used for acquisitions above the SAT up to $10 million as prescribed in 7.102-90(e).
For Official Use Only Source Selection Information -- See FAR 2.101 and 3.104 Streamlined Acquisition Plan (SAP) (Complete and select the box that is appropriate for the acquisition situation) Date: Contracting office: Buyer name: Requiring activity: Voice (DSN): Project title: Fax (DSN): Supply criticality: Acquisition specialist’s/buyer’s e-mail address: Purchase request (PR) or control number: ☐ Construction ☐ Service ☐ Supply ☐ Research and development (R&D) a. Product Service Code: (Specify for services) b. Services Portfolio Category: (Specify for services) I. Brief description of requirement (FAR 7.105(a)(1) a. Government estimate: $ (include all options and surge values) b. Period of performance (include options) c. Delivery schedule: II. Proposed acquisition approach a. Extent of competition: ☐ Full and open competition ☐ Other than full and open competition* * FAR 6.3 authority (Specify): ☐ Full and open after exclusion of sources ☐ Competitive non-DoD ☐ Mandatory use policy, including waivers (e.g., under Part 8) ☐ Limited sources (e.g. under Part 8.405-6): b. Small business set-aside: (See FAR Part 19) ☐ Competitive small business set-aside (SBSA) ☐ Competitive 8a ☐ Sole source 8a ☐ Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside ☐ SDVOSB sole source ☐ Historically underutilized business zone (HubZone) Sole Source ☐ HubZone set-aside ☐ Small disadvantaged women owned business (SDWOB) ☐ Economically disadvantaged women owned small business (EDWOSB) ☐ Historically Black colleges and universities / minority institutions (HBCU/MI) ☐ Not applicable (NA) (If acquisition is unrestricted) ☐Other (Specify): c. Procedures: (Check all that apply) ☐ FAR 8.404 (GSA/Non-DoD Competitive) ☐ FAR 12 Commercial Items ☐ FAR 13 Simplified Acquisition Procedures ☐ FAR 14 Sealed Bidding ☐ FAR 15 Negotiation ☐ FAR 36 Construction and Architect and Engineer (A&E) and design build d. Contracting method ☐ Invitation for bid (IFB) ☐ Competitive request for proposal (RFP) ☐ Sole source RFP ☐ Other (fill-in) e. Basis of award: ☐ Sealed bid – Part 14 ☐ Negotiation – Part 15 ☐ Lowest price technically acceptable ☐ Performance price trade-off without technical factors/proposal ☐ Performance price trade-off with technical factors/proposal ☐ Full trade off source selection (an acquisition plan is highly recommended) ☐ General Services Administration (GSA)/non-DoD competitive ☐ Other (explain): Identify evaluation factors: f. Contract type (Check all that apply): ☐ Fixed-price ☐ Time and material/labor hour agreements ☐ Economic price adjustment ☐ Incentive ☐ Award fee ☐ Cost-reimbursement ☐ Redetermination ☐ Indefinite delivery contract (IDC) ☐ Multiply Award ☐ Single Award (Provide rationale why single award) ☐ Other (Specify): g. Sustainability: ☐ Contains sustainability requirements. ☐ Sustainability exception applies: (Specify) ☐ Sustainability requirements waived, approved by: (Specify) h. Other considerations (Check all that apply): ☐ Progress payment ☐ Warranty ☐ First article test (FAT) ☐ Government furnished property(GFP) / Government furnished material (GFM) / Government furnished equipment (GFE) involved ☐ Other (specify). Other items/considerations may include, Non-Economy Act or Economy Act assisted acquisitions and use of reverse auction) III. Prior procurement history: (If applicable) IV. Market research: (Discuss the purpose, nature, extent, involved personnel/offices and results/status, commerciality, and estimated completion date of any market research initiated/to be initiated in support of the instant purchase request or anticipated future requirements (see also FAR, DFARS, and DLAD Parts 10, 11, ) V. Problems /risk/vulnerabilities (See DLAD 7.105-90) VI. Projected key milestone dates: Receive purchase request (PR): Issue solicitation: Receive bids/offers: Complete evaluations: Award contract: Contract start: _____________________________________________________ Acquisition specialist or buyer name and signature, date _________________________________ ____ Contracting Officer Name and Signature Date VII. Approvals: ** The following section is to be completed by reviewer/approving official. ** Reviewer’s name: Reviewer’s DSN/ phone number: Reviewer’s e-mail: ☐ Streamlined acquisition plan (SAP) approved as submitted ☐ SAP conditionally approved subject to comments below ☐ SAP disapproved (reviewers are required to include comments below) ☐ Requirement has been reviewed and validated by (specify): Reviewer’s comments: Reviewer’s signature: ______________________ ** The following section is to be completed by the small business specialist when required** ☐ Small business specialist coordination _____________________________ Small business specialist's comments: ** The following section is to be completed by the competition advocate when required** ☐ Competition Advocate coordination _____________________________ Competition advocate’s comments: |
53.9013 Simplified Acquisition Procedures
53.9013(a) Elevation Timeline for Simplified Acquisitions
ELEVATION TIMELINE FOR SIMPLIFIED ACQUISITIONS
PR Schedule |
Action Officer |
Action Item |
1 Day After Solicitation Closes* |
Acquisition Specialist (AS) |
Review offers for acceptability and address any technical and/or supply issues. If these issues cannot be resolved within 7 days, alert the AS Supv. If an ESA referral is required, follow “non-procurable” policy. If no quotes, follow non-procurable policy. If pricing or other issues cannot be resolved within 7 days elevate. |
7 Days After Solicitation Closes |
Acquisition Specialist (AS) Acquisition Specialist Supervisor (AS Supv) |
AS: Elevate to Supervisor. AS Supv: If AS Supv is unable to help resolve, elevate to DC by Day 15. (document file) |
15 Days After Solicitation Closes |
Division Chief (DC) |
DC: If AS Supv is unable to resolve, determine and facilitate a resolution by Day 20. (document file) |
20 Days After Solicitation Closes |
Acquisition Specialist |
AS: Document File outlining the actions that were taken then award or follow Non-Procurable Policy by Day 20. |
*For Automated ‘T’ Solicitations, follow above steps after Auto Evaluation Status (AES) Block converts to ‘M’ or ‘S’.
Above steps should take no longer than 20 business days. The following blocks shall be completed and placed in the purchase order file once all parties complete their actions.
Acquisition Specialist Name |
Signature and Date |
Acquisition Specialist Comments (optional) | |
Acquisition Specialist Supervisor Name |
Signature and Date |
Acquisition Specialist Supervisor Comments (optional) | |
Division Chief Name |
Signature and Date |
Division Chief Comments (optional) |
Elevation Policy Timeline (No Quote)
Follow procedures laid out in the Non-Procurable Policy (CP-13-001)
53.9013(b) Simplified Acquisition Award Documentation
The following format shall be used to document the basis for award and determination of price reasonableness for simplified acquisitions as prescribed in 13.106-3(b).
Simplified Acquisition Award Documentation
Buyer: PR#:
Basis for Award – Price Reasonableness Determination – FAR 13.106-3(a): (Check as applicable and explain as needed*)
[ ] Fair and Reasonable – Adequate Price Competition – Manufacturer Competition
[ ] Fair and Reasonable – Adequate Price Competition – Dealer/OEM Competition
[ ] Fair and Reasonable – No Competition (single quote or noncompetitive price range)
[ ] Fair and Reasonable – Adequate Price Competition Among Providers of Services
[ ] Commercial Item $ per unit
[ ] Market Research
[ ] Federal Supply Schedule (FSS) Number: ________________ FSS Price: $ ________________
[ ] Independent Government Estimate
[ ] Comparison of the proposed price with prices found reasonable on previous purchases
Contract:__________________________ Unit Price: $_______________
Price Reasonableness Code (PRC) (if applicable) – DLAD 15.406-3(a)(11):____________
[ ] Comparison of similar items: NSN: ________________ Unit Price: $________________
[ ] Contracting Officer’s knowledge of the item
[ ] Any other reasonableness basis (i.e. Informal Cost Breakdown, Set by law or regulation, or other FAR Part 15 procedures)
*Narrative:
DFARS 217.7505 Sole Source Price Increase Certification:
Price has increased 25% or more within the past 12 months. [ ] Yes [ ] No. If “Yes”, the price has been evaluated and justified. Required notification prior to award has been completed.
Best Value Determination: (Required if Awarding to Other Than Lowest Price Highest Scored):
*Narrative:
Other Determinations: (Check as applicable and explain as needed*)
[ ] Procurement is a First Time Buy
[ ] Fast Pay applicable
[ ] PR complies with Fast Pay requirements IAW FAR 13.402(a) through (f)
[ ] FAR DEV at DLAD 13.402 applies. FAR DEV Number: ___________________________
[ ] First Destination Packaging [ ] No Negotiation/Low Potential Savings (DLAD 15.402(a)(S-90)(3)(ii)(B)(1)
[ ] SAM.gov checked; awardee not proposed for suspension/debarment or debarred IAW FAR 9.105-1(c). Date SAM Checked: ___________
Contracting Officer’s signature on the award document constitutes concurrence with all determinations made above.
53.9013(c) Template - Commercial Item Pre-solicitation Documentation
The following format may be used to document price and award justification as prescribed in 13.500(S-90)(7)(i).
MEMORANDUM FOR RECORD SUBJECT: COMMERCIAL ITEM PRE-SOLICITATION DOCUMENTATION IAW FAR 10.002, FAR 2.101, and FAR 13.5 Commercial Test Procedures Under 13.5 are Applicable Market research has been conducted prior to solicitation: Solicitation # , NSN(s) _, Item ______________ Part I – Market Research Please check the applicable block(s) for techniques utilized to conduct market research and determine commerciality: ( ) Commercial-Off-the-Shelf Field is coded: (attach supporting documentation to include a review of the Material Master in SAP); ( ) Reviewed the results of recent market research undertaken to meet similar or identical requirements; ( ) Queried the Government-wide database of contracts and other procurement instruments intended for use by multiple agencies available at https://www.fpds.gov and other Government and commercial databases that provide information relevant to agency acquisitions; ( ) Reviewed catalogs and other generally available product literature published by manufacturers, distributors, and dealers or available on-line; or ( ) Contacted knowledgeable individuals in Government and industry regarding market capabilities to meet requirements Part II – Commerciality Determination Please check to indicate completion: ( ) In accordance with FAR 10.002(b) and FAR 2.101, Definitions, a review has been conducted of the item description(s) to determine if commercial items or non-developmental items are available to meet the Government’s needs or could be modified to meet the Government’s needs. The items are deemed commercial based on the above market research. Part III – Contract Type Please check to indicate the type of contract ( ) FFP ( ) FFP with EPA Part IV – Consolidation/Bundling Please check to indicate if Consolidation or Bundling is applicable: ( ) Consolidation (Please see attached report/determination) ( ) Bundling (Please see attached report/determination) Part V – Past Performance Evaluation ( ) Past Performance applicable ( ) Past Performance is not appropriate due to ______________ CONCLUSION: Based on the market research conducted, item(s) to be solicited against subject solicitation are determined to be commercial. APPROVALS: _________________ _________ _________________ _________ Acquisition Specialist Date Contracting Officer Date |
53.9013(d) Template - Commercial Evaluation/Award Documentation
The following format may be used to document the determination of responsibility as prescribed in 13.500(S-90)(7)(ii).
MEMORANDUM FOR RECORD SUBJECT: COMMERCIAL ITEM AWARD DETERMINATION UNDER TEST PROGRAM 13.5 Part I Determination of Responsibility: The awardee [insert CAGE code] is hereby determined responsible. Part II The Price is determined fair and reasonable based on: Adequate competition If only one response was received, the price is determined fair and reasonable based on: Market Research: (insert narrative below); Comparison of proposed price with prices found reasonable on previous purchases (insert narrative below); Current price lists, catalogs, or advertisements. However, inclusion of a price in a price list, catalog, or advertisement does not, in and of itself, establish fairness and reasonableness of the price (insert narrative below); Comparison with similar items in a related industry (insert narrative below); The contracting officer’s personal knowledge of the item being purchased (insert narrative below); Comparison to an independent Government estimate (insert narrative below); OR Any other reasonable basis (insert narrative below) Additional Remarks: Part III Award Justification: (Insert narrative) APPROVALS: _________________ _________ _________________ _________ Acquisition Specialist Date Contracting Officer Date |
53.9013(e) DOD EMALL waiver form.
Use the following format as prescribed in 13.301(S-91)(2)(ii):
DOD EMALL Waiver
TRANSACTION NUMBER/CALL NUMBER ____________________
In accordance with DLAD 13.301(S-91)(2)(ii), the undersigned Billing Official hereby waives the requirement to use DOD EMALL as authorized by undersigned Hierarchy Level 4 (HL4) Agency/Organization Program Coordinator (A/OPC) based on the following circumstance(s): (Check all that apply.)
[_] Use of DOD EMALL would not meet the delivery requirements;
[_] Use of DOD EMALL would result in unreasonable or excessive cost to the requiring
activity;
[_] Use of DOD EMALL would violate requirements for use of mandatory sources.
I have validated and attached supporting documentation for this waiver.
_______________________________ _____________________________
Billing Official Printed/Typed Name HL4 A/OPC Printed/Typed Name
_______________________________ _____________________________
Billing Official Signature/Date HL4 A/OPC Signature/Date
53.9015 Contracting by Negotiation
53.9015(a) Price Negotiation Memorandum Checklist Competitive
The following checklist may be used as prescribed in 15.406-3.
PRICE NEGOTIATION MEMORANDUM CHECKLIST COMPETITIVE | |||
CONTENTS CHECKLIST |
YES |
NO |
N/A |
“FOR OFFICIAL USE ONLY” (FOUO) is at the top and bottom of the face or cover page, and on the bottom of each page containing FOUO, including the back page or cover. (DODManual 5200.01, Volume 4) |
|||
1. SUBJECT |
|||
a. Contractor name, division or group and location |
|||
b. Contract or RFP number |
|||
c. Item or service acquired |
|||
2. INTRODUCTORY SUMMARY |
|||
a. Contractor and proposal selected for award and date |
|||
b. Offerors |
|||
c. Tabular Summary of: proposed price, government estimate, and final proposal revision |
|||
Major Price Items and/or CLINS |
|||
Total |
|||
Profit/fee % |
|||
CPAF (base/award fee) ($ and %) |
|||
Contract type |
|||
c. Clearance authority |
|||
(1) Approval authority |
|||
(2) Approval date, meeting dates, and participants |
|||
3. PARTICULARS |
|||
a. Description of item or services being procured |
|||
b. Explain method used to establish line item or unit prices |
|||
c. Personnel: List names, title, organization and telephone number of participants in price analysis/cost realism (as applicable) discussions |
|||
d. Significant dates: |
|||
(1) Proposal date |
|||
(2) Discussion(s)/date(s) |
|||
(3) Final proposal revision date |
|||
(4) Other significant date(s) (acquisition review board dates, competitive range determination, solicitation amendments, etc.) |
|||
PNM CONTENTS CHECKLIST (COMPETITIVE) (Continued) |
YES |
NO |
N/A |
4. ACQUISITION SITUATION |
|||
a. Acquisition background |
|||
b. Discuss period of performance/delivery schedule |
|||
c. Outside influences/unusual time constraints (i.e., Funding limitations, higher level, Congressional influences) |
|||
d. Unique features or special pricing provisions (economic price adjustment , incentives, warranties, special progress payments, etc.) |
|||
5. EVALUATION SUMMARY |
|||
a. Reasonableness, completeness, cost realism, and balance |
|||
(1) Description of the price analysis technique(s) used, results, and appropriateness in determining price reasonableness and completeness |
|||
(a) Description of the basis of any escalation rates used for adjusting historical prices and/or for developing option year prices. See DoD Contract Pricing Reference Guide, Volume 2 Quantitative Techniques, Chapter 1 Using Price Index Numbers for potential sources of information, calculating adjustments, and other relevant topics. Global Insight will be used to develop escalation rates for future years. |
|||
(b) Description of GSA Schedule prices, if any. Acquisition specialist must check GSA for any relevant price information and document the results |
|||
(2) Description of the cost realism analysis technique(s) and their result(s) (if accomplished) |
|||
(3) Description of assessment of balanced pricing and any associated risks |
|||
(4) Document the decision rationale for having discussions and the date(s) or the decision to award without discussions. |
|||
(5) Description and listing of major differences between the proposal and the final proposal revision prices |
|||
b. Adequate price competition determination |
|||
(1) Determination statement of adequate price competition |
|||
(a) Statement that the offeror selected for award has the best value to the Government and that cost was a substantial factor in the selection for award; or |
|||
(b) Statement that offeror selected for award had the lowest evaluated price; or |
|||
(c) Statement that offeror selected for award was based on adequate price competition |
|||
(2) Definitive statement that the offered price selected is fair and reasonable based on adequate price competition |
|||
6. ADVISORY REPORTS/KEY DOCUMENTS |
|||
Listing of Government advisory reports (pricing, technical, should cost, etc. Include title, report number and date.) |
|||
7. SIGNATURES |
|||
Signature block for contracting officer, and any other signatures required |
|||
8. Attachments |
|||
Attachments as identified in the document |
53.9015(b) Price Negotiation Memorandum Checklist Non-Competitive
The following checklist may be used as prescribed in 15.406-3.
PRICE NEGOTIATION MEMORANDUM CHECKLIST NON-COMPETITIVE | ||||
PNM CONTENTS CHECKLIST |
PRE PNM |
FINAL PNM |
NA |
SEE NOTES |
“FOR OFFICIAL USE ONLY” (FOUO) is at the top and bottom of the face or cover page, and on the bottom of each page containing FOUO, including the back page or cover. (DOD Manual 5200.01, Volume 4) |
||||
1. SUBJECT |
||||
a. Contractor name, division or group and location |
||||
b. Contract or RFP Number (as applicable include modification number) |
||||
c. Item or service acquired |
NA |
|||
d. Delivery and/or Period of Performance |
||||
2. INTRODUCTORY SUMMARY |
||||
a. Date(s) of Negotiation and Agreement |
NA |
|||
b. Type of contractual action (new contract, supplemental agreement, etc.) |
NA |
|||
c. Tabular summary of cost, FCCOM, profit/fee and price: |
||||
(1) Proposed and objective positions |
NA |
|||
(2) Proposed, objective and considered negotiated positions |
NA |
|||
(3) Separate summaries for options, etc. |
||||
(4) Fee or profit rate for each position |
||||
(5) Award fee pool for each position (as applicable) Ceiling price and percentage for each position (as applicable for cost contracts) |
||||
(6) Type of contract for each position (FFP, FP/EPA, CPFF, CPAF, etc.) |
||||
d. Approval authority |
||||
(1) Approval authority |
||||
(2) Approval date, meeting date(s), and participants |
||||
(3) Limitations and/or conditions specified by the approving authority |
||||
3. PARTICULARS |
||||
a. Item or service identification: |
||||
(1) Types and quantities |
||||
(2) Previous buys of the same or similar items |
||||
(a) When they were bought |
NA |
|||
(b) Quantity |
NA |
|||
(c) Contract type |
NA |
|||
(d) Prior unit or total prices (target/finals if applicable and available: document separately recurring and non-recurring costs) |
NA |
|||
(e) Current unit or CLIN prices (may be attached) with name of item, NSN, part number, quantities, etc., as applicable (document separately recurring non-recurring costs) |
NA |
|||
(f) Summary explanation of significant differences between the instant buy and most recent historical price(s) |
NA |
|||
(g) Stock Position of Items (include date stock position obtained, On-Hand Unfilled Orders, Inventory Consumption Rate, Due-In quantities, etc. Discuss any over/under position) |
NA |
|||
b. Explain method used to establish line item or unit prices |
||||
c. Fact-finding/negotiation dates, places, names, titles, and office symbols for the government and the Contractor |
||||
d. Principal government/Contractor negotiator identities |
||||
4. ACQUISITION SITUATION |
||||
a. Acquisition background (contract type, pricing, etc.) (address Long Term Contract and why it does/does not apply, surge and sustainment, etc. |
||||
b. Period of performance and/or delivery schedule (address resolution of differences between required, proposed and negotiated) |
||||
c. Outside influences/unusual time constraints |
||||
d. Government furnished facilities, equipment or other support unique to this acquisition |
||||
e. Unique features such as should cost, design-to-cost, life cycle cost, special payment procedures, and special provisions (clauses: savings, EPA, progress payments, performance based payments, validation of critical safety item and date ,incentives,etc.) |
||||
5. NEGOTIATION SUMMARY |
||||
a. Discussion/explanation of price analysis performed by the contractor and/or the government's price analysis in the following areas or a statement why it was not performed |
||||
(1) Price element summary for proposed, objective, and considered negotiated amount. Narrative should discuss the position for proposed, objective and considered negotiated positions by topic. |
||||
(2) Basis or estimating technique used to determine price reasonableness (attach exemption/waiver if in lieu of certified cost or pricing data) |
NA |
|||
(a) Description GSA Schedule prices, if any. Acquisition specialist must check GSA for any relevant price information and document the results. |
||||
(3) Identify submission of data other than cost or pricing data necessary to determine a reasonable price. Include discussion on rationale and required updates (attach sales data, catalogues, competitive price list, independent market prices, other data, etc.) |
||||
(4) Identify subcontractors required to provide cost and pricing data where the prime's requirement has been waived |
||||
(5) Requirement changes and how the price analysis and objective were adjusted |
||||
(6) Significant differences between the objective and negotiated amounts |
NA |
|||
(7) Use of advisory information/report(s) to establish the objective, including significant differences between them, the objective, and the final negotiated agreement. |
||||
b. Discussion/explanation of analysis and support for proposed, objective and (for PNM) negotiated position for contract terms and conditions that are |
||||
c. Identify proposal of record used to establish objective. |
NA |
|||
d. When certified cost and pricing data is obtained, a statement of the extent to which the contracting officer relied on contractor provided data except where specifically identified (including agreed to cut-off dates) |
NA |
|||
e. For contract actions that exceed TINA threshold but less than $10 million, after receipt of offers, but no later than upon receipt of adequate certified cost or pricing data the acquisition specialist will search the Contract Business Analysis Repository (CBAR) for items listed at DLAD 15.404-1(a) and document the file with the results. If DCAA is not providing audit assistance, this requirement applies to all actions that exceed the TINA threshold. |
||||
f. If cost analysis is performed, major cost element summary with sub-paragraph index for proposed, objective and considered negotiated amounts (including direct and indirect costs for labor, materials, etc.) |
||||
g. Discussions/explanations of cost analysis performed for each major cost element for contractor proposed, government objective and considered negotiated positions in the following areas: |
||||
(1) Summary breakout of the components which make up the major cost element amounts |
||||
(a) Labor hours by rate category |
||||
(b) Identify and discuss indirect rate(s) |
||||
(c) Materials and other costs by category |
||||
(d) Subcontractor cost or pricing data |
||||
1. Requirement, availability, adequacy of and reliance on subcontractor cost or pricing data |
NA |
|||
2. Sole source or competitive |
NA |
|||
3. Extent and adequacy of the prime's review |
NA |
|||
4. Why certified cost or pricing data were not obtained when required (attach waiver/exemption) |
NA |
|||
5. Why certified cost or pricing data were obtained when not required |
NA |
|||
(e) Basis or estimating method used |
||||
(f) Explanation of contractor data not relied upon and reason for using other than contractor's data, identify data used to develop the government's position |
||||
(g) Rationale, sources, and currency of the data used to establish the objective (include modification change determined to be non-commercial where originally determined commercial) |
NA |
|||
(h) Significant differences between the objective and negotiated amounts |
NA |
|||
(i) Use of advisory reports/IPT pricing in establishing the objective, including significant differences between them, the objective, and the final negotiated agreement |
||||
(j) For undefinitized contract actions: actual costs to date, % of completion, trends and, as applicable, the contractor's estimate to complete |
||||
PNM CONTENTS CHECKLIST (Non-Competitive) (Continued) |
PRE PNM |
FINAL PNM |
N/A |
SEE NOTES |
(2) With incentive arrangements, describe how the share ratio(s) and ceiling price(s) were established |
NA |
|||
(3) Profit (Fee). Explain how the objective was developed |
||||
(a) If WGM was used, state assigned weights and provide rationale when weights are below or above normal. (DD 1547 Attached to the PNM) |
NA |
|||
(b) If WGM not used, explain why not and how profit objective was developed |
NA |
|||
(c) List profit and /or fee rate(s) negotiated. If WGM profit objectives were not obtained in negotiations, explain why not and support profit and/or fee rate negotiated. |
NA |
|||
g. Summarize and include a definitive statement on why the negotiated price is fair and reasonable. (Address the 25% limitation on price increases (DFARS 217.7505) |
NA |
|||
h. Description of the basis of any escalation rates used for adjusting historical prices and/or for developing option year prices. See DoD Contract Pricing Reference Guide, Volume 2 Quantitative Techniques, Chapter 1 Using Price Index Numbers for potential sources of information, calculating adjustments, and other relevant topics. Global Insight will be used to develop escalation rates for future years. |
||||
i. Summarize and include a definitive statement on why the negotiated price is fair and reasonable. (Address the 25% limitation on price increases (DFARS 217.7505) |
||||
6. ADVISORY REPORTS/KEY DOCUMENTS |
||||
a. List government advisory reports (audit, pricing, technical, should cost, etc. Include title, report number and date.) |
||||
(1) Explain use of informal field assistance in lieu of formal report(s) |
||||
(2) Explain basis for any field reports required but not obtained |
NA |
|||
b. Provide status and explanation/disposition of the deficiencies on the following contractor systems that impact the instant negotiations. |
||||
(1) Accounting system (include adequacy of disclosure statement and compliance with cost accounting standards) |
NA |
|||
(2) Purchasing system |
NA |
|||
(3) Compensation system |
NA |
|||
(4) Estimating system |
NA |
|||
(5) Any other business systems, as appropriate |
||||
c. List/identify contractor-provided data other than cost or pricing data and/or cost or pricing data. Identify certificate of current cost/pricing data, if provided |
NA |
|||
7. SIGNATURES |
||||
Include signatures of the author of the PNM, Contracting Officer and (as applicable) Approval Authority |
||||
8. ATTACHMENTS |
||||
a. DD Form 1547 - Weighted Guidelines |
||||
b. DD Form 1861 - Facilities Capital Cost of Money (for the objective only) |
||||
c. Other attachments identified in the PNM |
53.9019 Small Business Programs
53.9019(a) Fair Market Price (FMP) Determination.
The following format shall be used to document how the FMP was established as prescribed in 19.807-90(d).
Determination for repetitive procurements
1. IFB/RFP NSN ITEM
2. Base of FMP Quanity fob Unit Price Award date
_________________________________________________________________________
Current requirement: Previous procurement(s):
1)
2)
3)
Base unit price $
3. Adjustments (Show all calculations) + or - $
a. Quantity
b. EPA index (List index source, #, dates, title and values) _______________
c. Transportation (List rate and source) _______________
d. Delivery schedule _______________
e. Packing and packaging (list rate and source) _______________
f. Other (specify differing specs, terms, conditions, etc.) Net adjustment (a through f above)
_______________
FMP for current requirement (base unit price + or - net adjustment) _______________
4. Discussions
_________________________________________________________________________
_________________________________________________________________________
_________________________________________________________________________
5. Coordination/approval:
Buyer's signature/date
Price analyst signature/date
Prepared Reviewed
Concur Nonconcur
Approved: Contracting Officer Date