Top Banner
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE CODE DLA TROOP SUPPORT DIRECTORATE OF SUBSISTENCE, BLDG 6 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5096 2012 POC: NEIL-MICHAEL CHIARADIO/FTAF 215-737-8545 8. NAME AND ADDRESS Of CONTRACTOR (No., street, county, State and ZIP Code) 7. ADMINISTERED BY (If other than Item 6) 1 OA. MODIFICATION Of CONTRACT /ORDER NO. CODE IBJ The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers IE) is extended, D is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE Of YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer each telegram or letter makes reference to the solicitation and this 12. ACCOUNTING AND APPROPIRATION DATA (If required) 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCRIBED IN ITEM 14. CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANTTO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER n D D D NO. IN ITEM lOA. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES appropriation date, etc. ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY Of: D. OTHER (Specify type or moairicatian and authority) (such as changes in paying office, E. IMPORTANT: Contractor [] is not, D is required to sign this document and return ---- copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION ( Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The closing date for this solicitation has been extended to January 17, 2013 3:00 PM EST time. Additional details of this Amendment are provided on the following pages. This amendment includes four attachments. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE Of SIGNER (Type or print) 15B. CONTRACTOR/OFFEROR (Signature of person authorized to sign) NSN 7540·01·152·8070 Previous edition unusable 15C. DATE SIGNED 16A. NAME AND TITLE OF CONTRACTING OFFI<..ER (Type or print) 16B. UNITED STATES Of AMERICA 16C. DATE SIGNED (Signature of Contracting O'fficer) STANDARD FORM 30 (REV.10·83) Prescribed by GSA FAR (48 CFR) 53.243
15

Michelle.Norton@Dla€¦ · [email protected] [email protected]. [email protected] . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

Aug 09, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE

CODE

DLA TROOP SUPPORT DIRECTORATE OF SUBSISTENCE, BLDG 6 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5096

2012

POC: NEIL-MICHAEL CHIARADIO/FTAF 215-737-8545 8. NAME AND ADDRESS Of CONTRACTOR (No., street, county, State and ZIP Code)

7. ADMINISTERED BY (If other than Item 6)

1 OA. MODIFICATION Of CONTRACT /ORDER NO.

CODE

IBJ The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers IE) is extended, D is not extended.

Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;

or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE Of YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment your desire to change an offer

~i{,e,;'~d'~~~r.'1Wa~ssr~~it~~'Wr'fo'i'fd t~~ '6'~g~ig~ l,'i\~~';,"n"d ~~~~~~e.§ffi,':j~ed each telegram or letter makes reference to the solicitation and this

12. ACCOUNTING AND APPROPIRATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT /ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANTTO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER

n D D D

NO. IN ITEM lOA.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES appropriation date, etc. ) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY Of:

D. OTHER (Specify type or moairicatian and authority)

(such as changes in paying office,

E. IMPORTANT: Contractor [] is not, D is required to sign this document and return ---- copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION ( Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

The closing date for this solicitation has been extended to January 17, 2013 3:00 PM EST time.

Additional details of this Amendment are provided on the following pages.

This amendment includes four attachments.

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 1 OA, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE Of SIGNER (Type or print)

15B. CONTRACTOR/OFFEROR

(Signature of person authorized to sign)

NSN 7540·01·152·8070 Previous edition unusable

15C. DATE SIGNED

16A. NAME AND TITLE OF CONTRACTING OFFI<..ER (Type or print)

16B. UNITED STATES Of AMERICA 16C. DATE SIGNED

(Signature of Contracting O'fficer)

STANDARD FORM 30 (REV.10·83) Prescribed by GSA FAR (48 CFR) 53.243

Page 2: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 2 of 15 Amendment 0002 Page 5, Caution Notice:

Delete:

Additional copies of Attachments 1 and 2, the Schedule of Items and the Category Distribution Price List, will be provided by DLA Troop Support to offerors upon request (e-mail request is preferred). See below e-mail contact information.

DLA Troop Support Points of Contact: [email protected]

[email protected] [email protected]

[email protected]

Substitute the following:

A copy of The Schedule of Items (Attachment 1, tab 1) and the Category Distribution Price List (Attachment 1, tab 2) are included and attached to this amendment (0002), as attachment 1.

Page 8, Number 5:

Delete:

Prepare and return 6 written and 2 electronic copies of the Technical Proposal, 2 written copies of the Business Proposal / Pricing (exclusive of attachments 1 through 4), and 2 electronic copies of attachments 1 through 4?

Substitute the following:

Prepare and return 6 written and 2 electronic copies of the Technical Proposal, 2 written copies of the Business Proposal / Pricing (exclusive of attachment 1), and 2 electronic copies of attachment 1?

Page 8, Number 6:

Delete:

Submit Attachment 1, and exhibit 1 in accordance with the instructions in the solicitation (two working copies on a Microsoft Excel Spreadsheet formatted CD)?

Substitute the following:

Submit Attachment 1 in accordance with the instructions in the solicitation (two working copies on a Microsoft Excel Spreadsheet formatted CD)?

Page 3: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 3 of 15 Amendment 0002 Page 51, Land Based Customers, Land Based Customers Delivery Requirements:

Delete:

Delivery will be to individual customer locations. A customer listing is provided in the Documents, Exhibits, and Attachment section of this solicitation on page 169 as attachment 2. The Prime Vendor must identify Not In Stock (NIS) items for Land based customers within twenty-four hours after receipt of an order and check with the customer to ascertain if they would accept a substitute item. Substitutions are authorized only upon specific prior approval by the customer.

Substitute the following:

Delivery will be to individual customer locations. A customer listing is provided as attachment 2 to this solicitation. The Prime Vendor must identify Not In Stock (NIS) items for Land based customers within twenty-four hours after receipt of an order and check with the customer to ascertain if they would accept a substitute item. Substitutions are authorized only upon specific prior approval by the customer.

Page 52, Navy Direct Ship Support Including Submarine Customers, Navy Direct Ship Support Including Submarine Customers Delivery Requirements:

Delete:

Navy Direct Ship Support and Submarine Delivery Requirements: Ten days after receipt of order. There will be times when a shorter lead time will be required. The Prime Vendor will be expected to accommodate shorter RDDs to the best of their ability. A customer listing is provided in the Documents, Exhibits, and Attachment section of this solicitation on page 169 as attachment 2. Fill rates for orders with less than the contractual ten day lead time will be included in the prime Vendor’s fill rate reports but the Prime Vendor may make an adjustment to the fill rate via an allowable exception when adequate delivery lead time was not provided. The actual and adjusted rate reports should be provided to the Contracting Officer.

Substitute the following:

Navy Direct Ship Support and Submarine Delivery Requirements: Ten days after receipt of order. There will be times when a shorter lead time will be required. The Prime Vendor will be expected to accommodate shorter RDDs to the best of their ability. A customer listing is provided as attachment 2 to this solicitation. Fill rates for orders with less than the contractual ten day lead time will be included in the prime Vendor’s fill rate reports but the Prime Vendor may make an adjustment to the fill rate via an allowable exception when adequate delivery lead time was not provided. The actual and adjusted rate reports should be provided to the Contracting Officer.

Page 4: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 4 of 15 Amendment 0002 Page 54, D. Inventory & Warehouse Management: Delete:

It is estimated that the contractor will be required to maintain a minimum of 60 days of supply of contractor product at all times at its OCONUS warehouse location(s).

Substitute the following:

It is estimated that the contractor will be required to maintain a minimum of 60 days of supply of contractor product at all times at its OCONUS warehouse location(s). This will be based on a cumulative average of monthly demand including the entire customer base.

Page 62, X. DLA TROOP SUPPORT MANUFACTURER’S PRICING AGREEMENT (MPA) PROGRAM:

Delete:

See attachment 1 for a current list of MPA items in the Schedule of Items, and the MPA holders for those items. The most current MPA item list will be distributed to the Prime Vendor on a monthly basis.

Substitute the following:

The MPA Vendor Listing can be found at http://www.troopsupport.dla.mil/subs/support/mpa/mpa.asp. The most current MPA item list will be distributed to the Prime Vendor on a monthly basis.

Page 70, XIV. Government Owned/Contractor Operated Warehouse Space (continued), third paragraph:

Delete:

The Prime Vendor will also be assigned 28 outside electric outlets supporting cold storage van trailers located behind Building 780 to be used as needed. These outlets will be on a separate electric meter and the Prime Vendor will be responsible for electric charges for these 28 outlets.

Substitute the following:

The Prime Vendor will also be assigned 32 outside electric outlets supporting cold storage van trailers located behind Building 780 to be used as needed, however, only 24 of these outside electric outlets are operational and include room for 20 refers in this space. These outlets will be on a separate electric meter and the Prime Vendor will be responsible for electric charges for these operational outlets.

Page 5: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 5 of 15 Amendment 0002 Page 79, I. ORDERING SYSTEM, C.:

Delete:

1) 810 – Electronic Invoice 2) 820 – Payment Voucher Information 3) 832 – Catalog (Outbound: Contractor to DLA Troop Support)

a. The supplier will be required to submit a breakout of their total contract unit price, i.e. separate Product price and Distribution Price columns.

b. Gross case weight, case cube, and number of cases per pallet will need to be provided by the supplier

4) 850 – Purchase order 5) 861 – Receipt 6) 997 – Functional Acknowledgement

Substitute the following:

1) 810 – Electronic Invoice 2) 820 – Payment Voucher Information 3) 832 – Catalog (Outbound: Contractor to DLA Troop Support)

a. The supplier will be required to submit a breakout of their total contract unit price, i.e. separate Product price and Distribution Price columns.

b. Gross case weight, case cube, and number of cases per pallet will need to be provided by the supplier

4) 850 – Purchase order 5) 861 – Receipt 6) 864 – Supply Chain Fitness Report 7) 997 – Functional Acknowledgement See attachment 4 of this amendment (0002) for an example of an 864 EDI Transaction Set.

Page 91, I. PACKAGING, PACKING, AND LABELING, C.: Delete:

C. All food and beverage products shall be identified with readable dates (open code dates), or coded dates, as determined by the type of product delivered. For semi-perishable, shelf stable items, open dating is preferred, but code dating is acceptable. Contractors that do not use open dating should provide a product code number key to the Contracting Officer, the Veterinary Office in Guam and each customer facility. Items other than semi perishable, shelf stable products must have readable, open code dates clearly showing the use by date, date of production, date of processing/pasteurization, sell by date, best if used by date, or

Page 6: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 6 of 15 Amendment 0002 Substitute the following:

C. All food and beverage products shall be identified with readable dates (open code dates), or coded dates, as determined by the type of product delivered. For semi-perishable, shelf stable items, open dating is preferred, but code dating is acceptable. Contractors that do not use open dating should provide a product code number key to the Contracting Officer, the Veterinary Office in Guam and each customer facility. Items other than semi perishable, shelf stable products must have readable, open code dates clearly showing the use by date, date of production, date of processing/pasteurization, sell by date, best if used by date, or similar markings.

Page 98, I. CONTRACT IMPLEMENTATION PHASE:

Delete: In the event that a follow-on contract is awarded to a firm other than the incumbent contractor, the Government intends to: (i) make award at least 6 months prior to the expiration date of the incumbent contract and (ii) establish a time phased transition schedule during the incumbent contract’s final 90 to 120 days of operation. During the implementation phase, the incumbent contractor will remain the principal source of food and non-food supplies. Notwithstanding other provisions of this contract, performance failure during this period, just as during other periods of performance, may result in the contract termination for cause. The order of precedence for customer support is (1) the incumbent contractor (2) the new contractor.

Substitute the following:

In the event that a follow-on contract is awarded to a firm other than the incumbent contractor, the Government intends to: (i) make award at least 4 months prior to the expiration date of the incumbent contract and (ii) establish a time phased transition schedule during the incumbent contract’s final 90 to 120 days of operation. During the implementation phase, the incumbent contractor will remain the principal source of food and non-food supplies. Notwithstanding other provisions of this contract, performance failure during this period, just as during other periods of performance, may result in the contract termination for cause. The order of precedence for customer support is (1) the incumbent contractor (2) the new contractor.

Page 107, X. SURGE AND SUSTAINMENT, paragraph 4: Delete: For the resultant contracts from this solicitation the contractor will be required to have the ability meet surges of 300% of normal demand levels. For example if a customer has a normal demand of 100 cases per month of an item the surge level could be as high as 200 cases per month during the surge period.

Page 7: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 7 of 15 Amendment 0002 Substitute the following:

For the resultant contracts from this solicitation the contractor will be required to have the ability meet surges of 300% of normal demand levels. For example if a customer has a normal demand of 100 cases per month of an item the surge level could be as high as 300 cases per month during the surge period.

Page 117, (v): Delete:

(v) A SIGNED and COMPLETED SOLICITATION must accompany the technical and business proposal in its entirety. Make sure all fill-ins and clauses that require a response are completed. The solicitation is available on the following DLA Troop Support website: www.dscp.dla.mil/subs/pv/regions/mideast/pvmideast.asp.

Substitute the following:

(v) A SIGNED and COMPLETED SOLICITATION must accompany the technical and business proposal in its entirety. Make sure all fill-ins and clauses that require a response are completed. The solicitation is available on the following DLA Troop Support website: http://www.troopsupport.dla.mil/subs/pv/regions/pacific/pvpacific.asp.

Page 120, FACTOR III. FOOD DEFENSE, Submission Requirement:

Delete:

The offeror shall submit its Food Defense Plan to describe what procedures are, or will be in place to prevent product tampering and contamination, and assure overall plant security and food safety, for the performance period of this contract. The plan should be formatted in accordance with, and address the issues contained in the DLA Troop Support Food Defense Checklist. An electronic copy of the DLA Troop Support Food Defense Checklist dated April 28, 2011 is available at https://www.dscp.dla.mil/subs/fs_check.pdf.

Substitute the following:

The offeror shall submit its Food Defense Plan to describe what procedures are, or will be in place to prevent product tampering and contamination, and assure overall plant security and food safety, for the performance period of this contract. The plan should be formatted in accordance with, and address the issues contained in the DLA Troop Support Food Defense Checklist. An electronic copy of the DLA Troop Support Food Defense Checklist dated April 28, 2011 is available at http://www.troopsupport.dla.mil/subs/fs_check.pdf.

Page 8: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 8 of 15 Amendment 0002 Page 123, SECTION C, 9. Submission Requirement:

Delete: To address the above Price Components, the offeror is required to submit the following information. Elements (i), (ii), and (iii) below must be in writing using Attachments 1 and 2 (a working copy on a Microsoft Excel Spreadsheet formatted CD and a paper copy), and Element (iii) must be in writing using a Microsoft Word format.

Substitute the following:

To address the above Price Components, the offeror is required to submit the following information. Elements (i), (ii), and (iii) below must be in writing using Attachments 1, Tabs 1 & 2 (a working copy on a Microsoft Excel Spreadsheet formatted CD and a paper copy), and Element (iii) must be in writing using a Microsoft Word format.

Page 124, paragraph 3:

Delete:

Offerors must fill out all cells highlighted in pink on Attachments 1 and 2. Prices must not extend more than two (2) places to the right of the decimal point. Standard rounding methods should be observed. Unit prices will be automatically calculated by the spreadsheet formula.

Substitute the following:

Offerors must fill out all cells highlighted in green on Attachment 1, Tabs 1 & 2. Prices must not extend more than two (2) places to the right of the decimal point. Standard rounding methods should be observed. Unit prices will be automatically calculated by the spreadsheet formula.

Page 124, ATTACHMENT 1, Tab 1:

Delete:

ATTACHMENT 1, Tab 1

For Attachment 1, tab 1, in Column L, Rows 3 through 1105, offerors will insert their distribution price for the first Tiered Pricing Period (a 24-month performance period). In Column O, Rows 3 through 1105, offerors will insert their distribution price for the second Tiered Pricing Period (an 18-month performance period). Then, in Column R, Rows 3 through 1105, offerors will insert their distribution price for the final Tiered Pricing Period (an 18-month performance period).

Page 9: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 9 of 15 Amendment 0002 Substitute the following:

ATTACHMENT 1, Tabs 1 & 2:

For Attachment 1, tab 1, in Column K, Rows 2 through 615, offerors will indicate if the product is a Nationally Priced item with either a “Y” for Yes, or an “N” for No. In Column L, Rows 2 through 615, offerors will insert their product price.

For Attachment 1, tab 2, in Column E, Rows 2 through 27, offerors will insert their distribution price for the first Tiered Pricing Period (a 24-month performance period). In Column H, Rows 2 through 27, offerors will insert their distribution price for the second Tiered Pricing Period (an 18-month performance period). Then, in Column K, Rows 2 through 27, offerors will insert their distribution price for the final Tiered Pricing Period (an 18-month performance period).

Page 125, paragraph 3:

Delete:

For this acquisition, a 75% Market Basket was established, and will be used in the evaluation process. Offerors are required to submit 100% of invoices for the items included within the Schedule of Items. All invoices will be reviewed for authenticity and accuracy; however, only those items included within the 75% Market Basket will be used in the price reasonableness determination. All offered product prices must be substantiated with one (1) copy of the manufacturer or grower’s quote or invoice for each item in the Schedule of Items (Attachment 2). Any quote or invoice that contains more than one item, must be copied so that one invoice is submitted for each item in the Schedule of Items. The quotes or invoices must be submitted sequentially to match the items listed in the schedule.

Substitute the following:

For this acquisition, a 75% Market Basket was established, and will be used in the evaluation process. Offerors are required to submit 100% of invoices/quotes for the items included within the Schedule of Items. All invoices/quotes will be reviewed for authenticity and accuracy; however, only those items included within the 75% Market Basket will be used in the price reasonableness determination. All offered product prices must be substantiated with one (1) copy of the manufacturer or grower’s quote or invoice for each item in the Schedule of Items (Attachment 1, Tab 1). Any quote or invoice that contains more than one item, must be copied so that one invoice is submitted for each item in the Schedule of Items. The quotes or invoices must be submitted sequentially to match the items listed in the schedule.

Page 10: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 10 of 15 Amendment 0002 Page 126:

Delete:

v. Item price per unit of measure vi. NAPA discount amount, if applicable (Net of NAPA pricing is required) vii. FOB terms (FOB Origin terms are required) viii. Manufacturer or grower point of contact, including name, title, address and phone number ix. Payment Terms (Early payment discount no more than 2% / Early payment required

within 10 days to obtain discount) x. Identify Point of Importer for all Fresh Fruits and Vegetables and Local Market Ready

items. Substitute the following:

v. Item price per unit of measure vi. NAPA discount amount, if applicable (Net of NAPA pricing is required) vii. FOB terms (FOB Origin terms are required) viii. Manufacturer or grower point of contact, including name, title, address and phone number ix. Payment Terms (Early payment discount no more than 2% / Early payment required within

10 days to obtain discount) x. Identify Point of Importer for all Fresh Fruits and Vegetables and Local Market Ready items. xi. GTIN; if a GTIN is unavailable a SKU may be used.

Page 126, (iv) Tiered Pricing Periods:

Delete:

A. There are three (3) Tiered Pricing Periods in this solicitation. One thirty (28) month period, up to and inclusive of a 4-month ramp-up and a 24-month performance period, a following 18-month period, and a final 18-month period. One copy of the form below must be completed and submitted in the Business Proposal/Pricing.

Substitute the following:

A. There are three (3) Tiered Pricing Periods in this solicitation. One twenty eight (28) month period, up to and inclusive of a 4-month ramp-up and a 24-month performance period, a following 18-month period, and a final 18-month period.

Page 131, FACTOR III. FOOD DEFENSE, Evaluation Criteria:

Delete:

The Government will evaluate the offeror’s Food Defense security plans relating to plant security and security of the product in light of the heightened threat of terrorism. The steps taken to insure that

Page 11: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 11 of 15 Amendment 0002 products and/or packaging have not been tampered with or contaminated throughout the entire manufacturing, storage, and distribution process will be evaluated. The DLA Troop Support Food Defense Checklist (available at https://wwww.dscp.dla.mil/subs/fs_check.pdf) will be used to evaluate the plan

Substitute the following:

The Government will evaluate the offeror’s Food Defense security plans relating to plant security and security of the product in light of the heightened threat of terrorism. The steps taken to insure that products and/or packaging have not been tampered with or contaminated throughout the entire manufacturing, storage, and distribution process will be evaluated. The DLA Troop Support Food Defense Checklist (available at http://www.troopsupport.dla.mil/subs/fs_check.pdf) will be used to evaluate the plan.

Page 159, DOCUMENTS, EXHIBITS AND ATTACHMENTS

Solicitation Attachments:

The document attached to the solicitation named Schedule of Items has been updated as follows:

The file has been renamed to “Attachment 1” in accordance with page 159 of the solicitation. On “Attachment 1” Tab 2, Distribution Category 17 has been added for Temporary Storage. Attachment 1 spreadsheet must be included in all proposals as it replaces the original schedule of items. The original schedule of items attachment will not be accepted. The documents attached to the solicitation named “Guam Customer Listing” and “GOCO MOA” have been renamed in accordance with page 159 of the solicitation to “Attachment 2”, and “Attachment 3” respectively. The content of these attachments remains unchanged.

Add:

Attachment 4: 864 EDI Transaction Set

Note: In response to the solicitation, DLA Troop Support received the following questions from potential offerors as proposal questions. This amendment includes the questions as submitted with no changes, corrections, or verifications. DLA Troop Support does not attest to the accuracy of the facts or information contained within the questions.

1. In the schedule of items, there are no manufacture or companies information provided for items mark as MPA. Is there a way to match-up the NSN to MPA Agreement Number?

Page 12: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 12 of 15 Amendment 0002

DLA Troop Support Response: MPA holders can be found at the following web site: http://www.troopsupport.dla.mil/subs/support/mpa/index.asp, however line item and pricing information is only available to DLA Troop Support Prime Vendor contract holders. Therefore, invoices submitted do not need to be from the MPA holder. Offerors are encouraged to obtain the lowest product price possible.

2. On page 125 of 159, section D, paragraph 2 it states Offerors are required to submit 100% of invoices for the items included within the Schedule of Items. Also in the same paragraph it allows quotes. Can we provide quotes? DLA Troop Support Response: Invoices and Quotes will both be accepted.

3. On Page 123 of 159, (ii) Item/Product Price:, paragraph 1, The category for each item has been pre-

designated as indicated on the attachments. However, tab 2 of the market basket columns E, H & K do not transfer their information back over to Tab 1, columns N, P & S. Is this in error or is there a way to input the DP in tab 1? DLA Troop Support Response: For the Schedule of Items spreadsheet to work correctly all green fields must be filled in. This includes, tab 1, column K (Nationally Priced Items) which must be filled in with a “Y” for yes or an “N” for no.

4. In the past Guam had 2 zones, why was this changed to 1 zone?

DLA Troop Support Response: Even though we have had two zones in the past, pricing has always been based on one zone.

5. Are there any Q-Cogs items that will need to be priced? DLA Troop Support Response: There are no Q-Cog items listed in the schedule of items. The only items that need to be priced are the items in the schedule of items.

6. Did the Navy replace the refrigeration units in the X-Ray Compound? DLA Troop Support Response: The condensers supporting the GOCO on X-Ray Compound were installed in 2005 with a 20 year service life however it is anticipated that they will have a shorter useful service life due to the humid climate conditions.

7. Is the ocean carrier responsible for any loss or damage to product during point to point

transportation?

DLA Troop Support Response: Reference solicitation page 57, IV. Transportation, paragraphs 1 and 2 under claims.

Page 13: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 13 of 15 Amendment 0002 8. I see reference or category for ship load off storage fee or any other handling services. Will we still

be able to charge a fee for storage and labor? DLA Troop Support Response: A distribution category for temporary storage was added to the solicitation via this amendment 0002 on page 11. This information can be found on attachment 1, Tab 2, Distribution Category 17, line 27.

9. Please provide a breakdown of X-Ray Compound warehouse costs; i.e., utilities, water, sewer and

etc. Will we need to build into our distribution fee the cost of warehouse costs? DLA Troop Support Response: The Prime Vendor will be responsible for certain utility costs as detailed in the attached MOA. See solicitation page 70 for additional assistance with warehouse cost estimates.

10. Will we have to take all the GOCO facility or can we use a smaller portion and will the expenses be prorated by square footage? DLA Troop Support Response: The portion of the GOCO designated for the potential SPV's use is identified in the MOA attached to the solicitation. If the offeror chooses to use the GOCO, the offer must use all of the facility identified. The offeror will not have the option to use only a portion of the facility. Firms submitting offers either proposing or not proposing to use this warehouse space will be evaluated on an equal basis. The utility usage data included in the solicitation on page 70 is for this portion of the GOCO.

11. What items are being air freighted and what items are ocean. Will FF&V stay with the PV contract

or be separate contract? DLA Troop Support Response: All FF&V items will be shipped by ocean carrier except for the following FF&V items that are currently approved for airlift:

ASPARAGUS AVOCADO BANANA SABA BEANS CHINESE LONG BITTERMELON BLUEBERRIES BROCCOLI FLORETS CELERY STICKS CHERRIES, BING CILANTRO CUCUMBER DRAGONFRUIT EGGPLANT GREENS, KALE LETTUCE, GREAN LEAF, ROMAINE, AND SHREDDED ONLY MANGO MUSHROOMS

Page 14: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 14 of 15 Amendment 0002

NECTARINE PAPAYA PARSLEY PEACH PEPPERS, BELL RASPBERRIES SPINACH SPROUT SQUASH, ITALIAN SQUASH, OPAL STRAWBERRIES TOMATOES, All All FF&V items will be on the Prime Vendor contract and will not be on a separate contract.

12. Are Navy exercises being held on the X-Ray compound? If so, how often? DLA Troop Support Response: Navy exercises are held on the X-Ray compound. These exercises are supported by the Prime Vendor program. These exercises are unscheduled which is why the Prime Vendor is required to maintain 60 days of stock on hand which is based on a cumulative average of monthly demand including the entire customer base.

13. Are there any USDA school lunch programs for this contract?

DLA Troop Support Response: Yes. 14. How does DLA intend to apply the waiver indicated on page 50, I.A?

DLA Troop Support Response: The Waiver of the Nonmanufacturer Rule allows for the DLA Troop Support to waive the requirement for the small dealers/suppliers to provide only product manufactured by small businesses.

15. May we have a copy of the waiver?

DLA Troop Support Response: No, but more information regarding the Waiver of the Nonmanufacturer Rule can be found at http://farsite.hill.af.mil/reghtml/regs/other/dlad/part19.htm#P72_2552.

16. Can we be provided with a copy of attachments 1, 2, & 3 as indicated on page 8, number 1?

DLA Troop Support Response: Attachments 1, 2, 3, and 4 are included and attached to this amendment (0002).

Page 15: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

SPM300-13-R-0023 Page 15 of 15 Amendment 0002 17. Due to the short response period of one month afforded to bidders over a holiday period when many

suppliers and manufacturers are closed or will be with limited staff to answer the questions we will need to submit a complete proposal, we kindly request DLA extend the due date to February 15, 2013. Will this be considered?

DLA Troop Support Response: The solicitation has been extended to Jan 17th 2013.

18. We would also like to request if the deadline for questions can be extended till December 14, 2012 as the solicitation is 159 pages and we would like the opportunity to fully review the entire solicitation and develop our questions. Will this be considered? DLA Troop Support Response: The timeframe for Pre-Proposal Questions will not be extended.

19. Due to the short response period of one month afforded to bidders over a holiday period when many

suppliers and manufacturers are on vacation, we kindly request DLA to extend the due date to January 31, 2013. DLA Troop Support Response: The solicitation has been extended to Jan 17th 2013.

Page 16: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

CNRM AGREEMENT NO. N61128-FY05-MOA-016

INTERAGENCY MEMORANDUl\'1 OF AGREEMENT

BETWEEN COMMANDER NAVY REGION MARIANAS (CNRM)

AND THE DEFENSE SUPPLY CENTER PHILADELPHIA (DSCP)

Page 17: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

INTERAGENCY MEMORANDUM OF AGREEMENT

BETWEEN COMMANDER NAVY REGION MARIANAS (CNRM)

AND THE DEFENSE SUPPLY CENTER PlllLADELPHIA (DSCP)

This document supersedes the Interagency Memorandum of Agreement Between Comill.ander.Naval Forces Marianas (COMNAVMAR) and the DefenseSupply Center Philadelphia (DSCP) signed by DSCP on June 15, 1999 and COMNA VMAR on June 25,1999.

1. BACKGROUND, PURPOSE AND SCOPE:

On August 1, 1997, FISC Guam's long period of service ended as a result of the Base Realignment and Closure Commission's decision to disestablish FISC, Guam. FISC Guam bad long been responsible for servicing ashore customers as well as doing load outs forT -AFS ships and re-supply missions for home ported and transient ships. The operation and maintenance of the warehouse known as the"X-Ray Compound". performed by FISC Guam was transferred to Commander. Naval Forces Marianas (C6MNAVMAR).

It was agreed that DSCP would provide food support for the customers in and around Guam through the award and implementation of a Prime Vendor contract requiring full· line food distribution.

The purpose of this document is to formally update/revise the existing MOA (June 1999) as a result of changes since the inception of the Prime Vendor proS:ram and change in vendors.

2. POLICY:

This memorandum of agreement details the functions and responsibilities of DSCP and Commander Navy Region Marianas (CNRM}.

3. PROVISIONS:

A. Defense Supply Center Philadelphia agrees to:

1. Award and administer contract for Prime Vend or support. The current contract was awarded to Quality Distributors of Tamuning, Guam on January 31, 2001. This contract entered its fifth performance (fourth option) year on March 24, 2005. This is the final option year under this contract.

2

Page 18: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

2. Be responsible for all contract administration of the contract incorporating the provisions of this MOA pertaining to the use of the X-Ray Compound.

3. Provide an on site Contracting Officer Representative (COR) in Guam to monitor contract compliance and assist in problem resolution.

4. Direct its Subsistence Prime Vendor Contractor to:

a. Use the facilities for the purpose of supporting DoD and Federal Government Subsistence requirements only. No private use shall be permitted.

@ssume responsibility of space assigned to the DSCP Subsistence Prime Vendor .Contractor for routine maintenance, janitorial services and repairs necessary or "minor" repairs as a result of normal"wear and tear". resulting from the use of the facility for the intendedpurpose. Repairs of the physical structure of the buildings will be the responsibility ofCNRM.

c. Maintain any built-in equipment used in the perfonnance of the contract in a safe condition.

d. ··Pay the Naval Facilities Engineering Command, Marianas (NA VF AC Marianas} for its share ofutilities, which includes electricity, water and sewer on a monthly basis

.. based on the following:

1. The DSCP Subsistence Prime Vendor Contractor has been assigned 28 outlets supporting the cold storage van trailers located behind Building 780 as agreed to on March 16, 2005. These outlets are assigned to Route Meter No. 620.

2. Utilities will be billed based on cubic feet of space occupied by the DSCP Subsistence Prime Vendor Contractor as reviewed on February 9, 2004 and agreed to be as follows:

Type

Dry

Chill

Freeze

SqFt

80,080

5,818

28,800

Cu.Ft

1,450.400

87;270

432,000

Based on the above figures, the.current DSCP Subsistence Prime Vendor Contractor occupies a total of 63% overall space in the dry warehouse and 35.8% overall space in the ChilliFreeze warehouse. The DSCP Subsistence Prime Vendor Contractor is responsible foi timely payments of all utilities use of occupied space billed monthly by NAVFAC Marianas. In the event ofnon·payment, CNRM will notifY the DSCP Guam,

3

Page 19: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

Office. DSCP will take all appropriate actions to obtain payment of utilities billed to the DSCP Subsistence Prime Vendor Contractor. WhileDSCP cannot be held liable for its Subsistence Prime Vendor's non-payment of utilities, DSCP will take every action it deems necessary for NA VF AC Marianas to be paid by the Subsistence Prime Vendor Contractor in accordance with this MOA and the DSCP Subsistence Prime Vendor Contract, which may include, but is not limited to withholding of payment to the Prime Vendor Contractor if the Prime Vendor Contractor does not meet the obligations set forth by the DSCP Prime Vendor contract.

3. CNRM will provide DSCP and the DSCP .Subsistence Prime Vendor Contractor with the utility rates current at the time of this MOA revision going into effect. CNRM will not raise utility rates except in the event that CNRMIF AC Marianas receives actUal electric, water and sewer rate increases from the Guam power, water and sewage companies. DSCP and the DSCP Subsistence Prime Vendor contractor should be given notice of the impending rate increases as soon as they become known to CNRMINAVFAC Marianas.

e. Be responsible for the share of recurring work, which includes air conditioning for office units, pest control. dockleveler, water treatment, test MHE, exit lights, roll up doors. exhaust fans and mechanical refrigeration doors •. The DSCP Subsistence Prime Vendor Contractor will be responsible for maintenance and repair of the mechanical inner/outer refrigeration doors upon completion of CNM Special Project R79-99 to repair discrepancies shown in Attachment 1. Estimated completion date of Special Project R79-99 is May 2005.

f. Effective July 2006, upon expiration of the project warranty .period for CNM N62766-03-D-2348·0002-R79·99 (Repairs to Refrigerant System Bays 1-6, Bldg. 780 X· Ray) CNRM will not be responsible for maintenance of the refrigeration system installed in bays assigned to the DSCP Subsistence Prime Vendor Contractor.

g. Not use military base communications as their primary means of voice communications.

h. Obtain written approval :from CNRM prior to making repairs to the facilities. Repairs made by the DSCP Subsistence Prime Vendor Contractor without approval will be at no Cost to the Government.*

i. Use the Contracting O:fficer' s Representative (COR) as the point of contact for any and all issues that require coordination with CNRM.

B. Commander Navy Region Marianas (CNRM) agrees to:

1. Make available to the DSCP Subsistence Prime Vendor Contractor the existing warehouse space at CNRM known as the "X-Ray Compound" for the life of this contract (through March 23, 2006) and for a follow on contract.

4

Page 20: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

2. Make the following warehouse space available to the DSCP Subsistence Prime Vendor Contractor. This space sball be in a physical condition to allow for full performance of the contract:

Whse# Type

6 Dry

7 Chill

7 Freeze

SqFt

80,080

5,818

28,800

Cu.Ft

1,450,400

87,270

432,000

3. Designate 28 outlets supporting the cold storage van trailers located behind Building 780 to the DSCP Subsistence Prime Vendor Contractor as agreed to on March 16, 2005. Outlets are assigned to Route Meter 620.

4. Inasmuch as the. initialMOA included an exteDsive list of rQPairs that needed to be done to the X-Ray Compound. which. may not yet all have been completed, a cw:rent list of repairs has been requested and has recently been compiled an,d appears as Attachment 1. The repairs on this list will be the responsibility ofCNRM.

5. Allow the DSCP Subsistence Prime Vendor Contractor the use of Bldg. 179 which is a Battery Charging Station.

6, Provide the condition of existing facilities portrayed in the Annual Inspection Summary (AlS) and Base Readiness (BASEREP) reports to DSCP and the DSCP Subsistence Prime Vendor Contractor. These reports shall alsq be provided to the DSCP Contracting Officer Representative (COR) no later than one month after their issuance and/or approval. ·

7. Ensure completion of the new refrigeration system contract currently in process at theX.:Ray Compound. CNM N62766-03~D-2348-0002-R79-99, Repairs to Refrigerant Systems Bays 1-6. Bldg. 780 X-Ray, is a design-build project to replace jhe aging, existing refrigeration system at Building 780 X-Ray. Warehouse 7 and De­Humidification Room at Building 3202, Warehouse 6 with a new, complete and usable fu}l-functiorial system having an effective life expectancy of20 years. This contract also i4Cludes Direct Digital Controls and a one-year maintenance warranty period. Estimated completion date of this project is May 2005.

8. Include provision for surge and mobilization in the agreements with the other tenants of the X-Ray Compound so that the DSCP Subsistence Prime Vendor Contractor will have the use of the other tenants' space during contingencies, if required.

9. Use the Contracting Officer's Representative (COR) as the point of contact for' any · and all issues that require coordination with DSCP.

5

Page 21: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

10. Repair damages to the facilities as a result of damages not caused by the DSCP Subsistence Prime Vendor Contractor. Ifrepairs.cannot be accomplished ina timely manner that would compromise the perfonnance of the contract, CNRM may authorize the DSCP Subsistence Prime Vendor Contractor to complete such repairs and reimburse the Subsistence Prime Vendor Contractor accordingly.

11. Be responsible for maintenance of the refrigeration/freezer units up to the time the new maintenance contract is completed and the warranty period expires.

4. PERIOD OF AGREEMENT:

This agreement shall become effective when signed by both parties and may be revised/amended/canceled upon the mutual consent of all parties in writing and provided that such revision/amendment/cancellation ..viii not adversely impact the DSCP Subsistence Prime Vendor Contractor's ability to execute the contract. This agreement will be reviewed on a yearly basis to allow for any required modifications by either party .

JO Di tor Subsistence Supplier Operations Directorate

APR J9l005 Date:----------

6

.

R.A.Mc AUG Chief of Staff Commander Navy Region Marianas

Date: S'/r!A-y~

Page 22: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

Subsistence 864 Inventory Reporting

Example of 864 Transaction and MSG Segment Layout

Data delimited with the pipe (|) symbol.

ST*864*000000001 BMG*00*INVENTORY REPORT DTM*097*20110330*064640 N1*FR*COMPANY A*33*CAGEC N1*TO**10*SC0500 MIT*001*INVENTORY REPORT MSG*895001E098779|PV|123A|6|0|1|1|13.00|12.42|11.87|12.04|645|FT9455|1531413|080098099878787|Y|343|R|156|TEST DESCRIPTION 890123456789012345|23.43|145|Y|A|CS|Y|61414187001121 MSG*894001E591135|PV|234B|2|108|324|17|10.50|9.87|8.88|9.01|78|FT9455|1481169|09800399333667|Y|265|X|129|TEST DESCRIPTION 890123456789012345|263.87|4351|N|A|CS|N|64264441772555 MSG*894001E190210|PV|675C|151|50|0|22|12.75|12.34|11.99|12.10|193|FT9455|800078|009877668844|N|110|X|98|TEST DESCRIPTION 890123456789012345|45.1|98325|N|I|CS|Y|621466552286 MSG*891501E297578|PV|189D|3|0|0|3|9.15|8.88|8.05|8.55|67|FT9455|820100|09006999605758505858|Y|65|R|33 |TEST DESCRIPTION 890123456789012345|421.65|145|Y|A|CS|N|624472266451 SE*11*000000001 864 MSG Segment Format:

# Column Name Column Length DEFINITION VALID ENTRIES

1 NSN 13 National Stock Number

Government Stock Number

2 Item Category 3 Type Category Code

Either PV, GFM or LMR

3 Distribution Fee Category

4 Vendor Internal Category

Vendor Internal Reference Number NTE 4 positions

4 Stock-On-Hand 10 Quantity of Item On-Hand

Numeric NTE 10 positions, No Commas

5 In-Transit 10 Quantity In-Transit Numeric NTE 10 positions, No Commas

Page 23: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

6 On-Order 10 Quantity On-Order Numeric NTE 10positions, No Commas

7 In-Demand 10 Quantity Demand Numeric NTE 10 positions, No Commas

8 Item Unit Price 7 Item Unit Price Numeric NTE 7 positions, No Commas

9 Product Price 7 Product Price of Item

Numeric NTE 7 positions, No Commas. Decimal explicit (must be sent)

10 Distributor Price

7 Distributor Unit Price of Item

Numeric NTE 7 positions, No Commas. Decimal explicit (must be sent)

11 Premium Distributor Price

7 Premium Distributor Unit Price of Item

Numeric NTE 7 positions, No Commas. Decimal explicit (must be sent)

12 Cases Filled 10 Number of Cases Filled this period

Numeric NTE 10 positions, No Commas

13 Inventory Location

6 Actual Location of Items (DODAAC)

Alpha/numeric data

14 Vendor Code 15 Vendor Internal Item Number

Alpha/numeric data NTE 15 positions

15 SKU Field 25 SKU Number Alpha/numeric data NTE 25 positions

16 MLL 1 Master Load List Number

Alpha/numeric data NTE 1 position; Y or N

17 Stock on Hold 10 Quantity on Hold Alpha/numeric data NTE 10 position

18 Hold Reason Code

1 Hold Reason R = recalled; X = expired

19 In Transfer 10 Quantity in Transfer Alpha/numeric data NTE 10 position

20 Item Description

35 Item Descriptive Data

Alpha/numeric data NTE 35 positions

21 Cube 5 Item cubic size Numeric NTE 5 positions. No Commas. Decimal explicit (must be sent)

22 Gross Weight 5 Item weight Numeric NTE 5 positions

23 Category 1 New Item Category Y = yes; N = no

24 Item Status 1 Status of item A = active; I = inactive

Page 24: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

25 Unit of Measure

2 Item’s Unit of Measurement Code

CS = cases (always reported in cases)

26 Mandatory Status

1 Item’s Mandatory Status Code

Y = yes; N = no

27 Global Trade Item Number

14 Item’s Global Trade Item Number

Numeric data NTE 14 positions

Example Format of Output File

DTM02|N104|N102|MSG01|MSG02|MSG03|MSG04|MSG05|MSG06|MSG07|MSG08|MSG09|MSG10|MSG11|MSG12|MSG13|MSG14|MSG15|MSG16|MSG16|MSG17|

MSG18|MSG19|MSG20|MSG21|MSG22|MSG23|MSG24|MSG25|MSG26|MSG27

Translated Output would look similar to this:

Output file data delimited with the pipe (|) symbol. 20110330| CAGEC| COMPANY A|895001E098779|PV|123A|6|0|1|1|13.00|12.42|11.87|12.04|645| FT9455|1531413|080098099878787|Y|343|R|156|TEST DESCRIPTION 890123456789012345|23.43|145|Y|A|CS|Y|61414187001121 20110330| CAGEC| COMPANY A|894001E591135|PV|234B|2|108|324|17|10.50|9.87|8.88|9.01|78| FT9455|1481169|09800399333667|Y|265|X|129|TEST DESCRIPTION 893456789012345|263.87|4351|N|A|CS|N|64264441772555 20110330| CAGEC| COMPANY A|894001E190210|PV|675C|151|50|0|22|12.75|12.34|11.99|12.10|193|FT9455|800078|009877668844|N|110|X|98|TEST DESCRIPTION 890123456789012345|45.1|98325|N|I|CS|Y|621466552286 20110330| CAGEC| COMPANY A|891501E297578|PV|189D|3|0|0|3|9.15|8.88|8.05|8.55|67|FT9455|820100|09006999605758505858|Y|65|R|33|TEST DESCRIPTION890123456789012345|421.65|145|Y|A|CS|N|624472266451

Document Changes: Version Date Purpose 1.0 4/2011 Initial Document 2.0 7/7/2011 Addition of columns 15, 16, 17, 18, 19 2.1 7/8/2011 Addition of column 20 2.2 9/13/2011 Addition of columns 21, 22, 23, 24

Page 25: Michelle.Norton@Dla€¦ · Michelle.Norton@Dla.mil Clinton.Williams@dla.mil. Dennis.Strolle@dla.mil . Substitute the following: A copy of The Schedule of Items (Attachment 1, tab

2.3 11/2/2011 Clarification of column 18, Hold Reason Code 2.4 08/01/2012 Addition of columns 25, 26, 27