Attached files

file filename
10-Q/A - 10-Q/A - FORCE PROTECTION INCa13-5888_110qa.htm
EX-31.2 - EX-31.2 - FORCE PROTECTION INCa13-5888_1ex31d2.htm
EX-32.1 - EX-32.1 - FORCE PROTECTION INCa13-5888_1ex32d1.htm
EX-31.1 - EX-31.1 - FORCE PROTECTION INCa13-5888_1ex31d1.htm

Exhibit 10.1

 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

AWARD/CONTRACT

1. THIS CONTRACT IS A RATED ORDER
    UNDER DPAS (15 CFR 700)

RATING

         DX-A4

PAGE OF PAGES

1         14

2. CONTRACT (Proc. Inst. Indent.) NO.

M67854-11-C-5063

3. EFFECTIVE DATE

31 Mar 2011

4. REQUISITION/PURCHASE REQUEST/PROJECT NO.

M67854-11-RC-F0153

5. ISSUED BY

CODE   

M67854

6. ADMINISTERED BY (if other than Item 5)

CODE   

S1103A

MARINE CORPS SYSTEMS COMMAND — MRAP FMS

ATTN: RONALD DINGLE

2200 LESTER STREET

QUANTICO VA 22134

DCMA ATLANTA

ATTN: ACO CLARA DAVIS 2300 LAKE PARK DR

SUITE 300

SMYRNA GA 30080-4091                                                                               SCD:  A

 

7. NAME AND ADDRESS OF CONTRACTOR

FORCE PROTECTION INDUSTRIES, (INC)

OTIS BYRD

9801 HWY 78 STE 3

LADSON SC 29456-3802

(No., street, county, state and zip code)

8. DELIVERY

   x FOB ORIGIN      o OTHER   (See below)

9. DISCOUNT FOR PROMPT PAYMENT

  Net 30 Days

 

10. SUBMIT INVOICES                                ITEM

 (4 copies unless otherwise specified)

TO THE ADDRESS

SHOWN IN

 

CODE      1EFH8

FACILITY CODE

11. SHIP TO/MARK FOR

CODE   

 

12. PAYMENT WILL BE MADE BY

CODE   

HQ0338

FORCE PROTECTION INDUSTRIES, INC.

WAYNE PHILLIPS, JR.

9801 HIGHWAY 78

LADSON SC 29456

DFAS — COLUMBUS CENTER

DFAS — CO/SOUTH ENTITLEMENT OPERATIONS (

PO BOX 182264

COLUMBUS OH 43218-2264

 

13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN

      COMPETITION

 o 10 U.S.C. 2304(c)(     )   o 41 U.S.C. 253(c)(     )

14. ACCOUNTING AND APPROPRIATION DATA

  See Schedule

15A. ITEM NO.

15B. SUPPLIES/SERVICES

15C. QUANTITY

15D.UNIT

15E. UNIT PRICE

15F. AMOUNT

 

SEE SCHEDULE

 

 

 

 

15G.  TOTAL AMOUNT OF CONTRACT                     $46,596,600.00

16.  TABLE OF CONTENTS

(X)

SEC

DESCRIPTION

PAGE(S)

(X)

SEC

DESCRIPTION

PAGE(S)

PART I - THE SCHEDULE

PART II - CONTRACT CLAUSES

X

A

SOLICITATION/CONTRACT FORM

1

X

I

CONTRACT CLAUSES

9-14

X

B

SUPPLIES OR SERVICES AND PRICES/COSTS

2

  PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS

X

C

DESCRIPTION/SPECS/WORK STATEMENT

3-5

X

J

LIST OF ATTACHMENTS

15

 

D

PACKAGING AND MARKING

 

  PART IV - REPRESENTATIONS AND INSTRUCTIONS

X

E

INSPECTION AND ACCEPTANCE

6

 

K

REPRESENTATIONS, CERTIFICATIONS AND

 

X

F

DELIVERIES OR PERFORMANCE

7

 

 

OTHER STATEMENTS OF OFFERORS

 

X

G

CONTRACT ADMINISTRATION DATA

8

 

L

INSTRS., CONDS., AND NOTICES TO OFFERORS

 

 

H

SPECIAL CONTRACT REQUIREMENTS

 

 

M

EVALUATION FACTORS FOR AWARD

 

CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE

17. x CONTRACTOR’S NEGOTIATED AGREEMENT    Contractor is required to sign this document and return 1 copies to issuing office.)  Contractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein.  The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award/contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein.

(Attachments are listed herein.)

18. o AWARD  (Contractor is not required to sign this document)   Your offer on Solicitation Number                                          including the additions or changes made by you which additions or changes are set forth in full above is hereby accepted as to the items listed above and on any continuation sheets.  This award consummates the contract which consists of the following documents:  (a) the Government’s solicitation and your offer, and (b) this award/contract.  No further contractual document is necessary.

19A.  NAME AND TITLE OF SIGNER  (Type or print)

Joseph Bolmarcich

Director of Contracts

20A.  NAME OF CONTRACTING OFFICER

Terry Austin

TEL: (540) 658-8813 EMAIL: Terry.Austin@usmc.mil

19B.  NAME OF CONTRACTOR

 

 

19C.  DATE SIGNED

 

                4/1/2011

20B.  UNITED STATES OF AMERICA

 

 

20C.  DATE SIGNED

 

                4/1/2011

BY

/s/ Joseph Bolmarcich

 

BY

/s/ Terry Austin

 

 

(Signature of person authorized to sign)

 

 

(Signature of Contracting Officer)

 

 

 

AUTHORIZED FOR LOCAL REPRODUCTION

STANDARD FORM 26 (REV.4/2008)

Previous edition is usable

Prescribed by GSA

 

FAR (48 CFR) 53.214(a)

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section B - Supplies or Services and Prices

 

ITEM NO

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

0001

 

 

 

[***]

 

Each

 

$[***]

 

$

46,596,600.00

 

 

 

Buffalo AZ Vehicle

FFP

U.S. Army Program of Record Configuration Buffalo A2 Vehicles in support of the G4 program.

 

 

 

 

FMS CASE: G4-P-LPF

PDLI: IZ0000 RSN: 001

MILSTRIP: PG4A74/1077/6001/0LPF

PURCHASE REQUEST NUMBER: M67854-11-RC-F0153

FOB: Origin

MILSTRIP: PG4A74/1077/6001/0LPF

PURCHASE REQUEST NUMBER: M67854-11-RC-F0153

 

 

 

 

 

 

NET AMT

$

46,596,600.00

 

 

 

 

 

 

 

 

 

 

 

$

46,596,600.00

 

 

ACRN AA

CIN: M6785411RCF01530001

 

 

ITEM NO

 

SUPPLIES/SERVICES

 

QUANTITY

 

UNIT

 

UNIT PRICE

 

AMOUNT

 

     0002

 

 

 

1

 

Lot

 

 

 

 

NSP

 

 

 

Final Inspection Report (FIR)

FFP

Final Inspection Report (FIR)

FOB: Destination

MILSTRIP: PG4A74/1077/6001/0LPF

PURCHASE REQUEST NUMBER: M67854-11-RC-F0153

 

 

 

 

 

 

NET AMT

 

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section C - Descriptions and Specifications

 

STATEMENT OF WORK (SOW)

 

STATEMENT OF WORK FOR FMS Case G4-P-LPF

 

1.0  PROGRAM DESCRIPTION

 

Buffalo A2 Mine Protected Clearance Vehicle (MPCV) is a blast protected vehicle that will operate in explosive hazardous environments to conduct route clearance operations.  The system will have an articulating arm with a digging/lifting attachment and camera to remotely interrogate a suspected explosive hazard and allow the crew to confirm, deny, and/or classify the explosive hazard.  The articulating arm and attachment can be used to move explosive hazards to the side of routes.  It will provide a blast protected platform to transport soldiers and to allow soldiers to dismount in order to neutralize and/or mark explosive hazards.

 

2.0  INTRODUCTION

 

This Statement of Work (SOW) defines the effort required for the procurement and delivery of the Mine Resistant Ambush Protected (MRAP) Buffalo A2 Army Program of Record for FMS Case G4-P-LPF.  The USG has identified an urgent need to procure a broad, adaptable, and flexible mobile land-based route proving and clearance (RP&C) capability, which will enhance Tactics, Techniques and Procedures (TT&P) for detecting, recognizing, and defeating Emplaced Explosive Ordnance (EEO).

 

2.2  VEHICLE REQUIREMENTS

 

Attachment Y, US Army Buffalo A2 Program of Record Purchase Description ATPD-2373 dated 01 April 2010 performance requirements for forty (40) each. Buffalo A2 vehicles.  In addition, the contractor shall ensure that the FMS Case G4-P-LPF Buffalo A2 vehicles meet all specifications applicable at the time of award.

 

2.3  PERFORMANCE SPECIFICATION

 

The contractor’s proposal shall, together with the performance specification, form the contract requirements for the G4 Buffalo A2 vehicles.  The contractor’s proposal shall meet or exceed all requirements in the Performance Specifications with the specific exception of Cooling system paragraph 3.4.2.a “...Maintain the specified component operating temperatures within the specified limits while operating continuously at full load and 0.6 tractive effort to gross vehicle weight ratio (TE/GVW) while under the maximum temperatures conditions specified herein.”  and paragraph 4.9.4 “The cooling system shall be tested for maintaining the specified component operating temperatures within the specified limits while operating continuously at full load and 0.6 tractive effort...”  The US Army has accepted performance at 0.5 tractive effort. G4 will also accept 0.5 tractive effort.

 

In addition, Tires and Wheels paragraph 3.11.4 states in part “...A spare tire and wheel assembly identical to those provided on the axles shall be furnished, and provided with the vehicle.”

 

In this case, the tires shall be provided as spares and not part of the vehicle shipment. The following specification paragraphs are also modified as follows:

 

·                  3.1 First Article (p. 6)-Delete

·                Testing conducted by TACOM

·                  3.12.11 Communication equipment mounting provisions (p. 16)-Delete (a,b,c)

·                  3.1211:1 Government Furnished Equipment Storage and Assembly (p. 16)-Delete (a,b,c)

·                  3.16 Government-loaned property -Table (p. 20) Delete GFE notes except for VIC-03

·                  3.1 First Article Table (p.28) - Delete

·                Testing conducted by TACOM

·                  4.6 Performance (p. 31-35) - Delete

·                Testing conducted by TACOM

·                  4.9.4 Cooling System (p. 37) - .5 Tractive effort

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

·                  4.9.86 Reliability, Availability, and Maintainability (RAM) (p.43) - Delete

·                Testing conducted by TACOM

·                  6.3 First article (p. 46) - Delete

·                Testing conducted by TACOM

 

5.0  REQUIREMENTS

 

The Contractor shall accomplish delivery of forty (40) units (platforms) set forth under the contract. A corresponding delivery schedule is provided within the contract.  The Contractor shall ensure that stated performance capabilities of these vehicles are certified and the level warranted.  (CDRL A005)

 

NOTE:  The standard requirements for the Buffalo A2 vehicle build are located in the performance specifications. If there is a conflict between the Statement of Work and the performance specification, then the SOW takes precedence.

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section E - Inspection and Acceptance

 

INSPECTION AND ACCEPTANCE TERMS

 

Supplies/services will be inspected/accepted at:

 

CLIN

 

INSPECT AT

 

INSPECT BY

 

ACCEPT AT

 

ACCEPT BY

0001

 

Origin

 

Government

 

Origin

 

Government

0002

 

Origin

 

Government

 

Origin

 

Government

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section F - Deliveries or Performance

 

DELIVERY INFORMATION

 

CLIN

 

DELIVERY DATE

 

QUANTITY

 

SHIP TO ADDRESS

 

UIC

 

 

 

 

 

 

 

 

 

0001

 

29-APR-2011

 

[***]

 

FORCE PROTECTION INDUSTRIES, INC.

 

 

 

 

 

 

 

 

WAYNE PHILLIPS, JR.

 

 

 

 

 

 

 

 

9801 HIGHWAY 78

 

 

 

 

 

 

 

 

LADSON SC 29456

 

 

 

 

 

 

 

 

843-574-3787

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0001

 

31-MAY-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0001

 

30-JUN-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0001

 

29-JUL-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0001

 

31-AUG-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0001

 

30-SEP-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Origin

 

 

 

 

 

 

 

 

 

 

 

0002

 

15-APR-2011

 

[***]

 

(SAME AS PREVIOUS LOCATION)

 

 

 

 

 

 

 

 

FOB: Destination

 

 

 

DELIVERY SCHEDULE

 

Apr

 

May

 

Jun

 

Jul

 

Aug

 

Sep

5

 

7

 

7

 

7

 

7

 

7

 

The required delivery date shall be as stated above or sooner. All Line Items shall be shipped complete and received complete by consignee by 30 September 2011.  The contractor shall provide the contract specialist advance notification of any anticipated delays. Accelerated deliveries are accepted and encouraged.

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section G - Contract Administration Data

 

ACCOUNTING AND APPROPRIATION DATA

 

AA: 97-11X8242 28D7 000 74D72 0 065916 2D PG4A74 1077 6001 0LPF

AMOUNT:  $46,596,600.00

CIN M6785411RCF01530001:  $46,596,600.00

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section I - Contract Clauses

 

CLAUSES INCORPORATED BY REFERENCE

 

52.202-1

 

Definitions

 

JUL 2004

52.203-3

 

Gratuities

 

APR 1984

52.203-5

 

Covenant Against Contingent Fees

 

APR 1984

52.203-6

 

Restrictions On Subcontractor Sales To The Government

 

SEP 2006

52.203-7

 

Anti-Kickback Procedures

 

OCT 2010

52.203-10

 

Price Or Fee Adjustment For Illegal Or Improper Activity

 

JAN 1997

52.203-12

 

Limitation On Payments To Influence Certain Federal Transactions

 

OCT 2010

52.204-2

 

Security Requirements

 

AUG 1996

52.204-4

 

Printed or Copied Double-Sided on Recycled Paper

 

AUG 2000

52.209-6

 

Protecting the Government’s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

 

DEC 2010

52.211-5

 

Material Requirements

 

AUG 2000

52.219-9

 

Small Business Subcontracting Plan

 

JAN 2011

52.219-9 Alt II

 

Small Business Subcontracting Plan (JAN 2011) Alternate II

 

OCT 2010

52.222-1

 

Notice To The Government Of Labor Disputes

 

FEB 1997

52.222-3

 

Convict Labor

 

JUN 2003

52.222-19

 

Child Labor — Cooperation with Authorities and Remedies

 

JUL 2010

52.222-20

 

Walsh-Healey Public Contracts Act

 

OCT 2010

52.222-21

 

Prohibition Of Segregated Facilities

 

FEB 1999

52.222-26

 

Equal Opportunity

 

MAR 2007

52.222-29

 

Notification Of Visa Denial

 

JUN 2003

52.222-35

 

Equal Opportunity for Veterans

 

SEP 2010

52.222-36

 

Affirmative Action For Workers With Disabilities

 

OCT 2010

52.222-37

 

Employment Reports on Veterans

 

SEP 2010

52.222-50

 

Combating Trafficking in Persons

 

FEB 2009

52.223-3

 

Hazardous Material Identification And Material Safety Data

 

JAN 1997

52.223-10

 

Waste Reduction Program

 

AUG 2000

52.223-13

 

Certification of Toxic Chemical Release Reporting

 

AUG 2003

52.223-14

 

Toxic Chemical Release Reporting

 

AUG 2003

52.224-1

 

Privacy Act Notification

 

APR 1984

52.225-13

 

Restrictions on Certain Foreign Purchases

 

JUN 2008

52.225-14

 

Inconsistency Between English Version And Translation Of Contract

 

FEB 2000

52.227-1

 

Authorization and Consent

 

DEC 2007

52.227-2

 

Notice And Assistance Regarding Patent And Copyright Infringement

 

DEC 2007

52.227-3

 

Patent Indemnity

 

APR 1984

52.228-3

 

Worker’s Compensation Insurance (Defense Base Act)

 

APR 1984

52.228-4

 

Workers’ Compensation and War-Hazard Insurance Overseas

 

APR 1984

52.229-3

 

Federal, State And Local Taxes

 

APR 2003

52.229-4

 

Federal, State, And Local Taxes (State and Local Adjustments)

 

APR 2003

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

52.229-6

 

Taxes—Foreign Fixed-Price Contracts

 

JUN 2003

52.232-1

 

Payments

 

APR 1984

52.232-8

 

Discounts For Prompt Payment

 

FEB 2002

52.232-11

 

Extras

 

APR 1984

52.232-17

 

Interest

 

OCT 2010

52.232-23

 

Assignment Of Claims

 

JAN 1986

52.232-25

 

Prompt Payment

 

OCT 2008

52.232-32

 

Performance-Based Payments

 

AUG 2010

52.233-1

 

Disputes

 

JUL 2002

52.233-1 Alt 1

 

Disputes (Jul 2002) - Alternate I

 

DEC 1991

52.233-2

 

Service Of Protest

 

SEP 2006

52.233-2

 

Service Of Protest

 

SEP 2006

52.233-3

 

Protest After Award

 

AUG 1996

52.233-4

 

Applicable Law for Breach of Contract Claim

 

OCT 2004

52.242-1

 

Notice of Intent to Disallow Costs

 

APR 1984

52.242-13

 

Bankruptcy

 

JUL 1995

52.242-15

 

Stop-Work Order

 

AUG 1989

52.243-1

 

Changes—Fixed Price

 

AUG 1987

52.245-1

 

Government Property

 

AUG 2010

52.246-23

 

Limitation Of Liability

 

FEB 1997

52.246-24

 

Limitation Of Liability—High-Value Items

 

FEB 1997

52.246-24 Alt I

 

Limitation Of Liability—High Value items (Feb 1997) - Alternate I

 

APR 1984

52.247-63

 

Preference For U.S. Flag Air Carriers

 

JUN 2003

52.249-2

 

Termination For Convenience Of The Government (Fixed- Price)

 

MAY 2004

52.249-8

 

Default (Fixed-Price Supply & Service)

 

APR 1984

52.253-1

 

Computer Generated Forms

 

JAN 1991

252.203-7002

 

Requirement to Inform Employees of Whistleblower Rights

 

JAN 2009

252.204-7000

 

Disclosure Of Information

 

DEC 1991

252.204-7002

 

Payment For Subline Items Not Separately Priced

 

DEC 1991

252.204-7003

 

Control Of Government Personnel Work Product

 

APR 1992

252.204-7004 Alt A

 

Central Contractor Registration (52.204-7) Alternate A

 

SEP 2007

252.209-7004

 

Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country

 

DEC 2006

252.211-7003

 

Item Identification and Valuation

 

SEP 2010

252.219-7003

 

Small Business Subcontracting Plan (DOD Contracts)

 

OCT 2010

252.223-7004

 

Drug Free Work Force

 

SEP 1988

252.225-7001

 

Buy American Act And Balance Of Payments Program

 

JAN 2009

252.225-7001 Alt I

 

252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) Alternate I

 

DEC 2010

252.225-7002

 

Qualifying Country Sources As Subcontractors

 

APR 2003

252.225-7004

 

Report of Intended Performance Outside the United States and Canada—Submission after Award

 

OCT 2010

252.225-7012

 

Preference For Certain Domestic Commodities

 

JUN 2010

252.225-7013

 

Duty-Free Entry

 

DEC 2009

252.225-7016

 

Restriction On Acquisition Of Ball and Roller Bearings

 

DEC 2010

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

252.225-7028

 

Exclusionary Policies And Practices Of Foreign Government

 

APR 2003

252.225-7041

 

Correspondence in English

 

JUN 1997

252.225-7042

 

Authorization to Perform

 

APR 2003

252.227-7013

 

Rights in Technical Data—Noncommercial Items

 

NOV 1995

252.227-7015

 

Technical Data—Commercial Items

 

NOV 1995

252.227-7027

 

Deferred Ordering Of Technical Data Or Computer Software

 

APR 1988

252.227-7030

 

Technical Data—Withholding Of Payment

 

MAR 2000

252.227-7037

 

Validation of Restrictive Markings on Technical Data

 

SEP 1999

252.229-7006

 

Value Added Tax Exclusion (United Kingdom)

 

JUN 1997

252.229-7008

 

Relief From Import Duty (United Kingdom)

 

JUN 1997

252.232-7008

 

Assignment of Claims (Overseas)

 

JUN 1997

252.232-7010

 

Levies on Contract Payments

 

DEC 2006

252.233-7001

 

Choice of Law (Overseas)

 

JUN 1997

252.243-7001

 

Pricing Of Contract Modifications

 

DEC 1991

252.243-7002

 

Requests for Equitable Adjustment

 

MAR 1998

252.247-7024

 

Notification Of Transportation Of Supplies By Sea

 

MAR 2000

 

CLAUSES INCORPORATED BY FULL TEXT

 

52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

 

(a) If the Government receives information that a contractor or a person has engaged in conduct constituting a violation of subsection (a), (b), (c), or (d) of Section 27 of the Office of Federal Procurement Policy Act (41 U.S.C. 423) (the Act), as amended by section 4304 of the 1996 National Defense Authorization Act for Fiscal Year 1996 (Pub. L. 104-106), the Government may—

 

(1) Cancel the solicitation, if the contract has not yet been awarded or issued; or

 

(2) Rescind the contract with respect to which—

 

(i) The Contractor or someone acting for the Contractor has been convicted for an offense where the conduct constitutes a violation of subsection 27(a) or (b) of the Act for the purpose of either—

 

(A) Exchanging the information covered by such subsections for anything of value; or

 

(B) Obtaining or giving anyone a competitive advantage in the award of a Federal agency procurement contract; or

 

(ii) The head of the contracting activity has determined, based upon a preponderance of the evidence, that the Contractor or someone acting for the Contractor has engaged in conduct constituting an offense punishable under subsections 27(e)(1) of the Act.

 

(b) If the Government rescinds the contract under paragraph (a) of this clause, the Government is entitled to recover, in addition to any penalty prescribed by law, the amount expended under the contract.

 

(c) The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

and remedies provided by law, regulation, or under this contract.

 

(End of clause)

 

52.211-11  LIQUIDATED DAMAGES—SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT (SEP 2000)

 

(a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages identified in the below table.

 

Number of Calendar Days Delinquent in Delivery

 

Liquidated Damage (LD) - % of Deliverable Cost

 

1-7

 

1

%

8-14

 

2

%

15-21

 

3

%

22-26

 

4

%

27-31

 

5

%

32 and Above

 

6

%

 

NOTE:  The percentages of LD’s are not cumulative per calendar day.  Example, a delay from 1 to 7 calendar days will equal a total LD assessment of 1% of the deliverable cost and a delay from 27-31 calendar days will result in a total LD assessment of 5% of the deliverable cost.

 

(b) If the Government terminates this contract in whole or in part under the Default—Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services.  These liquidated damages are in addition to excess costs of repurchase under the Termination clause.

 

(c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default—Fixed-Price Supply and Service clause in this contract.

 

(End of clause)

 

52.216-24  LIMITATION OF GOVERNMENT LIABILITY (APR 1984)

 

(a) In performing this contract, the Contractor is not authorized to make expenditures or incur obligations exceeding $46,596,600.00 dollars.

 

(b) The maximum amount for which the Government shall be liable if this contract is terminated is $46,596,600.00 dollars.

 

(End of clause)

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

 

United States law will apply to resolve any claim of breach of this contract.

 

(End of clause)

 

52.233-4  APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

 

United States law will apply to resolve any claim of breach of this contract.

 

(End of clause)

 

52.252-2  CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.  Also, the full text of a clause may be accessed electronically at this/these address(es):

 

 

 

 

 

 

 

[Insert one or more Internet addresses]

 

 

(End of clause)

 

252.201-7000  CONTRACTING OFFICER’S REPRESENTATIVE (DEC 1991)

 

(a) “Definition. Contracting officer’s representative” means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions.

 

(b) If the Contracting Officer designates a contracting officer’s representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR’s authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract.

 

(End of clause)

 

MARCORSYSCOM WAWF INSTRUCTIONS TO CONTRACTORS

 

ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008).

 

In compliance with DFARS 252.232-7003, “Electronic Submission of Payment Request and Receiving Reports (March 2008)”, the United States Marine Corps (USMC) utilizes WAWF-RA to electronically process vendor request for payment. The contractor is required to utilize this system when processing invoices and receiving reports under this contract.

 

The contractor shall (i) ensure an Electronic Business Point of Contract (POC) is designated in Central Contractor Registration at http://www.ccr.gov and (ii) register to use WAWF-RA at the https://wawf.eb.mil/  within ten (10) days

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available at the https://wawf.eb.mil/.

 

The USMC WAWF-RA point of contact for this contract is Ms. Charlette Hudson and can be reached on (540) 658-8063 or via email at charlette.hudson@usmc.mil  The alternate USMC WAWF-RA point of contact is Ms. Naydeen Christian and can be reached on (540) 658-8081 or via email at naydeen.christianl@usmc.mil .

 

The contactor is directed to use the 2 in 1 format when processing invoices and receiving reports. For all requirements, the contractor shall use the Marine Corps Systems Command DODAAC (M67854) as the DODAAC for all shipping addresses, even if the ship-to address-is other than the Marine Corps Systems Command.

 

DFAS-Columbus

P.O. Box 369022

Attn:Kansas-M67443

Columbus, Ohio 43236-9022

 

E-Mail:  CCO-KC-VPIS@DFAS.MIL (Vendor Pay)

PHONE:  1-800-756-4571 #2 then #4 (MOCAS = #1 then #4)

WAWF:  https://wawf.eb.mil/ <https://wawf.eb.mil/>

 

My Invoice:  https://myinvoice.csd.disa.mil

<https://myinvOice.csd.disa.mil>

 

Data entry information in WAWF:

Payment Office DoDAAC:  HQ0338

Issue By DoDAAC:  M67854

Admin Office DoDAAC:  S1103A

Ship To/Service Acceptor DoDAAC:  M67854 EXT PG-15 MRAP

Contract Number:  M67854-11-C-5063

 

Before closing out of an invoice session in WAWF-RA, but after submitting your document or documents, the contractor will be prompted to send additional email notifications.  The contractor shall click on “ Send Additional Email Notifications” block on the page that appears.  Add the primary point of contact’s email address (provided above) in the first email address block and add the alternate point of contact’s email address in the following block.  This additional notification to the government is important to ensure the appropriate point of contact is aware that the invoice documents have been submitted into the WAWF-RA system.

 

NOTE:  The POCs identified above are for WAWF issues only. Any other contracting questions/problems should be addressed to the POC identified in Section A of the contract.

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Section J - List of Documents, Exhibits and Other Attachments

 

LIST OF ATTACHMENTS

 

Title

 

Number of pages

PURCHASE DESCRIPTION MINE PROTECTED CLEARANCE VEHICLE

 

48 Pages

 

 

 

FINAL INSPECTION RECORD CONTRACT DATA REQUIREMENT LIST (CDRL)

 

1 Page

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

Attachment Y

 

FOR OFFICIAL USE ONLY

 

ATPD 2373

 

-INCH-POUND

ATPD-2373

01 April 2010

 

PURCHASE DESCRIPTION

 

MINE PROTECTED CLEARANCE VEHICLE

 

 

[***]

 



 

[***] INDICATES MATERIAL THAT HAS BEEN OMITTED AND FOR WHICH CONFIDENTIAL TREATMENT HAS BEEN REQUESTED BY FORCE PROTECTION, INC. ALL SUCH OMITTED MATERIAL HAS BEEN FILED WITH THE SECURITIES AND EXCHANGE COMMISSION PURSUANT TO RULE 24b-2 PROMULGATED UNDER THE SECURITIES EXCHANGE ACT OF 1934, AS AMENDED.

 

CONTRACT DATA REQUIREMENTS LIST

 

 

[***]