Free Motion for Leave to File - District Court of Federal Claims - federal


File Size: 982.2 kB
Pages: 22
Date: August 15, 2003
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 6,982 Words, 37,367 Characters
Page Size: 624.72 x 799.679 pts
URL

https://www.findforms.com/pdf_files/cofc/3690/18-16.pdf

Download Motion for Leave to File - District Court of Federal Claims ( 982.2 kB)


Preview Motion for Leave to File - District Court of Federal Claims
Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 1 of 22

AMENDMENT OF SOLICITATIOh DLA120-93-R-0587 AMENDMENT 0012

.GE 26 OF 47

Paue 77:

Delete the heading ATTACHMENT 11.

Paue 78: Delete clause 252,219-7009, CERTIFICATE OF COMPETENCY (APR 1993) DFARS. Paue 79:

Incorporate clause52.209-7 - ORGANIZATIONAL CONFLICTSOF INTEREST MARKETING CONSULTANTS (NOV 1991) (APPLICABLE IFTHE CONTRACT AMOUNTIS EXPECTED TO EXCEED $200,000) Delete clause 52.215-16 - CONTRACT AWARD (JUL 1990) ALTERNATE I1 (NOV 1992) and incorporate clause 52.215-16 - CONTRACT AWARD (JUL 1990) ALTERNATE I11 (AUG1991)
,

Paue 82: Delete the words "See next page" and replace with See Section M (Pages 8 3 through 8 7 of Amendment 0008). Paue 8 3 : Factor 1 - Past Performance, delete the fourth sentence of the paragraph and insert the following: The offeror's past performance in the pharmaceutical and/or medical surgical prime vendor program will be evaluated. Paqe 8 4 :

Factor 1 - Past Performance: Delete Question G in its entirety and replace with the following: G. The Prime Vendor must have adequate experience as both an actual JITO/EDO and Stockless Prime Vendor, distributing MED/SURG products, ensure they are capable of handling to the varietyof challenges that will arise in establishing this type of purchasing/distribution systemf o r our ordering facilities. Factor 2 - Product Availability: After letter E add letter as F follows: F. The Prime Vendor will calculate separate fill rates for JITOs and EDOs.
Paqe 8 5 : Factor 3 - Electronic Order Entry Systems (EOE) and Electronic Data Interchange (EDI) Capability: Add the following sentence to letter B: It can provide the 810 invoice at time of award.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 2 of 22

AMENDMENT OF SOLICITATION AMENDMENT 0012
Paue 8 6 i s herebyrevised

DLA120-93-R-0587

PAGE 27 OF 47

as follows:

Factor 3 - Electronic Order Entrv Systems (EOEI and Electronic Data Interchanae (ED11 CaDability: Delete letter 0 in its entirety and replace with the following:. 0 Prime Vendor's minimum PC hardware and software configuration is reasonable. Factor 4 The

-

Customer Surmort:

Letter B, after "The" deletellsamplelt. Letter B will now read: The packing list meets all requirements of the Statement of Work. Delete letterF in its entirety and replace with the following: F. The Prime Vendor has proposed an acceptable report package. After letter F add letter G as follows: G. The Prime Vendorhas an adequate ratio of assigned sales representative per ordering facility. The.roles and responsibilities of their sales representatives appear
reasonable.

After letter G add letter H as follows: H. The Prime Vendor has an adequate ratio of assigned sales representatives per ordering facility. The roles and responsibilities of their sales representatives appear reasonable.
Paues 90 throuah 9 6 are hereby deleted in their entirety and replaced with the attached pages through 4 7 of this amendment. 40

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 3 of 22

AMENDMENT OF SOLICITATIOI~ DLA120-93-R-0587 AMENDMENT 0012

Amendment 0009 is herebv revised as follows: Paue 2 : Paragraph 2 , last sentence: Delete the last sentence and replace with the following: "The Prime Vendor must implement the revised DAPA prices DAPA update file being made available.11 within 7 days of the Paragraph 4 is deleted in its entirety. Delete Paues3 and 4 and replace with the followinq:
SECTION L

[X] 52.215-9P10 OPERATIONAL CAPABILITY DEMONSTRATION (JAN 1992) DPSC

(a) This provision provides guidelines and instructions for offeror preparation andexecution of the operational capability demonstration to be conducted as part of the proposal evaluation/selection process.
ANY OFFEROR(S) MAY BE REQUIREDTO PERFORM AN OPERATIONAL DEMONSTRATION. CAPABILITY

Offerors may be required to perform this functional demonstration at anytime. Although this is not a timed benchmark test, the demonstration should be conducted within the time allotted. (b) The goals of the operational capability demonstration are:
( 1 ) Representativeness: This demonstration represents only a part of the overall evaluation process.
( 2 ) Functional Capability: This demonstration is intended to exercise the required function(s) to determine if the operational capability required is actually being provided.

(c) The test criteria are: Offeror's electronic order entry system, on-line price and product catalog, electronic order confirmation, and optional electronic features listed in the offeror's technical proposal will be tested. Testing will be utilized to verify that the offeror's electronic system meets its technical proposal and the Statement Work. Failure to meet of all of the elements of the Statement of Work will resultin the rejection of the offer. (d) The offeror must satisfactorily demonstrate the functional operation of the item to receive further consideration under the terms of the solicitation. The item demonstrated must meet the test criteria specified in para (c) above. The offeror will demonstrate all features of the itemto include any evaluated option features that are being offered.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 4 of 22

AMENDMENT OF SOLICITATION AMENDMENT 0012 SECTION L

DLA120-93-R-0587

PAGE

29 OF 47

1x1 52.215-9p10 OPERATIONAL CAPABILITY DEMONSTRATION (JAN 1992) DPSC
(CONTINUED)

(e) Offerors who withdraw are requested to advise the Government in writing. Withdrawal from the operational capability demonstration may constitute withdrawal from any further consideration this in acquisition.
( f ) The Government will not reimburse the offeror for time, effort or any other expense incurred for the preparation and conduct of the demonstration.

(9)The demonstration should be conducted at the Defense Personnel Support Center in Philadelphia, if required. Participation should be limited to essential, key personnel directly involved in the demonstration. The operational capability demonstration shall be Conducted by the offeror within days after notification by the 3 contracting officer. Time and date of the demonstration shall be mutually agreed upon by the offeror and the contracting officer. The Government will schedule operational capability demonstrations with regard to the effective use of the Government personnel, and if possible, on the date requested by the offeror. The Government may, at its option, waive the operational capability demonstration for any prior prime vendor contractor currently using an approved entry-order system as required by the Statement Work and Section of the solicitation. of L

(h) Inquiries concerning the demonstration must be submitted in writing to the contracting officer. Instructions for performing the Demonstration:
( 1 ) The evaluation team will arrive at the Defense Personnel Support Center at time agreeable to the offeror and the Government and a established in writing through the Contracting Officer.

(2) The offeror will brief the team priorthe initiation of to the demonstration. The offeror will use the briefing period to explain to the evaluation team how the demonstration will be conducted and to answer questions concerning the demonstration.
( 3 ) Errors due to operators or equipment must be documented if they occur. All errors, malfunctions, or other problems will be discussed with the evaluation team member-in-charge.
(4)

The demonstration is allotted 1 day.
(END OF CLAUSE)

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 5 of 22

AMENDMENT OF SOLICITATIh DLA120-93-R-0587 rAGE AMENDMENT 0012

30 OF 47

The attached clauses and overprints are hereby incorporated: Overprint - LP-K-24, MAR 94 - Clause 52.204-9PO4 CERTIFICATION REGARDING A PREVIOUSLY EXECUTED ELECTRONIC DATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT (TPA) (MAR 1994) DPSC Overprint - LP-L-9, FEB 92 - Clauses 52.214-9000 POSTPONEMENT OF OPENING OF OFFERS (OCT1982) DLAR and 52.214-9PO2 TIMELINESS AND PLACEOF RECEIPT OF OFFERS/MODIFICATIONS/WITHDRAWALS (JAN 1992) DPSC Overprint - LP-L-13, MAR 94 - Clause 52.204-9PO3 REQUIREMENT FOR CERTIFICATION OF A PREVIOUSLY EXECUTED ELECTRONICDATA INTERCHANGE (EDI) TRADING PARTNER AGREEMENT (TPA) (MAR 1994) DPSC

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 6 of 22

(b) Such ED1 TPA-(1) {s betwem the Defense Persarrvl SrOQort

Center, Directorate of

and

.. i.
1
1

(2) i s dated
(3) includes the follouing
M o d i f i c a t i o n Yunkr

;& modification($) (if Date
PO $ U t e ) :

.i i

1

i

i '
'L

i .

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

SECTION L

Page 7 of 22 CH 1 DPSCM 4105.7

Ift h e o p m i n g o f o f f e r s i s portpond k n * e cbcrgmy or v u n t i c i p t r d rvcrrts (such os, b t not m dto, flood, u i t l e i fire, accident, weather condition or strikes) result i n closing the drrlmtrd s i t e f o r wing offers, so t a the emduct h t

of openingsos s c h c b l e d I s i r p r l c t i c r b l e , o f f e r s or m ii t u or uithdrwrl of o f f e r s received prior t o t e tlr of d ui f a h o t l opening wl k considered u timely. O f f e r s or d i f i c a t f a n or uItMrmml of o f f e r r mrlvrd after th. ti- o f c u il stul o n of offers, dn o ma o f o f f e r s u portpwmd u pw d pi m g e p i r s r i d Mill n o t b conribrd u l t n p v r o cp r id od I n FAR 52.216-7 o r FAR 52.215-10, u rppllcdle.

&w o,

m

&214-W02

TlMELlUESS A PLLQ OF RECEIPT OF O F F E R S ~ I F I ~ T I ~ ~ T I O (JAW ~ 1992) DPSE R I A l S

(a) Wailed [includes rwistered, certified, nd U.S. Portal S m i c r E x p r w M N u t Day Service-Port Off{- t o i l Addrnsccl offers/lPodific~tiarr/uithdrrwlsshall k r d d r n s e d a d mrkd u 8pcifi.d i n FAR 52.214-5, k h i s s i o n o f B i b , for sealed bid acquisitions or 52.215-9, k b i s s i o n o f Offers, for n g o t i a t d K q u l s f t f a u m shait be c n cd only hn d oi r d e r e c e i v d a t t h e p l a c e s p e c i f i e d i n Block 7 o f DPSC Fom 33 p r i o r t o t h e K h . d r 1 . d O p n i f W c l o r i n g t i r mlns: (1) the conditions In fAR 52.214-7 o r FAR 52.215-90 are r t ; or (2) there has been mishandling bj the G o v e m t as k f t n d in pragrrpl (e) k l w . (b)Telegraphic [ i n c l d e s m i l p r . 1 1 ~ 1 o f f e r s ( i f authorized by the r o l i c i t r t i m ) , ud telegraphic n o d i f i c r t i w / u i t h d r r u r l s s h a l l be rddressed ud unrked as specified i n FAR 52.214-5, L d m i s s i o n o f m , o r sealed bid i f & acquisitiorrr or 52.215-9, Submission of Offers, for negotiated acquiritionr a d shall k considered m l y uhcn r w c i v d a t i m the plrce specified in Block 7 o f DPSC f o m 33 p r i o r t o the s c h c b l d opcning/closing t e mlcss: (I) the conditions i n FAR 52.214-7 or FAR 52.215-10 are r t ; or (2) there has been mishandling by the Coverrmnt as defined i n paragraph (e) ko . l u (c) Facsimile offerr/modificatiaa/uithdrauals s h a l l k oddrcssd ud m r k d a8 specified in fAR 52.214-5, S h i s s i m Of B i d s , f o r sealed bid acquisitions or 52.215-9, S h i s r i o n o f Offers, f o r r w g o t i r t t d a c w i s i t i w a d s h a l l be c o n i d e r d only * e n authorized by the s o l i c i t a t i o n urd d n received at the place r p K i f i e d i n B l o c k 7 of DPSC Form 33 prior t o the e schdJled opcning/closing ti= d r r s : ( 1 ) the corditions i n FAR 52.214-7 or FAR 52.215-10 arc r t ; or (2) there has kn m i s h u d l i n g by the tovernrmt as defined i n par.gr.Fh e (e) belw. (d) H a d c a r r i e d [includes c o m e r c i a 1 c a r r i e r s c r v i c c l o f f c r s / l o d i f i c a t i a u / u i t h d r ~ l s shalt be addressed rd r r k d u s p c i f i e d i n FAR 52.21k-5, S L b r i s s i m of l i d s , f o r s c a l d bid a c q J i s i t i a o o r 52.215-9, S d n i s s i m of Offers, f o r negotiated acquisitions ud s h a l l be considered only rhm placed in the depository Ip.cifled i n Block 7 o f DPSC form 33 prior t o t h e l e .. y thrscheduledopcning/closing tin. Al h u d c a r r i e d o f f e r s are t o b d e l i r e r o d k t m ?:OO a.m. a d 3:30 p m m Fridayexceptfor l e g a l federalholiday% as r e t f o r t h in 5 USC 6103. Offrrors that respend t o t h i s s o l i c i t a t i o n u s i n g a c-rcial carrier service u t ensure that the -rcial prior carrier service *hVdCsrries* the o f f c r / r p d i f i c r t i ~ u i t M r r u a l t o the depository rpccificd in Block 7 of DPSC form i e carrier delivered o f f r r s / P d i f i u t i o n c / u i t M r ~ l s t be plrtnly red u t o t h e s c h d J l c d o p n i n g / c l o c i n g tm . C-rcial QI THE OUTSIDE OF THE CDWERCIAL W I L I E R ' S E M L O P E w i t h t h e s o l i c i t a t i o n nrrkr, date, nd tInr $ e t f o r t h for r r c e i p t of offers. (e) t w e r r m r n t a i s h d l i n g o f offcrs/mdificatiao/uithdrauols shall h c a r t u i n l y prnud Am the offer/.odificrtior\/uithdrrul i s c o r r e c t l y d r e s s 4 nd r r k e d , 8s s p e c i f i e d in FAR 52.216-5, S r h i s s i m o f ld f o r i , sealed b i d H q u i s i t i o n o r 52.215-9, k h i t s i o n of Offers, for m t i a t e d K g u i s i t i m , d: (1) I n the case o f a md o r r i l p r r offcr/oodificrtiorr/uithdrrwl, i t I s r e c e i v e d a t t h e C o v e r r r m t i n t a l l a t i o n e l i a t l e a s t t o h w r s p r l o r t o the schcbled m i n g ti= of scald b i b nd t h m howr p r i o r t o t h e u ce c l o r i n g t i m e o f w hbd l M g o t i a t e d prcrpossls. (2) I n the case of a tclcgr*ic or fmcsimile offer/.odifiutia\/uithbwrl, I t i s r w e i n d In i t 8 r t n y on the rf t C o v e m t i n s t a l l a t i o n ' s Telex, T , or facsimile m c h i n a t (east 60 mirut- p r i o r t o t h e schcdulod o p n i n g / c l o s i ~t r U X i .

u

LP-1-9,

F E B 92

EDITION JAN 92 OBSOLETE

53-105

Case 1:03-cv-00289-FMA CH 14

Document 18-16

Filed 08/15/2003

Page 8 of 22
. d

OPSCK 4105.7

RE?.
f ]

Sf.

Of

3 c :::x: 3.

CDS7.f

LL~wQ-Q~R-MW !oo~
(MR 1994) DPLC
Partners,

SECTION L

PASf

"&
~

Y

f2.204-9P02

IYFORUATIOW RELATIYG TO ELECTRONIC DATA IYTERCMNGE CEDI)

.;I.;.., *

. ; ) : ... .

( a ) Electronic Data lnterchurge (ED]) i s m a t caaapnly & i d the electronic u c h m g e o f d a t a c m t a i n d in norrl f n as

business transactions, btvccn TrdinO

uiw

r @lie

s t d d forrt.

1

(b) The Defense Persome1 LrOQort Center (OPK) hu ip nd 8 W t r for EDI, ur th8 A c c r d i t d S t n b r d r r l w t ip comoittee ( A S 0 X12 W o r Uniform C a M i c r t i m S t n d r r d C t L t n b r d r , a8 mlfcrble, t h a t u l l l r l r c t r m i c r l l y tt-it W) contracts rWor orders for the itmc(a1 covered bv t h i s r o l i c i t a t f m f n d d l t f m t o m e f v f n g i m i c n a truwfttiq d p l y m n t s e l e c t r o n i c a l l y . Our goal i s t o u t i l i z e ED1 t o t h o m x i u wtmt porrible.
(e) ED1 CAPABILITY IS MOT A REWlRDQYT FOR A Y M D W E R THIS #KtClfATIQI. lhooe o f f e r o r 8 rho on bgin t o u e ED1 . should do so a t t h i s time. For those o f f e r o n h o c m t , the mailing of hard cqv doamnts u i l l continue. This i s k i n g permitted since t h i s i s r trmcitim period ktvcm the surrmt methods ud the f u l l i l p l a m t a t i m o f ED1 trchnology and procedures. However, even thou& the currenthard copy procrbres ui 11 be p e m i t t r d , i t i s t h e Intent ofthe Govrmt that eventually a l l transactions u i l l b v i r ED!.

I
.

i I

(d) *en

the offeror intends to

use ED1 i n the transmission &/or

r e c e i p t o f b u r i n o s docLamts--

(11 The o f f e r o r s h a l l e n t e r i n t o an ED1 TradingPartnerAgrecamt(TPN uith OPLC (see paragraph' ED1 TPA defines the rerponsibilIties of the Trading Partners exch-iw electronic truuactioru.
7)r offer= rb.l&&-ible for p r o v i d i n g i t s transmit .nd receive data e l t t t r m i uthe dfrunewort l l y of r the e

(e) klou). Thr

1i
1
1

I

om cooprter hardrare d c v t e r software necessary t o
ED1 TPA.
Ip p r ae

I
d o c a n t s h a l l a p ~ l y the electronic to

I
I

docmnt

.

(31 A t e r m and corditions which uould othcruire k applicable to l l

I
.:;! ,4: .:::::.I
.
!

(e1 A Etectronic Data Interchange C E D I ) TradingPartnerAgrement n c o n t r a c t i n g o f f i c e r vpon r q u c s t .

(TPA) vi11 be provided to the offeror

by the

:.

52.2OL-PP03

REQUIREHEW1 FOR CERTlFlUllOW OF A PREVIWSLY EXECUTED ELECTROWIC DATA INTERCHANGE CEDI) TRADING PARTNER ACREEHEWT (TPA) (IUR 1994) DPSC

!

I

i

If the offeror intends to use a previously executed Electronic Data Interchange CEDI) Trading P a r t n e r Agrement ( I V ) between the Defense P e r s o M c l S w r t Center and the offeror i n the pcrforarnce of any resultant Contract, the offeror nust c o n p l e t e t h e c c r t i f i c d t i o n a t 52.204-9POC i n Section 1 o f t h i s s o l i c i t a t f o n . :

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 9 of 22

AMENDMENT OF SOLICITATIuA DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1 BUSINESS

PAGE

34 OF 47

SMALL BUSINESS AND SMALL DISADVANTAGED

SUBCONTRACTING PLAN GUIDE The following guide was developed as checklist to be used by a contractors in the preparationof a small business and small disadvantaged business subcontracting plan in accordance with the requirements of Public Law 95-507and Section L, Volume I1 - Business Proposal requirements of this solicitation. The guide addresses six mandatory elements of a subcontracting plan as set forth FAR Clause in 52.219-9(d) and supplemental information required by Section 1207 of Public Law 99-661, Contract Goal for Minorities. It is intended as a tool to assist contractors in the development of an acceptable subcontracting plan and to facilitate the review the Contracting by Officer, the DPSC and Defense Contract Management Area Office (DCMAO) Small Business Specialists and the Small Business Administration Procurement Center Representative.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 10 of 22

AMENDMENT OF SOLICITATIW DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1 BUSINESS

PAGE

35 OF 47

SMALL BUSINESS AND SMALL DISADVANTAGED SUBCONTRACTING PLAN GUIDE (Continued)

DATE:

1989

CONTRACTOR: ADDRESS :

R e g i o n a le a l t h E

Supply, I n c .

1 2 2 0 E c l s t C o r p o r a t e Drive Arlington, exas T 76006

FILL 'IN APPL'ICABLE SECTTON:

Company-wide or Division-wide Commercial Product Annual Plan Company`s or Division's Fiscal Year

From: F e b r u a r y 1996 Month/Year

To : F e b r u a r y 1997 Month/Year

OR

Individual Contract Plan Total Contract DollarValue:
$

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 11 of 22

AMENDMENT OF SOLICITATIW DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1 BUSINESS

PAGE 36 OF 47

SMALL BUSINESS AND SMALL DISADVANTAGED

SUBCONTRACTING PLAN GUIDE (Continued) FAR Clause 52.219-9 The offeror's subcontracting plan shall include, at a minimum, the following:

1. Goals, expressed in terms of percentages of total planned subcontracting dollars, for the use of small business concerns and small disadvantaged business as subcontractors. The offeror shall include all subcontracts that contribute to contract performance, and may include a proportionate share of products and services that are normally allocated as indirect costs. 2. The suggested format for percentage and dollar goal follows: PERCENT Total to.be subcontracted: a. To To non-disadvantaged
To disadvantaged

DOLLARS
$

100%
%

$
$

iness b. small 1.
2.

% % %

$ $

A description of the principal types of supplies and services to be subcontracted, and an identification of the types planned for subcontracting to small business concerns and small disadvantaged business concerns. (NOTE: Identify all supplies and services to be subcontracted. Further identify those supplies and services to be subcontracted to small business by one asterisk ( * ) and small (* disadvantaged business by two asterisks * ) .
4.

3.

A description of the method used to develop the subcontracting goals in Item 2 above.

A description of the method used to identify potential sources for solicitation purposes (e.g., existing company sources lists, the , Procurement Automated Source System (PASS) of the Small Business Administration, the National Minority Purchasing Council Vendor Information Service, the Research and Information Division of the Minority Business Development Agency in the Department of Commerce, or small and small disadvantaged business concerns trade associations.

5.

A statement as to whether or not the offeror included indirect costs in establishing subcontracting goals, and a description of the method used to determine the proportionate share indirect costs to be of incurred with small business concerns and small disadvantaged business concerns.
6.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 12 of 22

AMENDMENT OF SOLICITATIW~DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1 BUSINESS

PAGE 37 OF 9

SMALL BUSINESS ANDSMALL DISADVANTAGED SUBCONTRACTING PLAN GUIDE (Continued)

7. The name of the individual employed by the offeror who will administer the offeror's subcontracting program, and a description of the duties of the individual.

8. A description of the efforts the offeror will make to assure that small business concerns and small disadvantaged business concerns have an equitable opportunity to competeo r subcontracts. (This element f shall include, but shall not be limited to, the following:)

In order to effectively implement this plan to the extent consistent with efficient contract performance, the contractor shall perform the following functions: a. Assist small business and small disadvantaged business concerns by arranging solLcitations, tiate for the preparation bids, of quantities, specifi&ons, and delivery schedulesso as to facilitate the participation by such Concerns. Where the contractor's listof the potential small business and small disadvantaged subcontractors are excessively long, reasonable effort shall be made to give all such business concernsan opportunity to compete over a period of time.

smal

b. Provide adequate and timely consideration of the potentialities of small business and small disadvantaged business concerns in all "make or buy" decisions.

c. Counsel and discuss subcontracting opportunities with representatives of small and disadvantaged business firms. 9. Assurances that the offeror (i) will include the clause in the contract entitled "Utilization of Small Business Concerns and Small Disadvantaged Business Concerns" all subcontracts that offer further in subcontracting opportunities, and(ii) will require all subcontractors (except small business concerns) who receive subcontracts in of excess $500,000.00 [$1,000,000.00 for construction of any public facility]), to adopt a plan similar to the plan agreed by the offeror.
10. Assurances that the offeror will i ) cooperate in any studies ( or surveys as may be requested; (ii) submit periodic reports in order to allow the Government to determine the extent of compliance by the offeror with the subcontracting plan; (iii) submit Standard(SF) Form 294, Subcontracting Report for Individual Contracts, and/or SF 295, Summary Subcontract Report, in accordance with the instructions on the forms, and (iv) ensure that its subcontractors agree to submit Standard Form 294 and 295.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 13 of 22

AMENDMENT OF SOLICITATlwd DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1 BUSINESS

PAGE

38 OF 47

SMALL BUSINESS AND SMALL DISADVANTAGED SUBCONTRACTING PLAN GUIDE (Continued)

11. A recitation of the types of records the offeror will maintain to demonstrate procedures that have been adopted to comply with the requirements and goals in the plan, including establishing source lists; and a description of efforts to locate small and small disadvantaged business concerns and award subcontracts them. The record shall to include at least the following (on a plan-wide or company-wide basis, unless otherwise indicated):

a. Source lists, guides, and other data that identify small and small disadvantaged business concerns. b. Organizations contacted in an attempt to locate sources that are small or small disadvantaged business concerns. c. Records on each subcontract solicitation resulting in an award of more than$100,000.00, indicating (A) whether small business concerns were solicited andif not, why not; (B) whether small disadvantaged business concerns were solicited and if not, why not;(C) if and applicable, the reason award was not made to a small business or small disadvantaged business concern.
d. Records of any outreach efforts to contactA ) trade ( associations; ( B ) business development organizations; and C ) ( conferences and trade fairs to locate small and small disadvantaged business sources.

e. Records of internal guidance and encouragement provided to buyers through ( A ) workshops, seminars, training, etc. and (B) monitoring performances to evaluate compliance with the program's requirements.
f . On a contract-by-contract basis, records support award data to submitted by the offeror to the Government, including the name, address, and business size of each subcontractor. Contractors having company or division-wide annual plans need not comply with this requirement.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 14 of 22

AMENDMENT OF SOLICITATld DLA120-93-R-0587 AMENDMENT 0012 ATTACHMENT #I1
SMALL BUSINESS AND SMALL DISADVANTAGED SUBCONTRACTING PLAN GUIDE (Continued)

PAGE

39 OF 47

BUSINESS

12. SUPPLEMENTAL INFORMATION Section 1207 of Public Law 991-661, Contract Goal for Minorities, supplements FAR Clause 52.219-9. Offerors are required to: a. Identify efforts to provide technical assistance to SDB's.

b. Include a statement that Historically Black Colleges and Universities (HBCU's) and other Minority Institutions (MI'S) will be considered when developing SDB goals, when applicable.

SIGNATURE:*
T Y P E 0 #M: BE DATE :
, .

- ~.

(EXECUTIVE TITLE : COMPANY:
DATE :
I .

OF

COMPANY)

"

--

"

Plan AcceptedBy: (CONTRACTING AGENCY: OFFICER)

* The individual signing the plan shall be an Executive of the Company and not the designated Plan Administrator.
(End of Guide)

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003
PAGE

Page 15 of 22

AMENDMENT OF SOLICITATICA+ AMENDMENT 0012

DLA120-93-R-0587

40 OF 47

ATTACHMENT

#I11

ORDERING FACILITIES ORDERING AND RECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION gRDERING POINTS(Sl POINTtSl RECEIVING FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER DEA REG NO. AB6296063 Brooke Army Medical Center Material Branch, Logistics Div. Building 2640 Fort Sam Houston, TX 78234 Brooke Army Medical Center Material Branch, Logistics Div. Building 2640 Fort Sam Houston, TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER Brooke Army Medical Center Operating Room/Dept Surgery Main Hospital 3rd Floor Building 1000 Fort Sam Houston, TX 78234 Brooke Army Medical Center Operating Room/Dept Surgery Main Hospital 3rd Floor Building 1000 Fort Sam Houston, TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER Brooke Army Medical Center Burn Center Ward 14A Main Hospital 4th Floor Building 1000 Fort Sam Houston, TX 78234 Brooke Army Medical Center Burn Center Ward 14A Main Hospital 4th Floor Building 1000 Fort Sam Houston, TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER Brooke Army Medical Center OB/GYN Clinic Building 1000 Room 187 Fort Sam Houston, TX 78234 Brooke Army Medical Center OB/GYN Clinic Building 1000 Room 187 Fort Sam Houston, TX 78234

THE GOVERNMENT RESERVES THE RIGHT TO ADD ORDERING AND RECEIVING POINTS OR DELETE ORDERING AND RECEIVING POINTS DURING LIFE OF THE CONTRACT. THE Ordering facilities shall refer to the DPSC Medical Prime Vendor Program Desk Reference for instructions selecting and ordering on products.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 16 of 22

ATTACHMENT #I11 ORDERING FACILITIES ORDERING AND RECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINT(S1 RECEIVING POINT(S1

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER Brooke Army Medical Center Central Materiel Section Building 2376 Beach Pavilion Basement Fort Sam Houston, TX 78234 Brooke Army Medical Center Central Materiel Section Building 2376 Beach Pavilion Basement Fort Sam Houston, TX 78234

FORT SAM HOUSTON BROOXE ARMY MEDICAL CENTER Brooke Army Medical Center Operating Room/Dept Surgery Building 2376 Beach Pavilion 2nd Floor Fort Sam Houston, TX 78234 Brooke Army Medical Center Operating Room/Dept Surgery Building 2376 Beach Pavilion 2nd Floor Fort Sam Houston, TX 78234

FORT SAM HOUSTON BROOKE ARMY MEDICAL CENTER W80KVY 147TH Medlog Battalion Medical Supply Support Activity Building 4217 Fort Sam Houston, TX 78234 W80KVY 147TH Medlog Battalion Medical Supply Support Activity Building 4217 Fort Sam Houston, TX 78234

FORT HOOD DARNALL ARMY COMMUNITY HOSPITAL DEA REG NO. BD2247636 Darnall Army Community Hospital Each)Darnall Army Community Hospital (4 Medical Supply Officer Medical Supply Officer Warehouse 92066 Warehouse 92066 West Fort Hood, TX 76544-5063 West Fort Hood, TX 76544-5063

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 17 of 22

ATTACHMENT #I11 ORDERING FACILITIES ORDERING AND RECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINT(SZ RECEIVING POINTlSI CENTER

. FORT BLISS WILLIAM BEAUMONT ARMY MEDICAL DEA REG NO. AW5847681

Material Branch ( 2 Each) Material Branch ( 2 Each) William Beaumont Army Medical Center William Beaumont Army Medical Building 11156 Center Biggs Army Airfield Building 11156 El Paso, TX 79918 Biggs Army Airfield El Paso, TX 79918

WBAMC WBAMC Materiel DistributionSection Materiel Section Distribution Building 7777 Building 7777 Room 1-67 Room 1-67 El Paso, TX 79920 El Paso, TX 79920 WILLIAM WBAMC Operating Room Building 7777 Room 4-389 El Paso, TX 79920 WILLIAM FORT BEAUMONT FORT BEAUMONT BLISS ARMY MEDICAL CENTER

WBAMC Operating Room Building 7777 Room 4-389 El Paso, TX 79920 BLISS ARMY MEDICAL CENTER

Consolidated Troop Medical Clinic Consolidated Medical Troop Building 2 4 9 6 Clinic Room T117 Building 2496 Ricker Road Room T117 Fort Bliss, TX 79916 Ricker Road Fort Bliss, TX

79916

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 18 of 22

AMENDMENT AMENDMENT

OFSOLICITATIW DLA120-93-R-0587 0012

PAGE

43 OF 47

ATTACHMENT #I11 ORDERING FACILITIES ORDERING AND RECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINTfSl WILLIAM FORT BEAUMONT RECEIVING POINT(S1 CENTER

BLISS ARMY MEDICAL

USA Health Clinic Building 525 White Sands Missile Range, New Mexico 88002-5509

USA Health Clinic Building 525 White Sands Missile Range, New Mexico 88002-5509

FORT SILL REYNOLDS ARMY COMMUNITY HOSPITAL aEA REG NO. AU5233882 Medical Supply Warehouse Building 4300 Thomas Street Fort Sill, OK 73503-6300 Medical Supply Warehouse Building 4300 Thomas Street Fort Sill, OK 73503-6300

FORT SILL REYNOLDS ARMY COMMUNITY HOSPITAL DEA REG NO. AU5233882 Central Materiel Supply Building 4300 Room GE8 11 Thomas Street Fort Sill, OK 73503-6300 Central Materiel Supply Building 4300 Room GE118 Thomas Street Fort Sill, OK 73503-6300

NAVAL HOSPITAL CORPUS CHRIST1 DEA REG NO. BN0235590 NO0285 Commanding Officer Materials Management Dept (029) 10651 E Street Building H-100 Corpus Christi, TX 78419-5131 NO0285 Commanding Officer Materials Management Dept (029) 10651 E Street Building H-100 Corpus Christi, TX 78419-5131

THE GOVERNMENT RESERVES THE RIGHT TO ADD ORDERING AND RECEIVING POINTS OR DELETE ORDERING AND RECEIVING POINTS DURING THE LIFE OF THE CONTRAC

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 19 of 22

AMENDMENT OF SOLICITATION AMENDMENT 0012

DLA120-93-R-0587

PAGE

44 OF 47

ATTACHMENT #XI1 ORDERING FACILITIES POINTS ORDERING AND RECEIVING MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINT(S) RECEIVING NAVAL HOSPITAL CORPUS CHRIST1 NO0285 Commanding Officer Materials Management Dept (029) 10651 E. Street Building H-100 Corpus Christi, TX 78419 ,5131
N32645 Officer in Charge BranchClinic Medical 8100 Jefferson Avenue Building 9 Station Naval Air Dallas, TX 75211

POINT(S1

NAVAL AIR STATION DALLAS, TX Branch Medical Clinic 8100 Jefferson Avenue Naval Air Station Dallas, TX 75211 Branch Medical Clinic 8100 Jefferson Avenue Naval Air Station Dallas, TX 75211

US PUBLIC HEATH SERVICE (USPHS)

USPHS/Indian Health Service Regional Supply Service Center 1005 N. Country Club Road Ada, OK 74820
U . S . AIR

USPHS/Indian Health Service Regional Supply Service Center 1005 N. Country Club Road Ada, OK 74820

FORCE CLINIC BROOKS AFB DEA REG NO. RB0117083 70TH Logistics Squadron/LGB
8006Chennault Chennault 8006 Road Road

70TH Logistics SquadrodLGB

suite 1 Brooks 78235 Brooks AFB, TX AFB,

1

Suite TX 78235

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 20 of 22

AMENDMENT OF SOLICITATION AMENDMENT 0 0 12

DLA120-93-R-0587

PAGE

45 OF 47

ORDER1

La
I

POINTS

LONE STAR (TEXAS/OKLAHOMA/NEW ORDERING POINTlS) RECEIVING U.S. AIR FORCE CLINIC KELLY AFB DEA REG NO. BU3128596 76 Medical Group/SGSL 204 Wagner Drive Building 1730 Kelly AFB, TX 78241-5846
U . S . AIR

POINT(SL

76 Medical Group/SGSL 204 Wagner Drive Bldg 1730 Back Warehouse Door Kelly AFB, TX 78241-5846 FORCE CLINIC RANDOLPH AFB DEA ILEG NO. AR6241501

Medical Supply Officer 221 3rd St West Building 1040 Randolph AFB, TX 78150

Medical Supply Officer 221 3rd St West Building 1040 Randolph AFB, TX 78150
U.S. AIR FORCE HOSPITAL LAUGHLIN AFB DEA REG NO. AU6749153

FM3099 47th Medical Squadron/SGL 5 9 0 Mitchell Blvd Building 375 Laughlin AFB, TX 78843-5000

FM3099 47th Medical Squadron/SGL 590 Mitchell Blvd Building 375 Laughlin AFB, TX 78843-5000

U.S. AIR FORCE HOSPITAL SHEPPARD AFB

82nd Medical Group/SGAL 149 Hart St Building 1200, Suite 7 Sheppard AFB, TX 76311-3484

82nd Medical Group/SGAL 149 Hart St Building 1200, Suite7 Sheppard AFB, TX 76311-3484

THE GOVERNMENT RESERVES THE RIGHT TO ADD ORDERING AND RECEIVING POINTS OR DELETE ORDERING AND RECEIVING POINTS DURING THE THE CONTRACT. OF LIFE

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 21 of 22

AMENDMENTSOLICITATIOH OF DLA120-93-R-0587 PAGE AMENDMENT 0012

46 OF 4 7

ATTACHMENT #I11 ORDERING FACILITIES ORDERING AND RECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINT(S1 RECEIVING POINT(S1

U.S. AIR FORCE HOSPITAL ALTUS AFB DEA REG NO. A215589847
97th Medical Group/SGAL 301 North First Street Building 46 AltUS AFB, OK 73523-5005 97th Medical Group/SGAL 301 North First Street Building 46 Altus AFB, OK 73523-5005

U.S. AIR FORCE HOSPITAL TINKER AFB DEA REG NO. AM5948041 72d Medical Support Squadron/SGSL 5700 Arnold Drive Building 5801 Tinker AFB, OK 73145-8102 72d Medical Support Squadron/SGSL 5700 Arnold Drive Building 5801 Tinker AFB, OK 73145-8102

U.S. AIR FORCE HOSPITAL REESE AFB DEA REG NO. BM0465799
64th Medical Group/SGSLM 250 13th St. Building 1300 Reese AFB, TX 79489-5008 64th Medical Group/SGSLM 250 13th St. Building 1300 Reese AFB, TX 79489-5008

U.S. AIR FORCE HOSPITAL DYESS AFB DEA REG NO. AU5209540 7th Medical Group/SGAL 697 Hospital Road Building 9201 Dyess AFB, TX 79607-1367 7th Medical Group/SGAL 697 Hospital Road Building 9201 Dyess AFB, TX 79607-1367

TO THE GOVERNMENT RESERVES THE RIGHT ADD ORDERING AND RECEIVING POINTS OR DELETE ORDERING AND RECEIVING POINTS DURING THE LIFE OF THE CONTRACT.
Ordering facilities shall refer to the DPSC Medical Prime Vendor Program Desk Reference for instructions on selecting and ordering products.

Case 1:03-cv-00289-FMA

Document 18-16

Filed 08/15/2003

Page 22 of 22

AMENDMENT OF SOLICITATIba DLA120-93-R-0587 AMENDMENT 0012

PAGE

47 OF 4 7

ATTACHMENT #I11 ORDERING FACILITIES ORDERING ANDRECEIVING POINTS MEDICAL/SURGICAL PRIME VENDOR PROGRAM LONE STAR (TEXAS/OKLAHOMA/NEW MEXICO) REGION ORDERING POINTlS) RECEIVING POINTfSl U.S. AIR FORCE CLINIC GOODFELLOW AFB DEA REG NO. AU6006995 FM3030 17th Med Support Squadron/SGL 271 Fort Richardson Ave Building 1001 Goodfellow AFB, TX 76908-4902
U - S . AIR FORCE

FM3030 17th Med Support Squadron/SGL 271 Fort Richardson Ave Building 1001 Goodfellow AFB, TX 76908-4902

HOSPITAL HOLLOMAN AFB D E A REG NO. AC4868165 49th Medical Group/SGL Medical Logistics 280 First Street Building 14 Holloman AFB, NM 88330-5300

49th Medical Group/SGL Medical Logistics 280 First Street Building 14 Holloman AFB, NM 88330-5300 U.S.

AIR FORCE HOSPITAL CANNON AFB DEA REG NO. A236683397 FM4855 27th Medical Group/MGAL 208 West Casablanca Cannon AFB, NM 88103

FM4855 27th Medical Group/MGAL 208 West Casablanca Cannon AFB, NM 88103

THE GOVERNMENTRESERVES THE RIGHT TO ADD ORDERING AND RECEIVING POINTS OR DELETE ORDERING AND RECEIVING POINTS DURING THE LIFE OF THE CONTRACT. Ordering facilities shall refer to the DPSC Medical Prime Vendor Program Desk Reference f o r instructions on selecting and ordering products.