[Federal Register Volume 60, Number 230 (Thursday, November 30, 1995)]
[Rules and Regulations]
[Pages 61586-61627]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 95-29187]




[[Page 61585]]

_______________________________________________________________________

Part II





Department of Defense





_______________________________________________________________________



48 CFR Parts 201, 202, et al.



_______________________________________________________________________



Defense Federal Acquisition Regulation Supplement; Miscellaneous 
Amendments; Interim and Final Rules

Federal Register / Vol. 60, No. 230 / Thursday, November 30, 1995 / 
Rules and Regulations

[[Page 61586]]


DEPARTMENT OF DEFENSE

48 CFR Parts 201, 202, 203, 204, 206, 207, 208, 209, 210, 211, 212, 
214, 215, 217, 219, 223, 225, 226, 227, 228, 231, 232, 234, 235, 
237, 239, 242, 246, 247, 249, 250, 252, 253, and Appendices C, F, 
and G to Chapter 2

[Defense Acquisition Circular (DAC) 91-9]


Defense Federal Acquisition Regulation Supplement; Miscellaneous 
Amendments

AGENCY: Department of Defense (DoD).

ACTION: Interim and final rules.

-----------------------------------------------------------------------

SUMMARY: Defense Acquisition Circular (DAC) 91-9 amends the Defense 
Federal Acquisition Regulation Supplement (DFARS) to revise, finalize, 
or add language on ethics, personal services contracts, contract award, 
class justifications and approvals, integrated materiel management, 
preaward surveys, qualification requirements, audit, field pricing 
reports, subcontracting plans, environmentally sound products, 
hazardous materials, foreign source restrictions, supercomputers, 
Indian incentives, preference for local residents, allowable individual 
compensation, cost principles, manufacturing science and technology 
program, research and development, firefighting and security-guard 
services, automatic data processing equipment leasing reviews, cost 
monitoring, contract quality requirements, contract data reporting, 
master agreements, and acquisition of commercial items.

DATES: Effective date: November 30, 1995.
    Comment date: Comments on the interim rule (Item XXXV: Sections 
203.170-1; 203.170-4; 203.570-5; 207.105; 209.103-70; Parts 210, 211, 
and 212, Sections 215.971-4; 217.7302; 219.704; 223.570-4; 225.7002-2; 
225.7019-2; 225.7103; 225.7201; 227.7101; 227.7102-3; 227.7103-15; 
227.7202-2; 234.001; 242.7206; 246.204; 246.704; 246.770-1; 247.572-1; 
247.572-2; 252.203-7000; 252.203-7001; 252.209-7000; 252.210-7000 
through 252.210-7004; 252.211-7000 through 252.211-7021; 252.212-7000; 
252.212-7001; 251.217-7026; 252.219-7003; 252.219-7005; 252.225-7012; 
252.225-7014; 252.225-7016; 252.225-7026; 252.227-7103; 252.227-7015; 
252.227-7037; 252.247-7023; and 252.247-7024) should be submitted in 
writing to the address shown below on or before January 29, 1996, to be 
considered in the formulation of the final rule.

ADDRESSES: Interested parties should submit written comments on the 
interim rule (Item XXXV) to: Defense Acquisition Regulations Council, 
PDUSD(A&T)DP(DAR), IMD 3D139, 3062 Defense Pentagon, Washington, DC 
20301-3062. Telefax number (703) 602-0350. Please cite DFARS Case 95-
D712 in all correspondence related to this rule.

FOR FURTHER INFORMATION CONTACT: Item XXXV--Mr. Louis Gaudio, (703) 
695-1097.
    All other items--Ms. Lucile Martin, (703) 602-0131.

SUPPLEMENTARY INFORMATION:

A. Background

    This Defense Acquisition Circular (DAC) 91-9 includes 35 rules and 
miscellaneous editorial amendments. Five of the rules in the DAC (Items 
II, IX, XII, XIV, and XXIII) were published previously in the Federal 
Register and thus are not included as part of this rulemaking notice. 
These five rules are being published in the DAC to revise the looseleaf 
edition of DFARS to conform to the previously published revisions. Item 
XXXV, Acquisition of Commercial Items, was subject to Office of 
Management and Budget Review under Executive Order 12866, dated 
September 30, 1993.

B. Determination to Issue an Interim Rule (Item XXXV)

    A determination has been made under the authority of the Secretary 
of Defense that urgent and compelling reasons exist to publish an 
interim rule prior to affording the public an opportunity to comment. 
Federal Acquisition Circular 90-32 (60 FR 48206, September 18, 1995) 
revised the Federal Acquisition Regulation (FAR) to implement Title 
VIII of the Federal Acquisition Streamlining Act of 1994 (Pub. L. 103-
355). Title VIII of Pub. L. 103-355 contained requirements for the 
acquisition of commercial items and required publication of 
implementing FAR revisions by October 1, 1995. The FAR rule became 
available for use on October 1, 1995, and is mandatory for use by all 
Federal agencies in commercial item solicitations issued after December 
1, 1995. This DFARS rule implements DoD-unique requirements of Pub. L 
103-355 pertaining to the acquisition of commercial items. DoD 
contracting activities cannot effectively use the FAR commercial item 
procedures without this supplemental DFARS guidance. Immediate DFARS 
coverage is needed to permit DoD contracting activities to comply with 
Pub. L. 103-355 and the implementing FAR requirements pertaining to the 
acquisition of commercial items.

C. Regulatory Flexibility Act

DAC 91-9, Items I, VI, VII, VIII, X, XV, XVIII, XXI, XXV, XXVIII, XXIX, 
XXX, XXXI, XXXIII, XXXIV

    The Regulatory Flexibility Act does not apply because these rules 
are not significant revisions within the meaning of the Regulatory 
Flexibility Act, 5 U.S.C. 601 et seq. However, comments from small 
entities will be considered in accordance with Section 610 of the Act. 
Such comments must be submitted separately. Please cite the applicable 
DFARS case number in correspondence.

DAC 91-9, Items IV, V, XI, XIII, XVI, XVII, XX, XXII, XXVI

    DoD certifies that these rules will not have a significant economic 
impact on a substantial number of small entities within the meaning of 
the Regulatory Flexibility Act because:
    Item IV--The rule only pertains to (1) purchases made outside the 
United States for use by armed forces outside the United States; (2) 
internal Government considerations regarding leasing; (3) production 
contracts where special tooling/special test equipment costs exceed 
$1,000,000; and (4) certain notification requirements under the 
Certificate of Competency Program which were repealed by Section 
7101(b) of the Federal Acquisition Streamlining Act of 1994.
    Item V--The use of class justifications and approvals is already 
permitted by the Federal Acquisition Regulation (FAR). This rule merely 
expands Defense FAR Supplement (DFARS) guidance to address the use of 
class justifications and approvals for multiple contracts extending 
across more than one program phase.
    Item XI--The rule primarily relates to the application of 
Government resources for conducting field pricing reviews.
    Item XIII--The rule merely reflects the extension of statutory 
authority for contractors to claim credit toward their small business 
subcontracting goals when awarding subcontracts to qualified nonprofit 
agencies for the blind or severely disabled.
    Item XVI--The rule only applies in exceptional situations when non-
DoD-owned toxic or hazardous materials are stored or disposed of on a 
military installation.
    Item XVII--The DFARS already permits DoD to grant public interest 
exceptions to the Buy American Act, where the purposes of the Buy 
American Act are not served. This rule 

[[Page 61587]]
merely amends the DFARS guidance to reflect a recent statutory change 
to the criteria that must be considered when granting a public interest 
exception, and to streamline internal DoD approval requirements.
    Item XX--The rule places restrictions on the acquisition of foreign 
products.
    Item XXII--The rule only applies to contracts that are awarded in 
support of the closure or realignment of a military installation.
    Item XXVI--The rule only applies to contracts that are awarded 
under the Manufacturing Science and Technology Program.

DAC 91-9, Items III, XIX, XXIV, XXVII, XXXII

    The Regulatory Flexibility Act applies. A final regulatory analysis 
has been performed and is available by writing the Defense Acquisition 
Regulations Council, PDUSD(A&T)DP(DAR), 3062 Defense Pentagon, 
Washington, DC 20301-3062.

DAC 91-9, Item XXXV

    This interim rule is expected to have a positive economic impact on 
a substantial number of small entities within the meaning of the 
Regulatory Flexibility Act, 5 U.S.C. 601, et seq., because the rule 
simplifies procedures for DoD acquisition of commercial items. An 
Initial Regulatory Flexibility Analysis (IRFA) has been prepared and 
may be obtained from the address stated herein. A copy of the IRFA has 
been submitted to the Chief Counsel for Advocacy of the Small Business 
Administration. Comments from small entities concerning the affected 
DFARS subparts will be considered in accordance with Section 610 of the 
Act. Such comments must be submitted separately and cite DFARS Case 95-
D712 in correspondence.

D. Paperwork Reduction Act

DAC 91-9, Items I, III, IV, V, VI, VII, VIII, X, XI, XV, XVI, XVII, 
XVIII, XIX, XX, XXI, XXII, XXIV, XXV, XXVI, XXVII, XXVIII, XXIX, XXX, 
XXXI, XXXII, XXXIII, XXXIV, XXXV

    The Paperwork Reduction Act does not apply because the revisions in 
this rulemaking notice do not contain and/or affect information 
collection requirements which require the approval of OMB under 44 
U.S.C. 3501 et seq.

DAC 91-9, Item XIII

    The Paperwork Reduction Act applies. OMB has approved the 
information collection requirement under OMB Control Number 9000-0007.
Michele P. Peterson,
Executive Editor, Defense Acquisition Regulations Council.
    Defense Acquisition Circular (DAC) 91-9 amends the Defense Federal 
Acquisition Regulation Supplement (DFARS) 1991 edition. The amendments 
are summarized as follows:

Item I--Ethics (DFARS Case 95-D707)

    This final rule deletes DFARS Subpart 203.71, Contractor Employee 
Communications with Government Officials, and the corresponding 
contract clause at 252.203-7003, Prohibition Against Retaliatory 
Personnel Actions. DFARS Subpart 203.71 and the clause at 252.203-7003 
implemented 10 U.S.C. 2409a, which was repealed by Section 6005 of the 
Federal Acquisition Streamlining Act of 1994 (Pub. L. 103-355). 
Guidance on whistleblower protections for contractor employees has been 
added to the FAR at Subpart 3.9, by Federal Acquisition Circular 90-30, 
dated July 21, 1995.

Item II--Sequence of Progress Payments and Contract Modifications 
(DFARS Case 93-D016/95-D012)

    This final rule was issued by Departmental Letter 95-012, effective 
July 3, 1995. The rule amends DFARS Subparts 204.71, 215.4, 217.74, and 
243.1 to provide additional guidance regarding identification of 
funding under DoD contracts. Contracting officers shall ensure that 
contracts clearly identify the accounting classification reference 
numbers which apply to each line and subline item. When a line item 
contains multiple accounting classification citations, the contract 
shall include instructions which provide for payment in a manner that 
reflects the performance of work on the contract. Contracts that 
contain both fixed-price and cost-reimbursement line or subline items 
shall identify the contract type for each line or subline item. In 
addition, contract modifications which obligate or deobligate funds 
shall identify the accounting changes for each line and subline item to 
facilitate appropriate payment.

Item III--Personal Services Contracts (DFARS Case 94-D302)

    The interim rule published as Item XXX of DAC 91-7 is revised and 
finalized. The rule establishes procedures for entering into personal 
services contracts under 10 U.S.C. 1091 to carry out health care 
responsibilities in medical treatment facilities. The final rule 
differs from the interim rule in that it adds language at DFARS 
206.001, deletes 206.102, and amends 237.104(b)(ii), to recognize that 
personal services contracts authorized by 10 U.S.C. 1091 are exempt 
from FAR Part 6 competition requirements.

Item IV--Contract Award (DFARS Case 95-D701)

    The interim rule issued by Departmental Letter 95-016 on August 7, 
1995, is converted to a final rule without change. The rule (1) revises 
DFARS 206.302-5(b)(i) to exclude soft drinks, that are manufactured in 
the United States, from the limitations which apply to noncompetitive 
acquisition of items from military exchange stores outside the United 
States; (2) adds a new section at DFARS 207.470 to place restrictions 
on the lease of vessels, aircraft, or vehicles for a term of 18 months 
or more; (3) deletes the language at DFARS 215.871 concerning 
production special tooling and production special test equipment; and 
(4) deletes DFARS 219.602-1(a), 219.602-70, and 252.219-7009 to 
eliminate certain notification requirements pertaining to the 
Certificate of Competency Program. These DFARS revisions implement 
Sections 1506, 3065, 3066, and 7101(b) of the Federal Acquisition 
Streamlining Act of 1994 (Pub. L. 103-355).

Item V--Class Justifications and Approvals (DFARS Case 95-D009)

    This final rule adds language at DFARS 206.303-1(c) and 207.102 to 
state that: (1) When conditions warrant, a class justification for 
other than full and open competition may provide for award of multiple 
contracts extending across more than one program phase; and (2) when a 
class justification for other than full and open competition has been 
approved, planning for competition shall be consistent with the terms 
of that approval.

Item VI--Integrated Materiel Management (DFARS Case 95-D005)

    This final rule amends DFARS 208.7003 to permit greater flexibility 
for local purchase of items assigned for integrated materiel management 
(IMM), when such action is in the best interest of the Government. The 
dollar threshold at which file documentation is required to justify 
local purchase of an IMM item is increased from $100 per line item to 
the micro-purchase threshold. The dollar threshold at which a waiver is 
required, before local purchase of an IMM item, is increased from 
$5,000 per line item to the simplified acquisition threshold. 
Additionally, the list of points of contact for waiver requests is 
revised.

[[Page 61588]]


Item VII--Preaward Survey (DFARS Case 95-D016)

    This final rule revises DFARS 209.106-1 to delete the requirement 
for the contracting officer to contact the cognizant contract 
administration activity when the contracting officer is unable to make 
a determination of responsibility for a low-dollar value acquisition. 
Guidance regarding sources of information to support determinations of 
responsibility can be found at FAR 9.105-1(c).

Item VIII--Qualification Requirements (DFARS Case 95-D011)

    This final rule revises DFARS 209.202 to delegate authority for 
approval of qualification requirements, except those pertaining to 
Qualified Products Lists (QPLs) or Qualified Manufacturers Lists 
(QMLs), to the chief of the contracting office. QPLs and QMLs are 
managed in accordance with DoD Manual 4120.3-M, Defense Standardization 
Program Policies and Procedures.

Item IX--Institutions of Higher Education (DFARS Case 94-D310)

    This interim rule was issued by Departmental Letter 95-007, 
effective March 6, 1995. The rule adds a new section and contract 
clause at DFARS 209.470 and 252.209-7005 to implement Section 558 of 
the Fiscal Year 1995 Defense Authorization Act (Pub. L. 103-337). 
Section 558 provides that no funds available to DoD may be provided by 
grant or contract to any institution of higher education that has a 
policy of denying, or which effectively prevents the Secretary of 
Defense from obtaining for military recruiting purposes, entry to 
campuses, access to students on campuses, or access to directory 
information pertaining to students.

Item X--Audit (DFARS Case 95-D705)

    This final rule amends DFARS 215.804-8, 235.015-71, 237.7204, 
252.239-7010, and C-204.3, and deletes the clause at 252.215-7001, to 
reflect revisions to the FAR published as Item I of Federal Acquisition 
Circular (FAC) 90-31 on August 16, 1995. Item I of FAC 90-31 (1) 
revised the policy pertaining to contractor records retention at FAR 
4.703; (2) deleted the clause at FAR 52.215-1, Examination of Records 
by Comptroller General; and (3) revised the clauses at FAR 52.214-26, 
Audit and Records--Sealed Bidding, and 52.215-2, Audit and Records--
Negotiation, to provide for examination of records by the Comptroller 
General.

Item XI--Field Pricing Report (DFARS Case 95-D010)

    This final rule amends DFARS 215.805-5 to increase, from $1 million 
to $10 million, the dollar threshold for requesting field pricing 
reports for cost-type proposals from offerors without significant 
estimating system deficiencies.

Item XII--Comprehensive Small Business Subcontracting Plans (DFARS 
Case 95-D002)

    This final rule was issued by Departmental Letter 95-015, effective 
July 10, 1995. The rule amends DFARS 219.702 and the clause at 252.219-
7004 to implement Section 7103 of the Federal Acquisition Streamlining 
Act of 1994 (Pub. L. 103-355). Section 7103 extends, through September 
30, 1998, the test program for contractor use of comprehensive small 
business subcontracting plans.

Item XIII--Subcontracting Plans for Nonprofit Agencies for the Blind or 
Severely Disabled (DFARS Case 94-D312)

    The interim rule issued by Departmental Letter 95-004, on February 
27, 1995, is converted to a final rule without change. The rule amends 
DFARS 219.703 to implement Section 804 of the Fiscal Year 1995 Defense 
Authorization Act (Pub. L. 103-337). Section 804 extends, through 
September 30, 1997, the authority for contractors to claim credit 
toward their small business subcontracting goals for subcontracts with 
qualified nonprofit agencies for the blind or severely disabled.

Item XIV--Evaluation Preference for Small Disadvantaged Business 
Concerns (DFARS Case 95-D008)

    This final rule was issued by Departmental Letter 95-017, effective 
August 22, 1995. The rule amends DFARS 219.7001 to state that the 
evaluation preference for small disadvantaged business concerns shall 
not be used in acquisitions for long distance telecommunications 
services.

Item XV--Environmentally Sound Products (DFARS Case 95-D303)

    This final rule adds a new section at DFARS 223.404 to (1) 
designate the approving official for acquisition of EPA designated 
items which do not meet EPA or agency minimum recovered material 
standards; and (2) require agency collection and consolidation of 
annual contractor certifications pertaining to the use of recovered 
materials.

Item XVI--Hazardous Materials (DFARS Case 94-D309)

    The interim rule issued by Departmental Letter 95-006, on March 6, 
1995, is revised and finalized. The rule amends DFARS Subpart 223.71 
and the clause at 252.223-7006 to implement Section 325 of the Fiscal 
Year 1995 Defense Authorization Act (Pub. L. 103-337). Section 325 
provides an additional exception to the statutory prohibition on 
storage and disposal of non-DoD-owned toxic and hazardous materials on 
military installations. The final rule differs from the interim rule in 
that it revises alternate paragraph (d) of the clause at 252.223-7006 
to clarify requirements for flowdown of the clause to subcontractors.

Item XVII--Determinations Under the Buy American Act (DFARS Case 
94-D313)

    The interim rule issued by Departmental Letter 95-011, dated July 
3, 1995, is converted to a final rule without change. The rule amends 
DFARS 225.102 to implement Section 812 of the Fiscal Year 1995 Defense 
Authorization Act (Pub. L. 103-337). Section 812 adds several factors 
to the series of factors at 10 U.S.C. 2533 that must be considered when 
deciding whether to grant a public interest exception to the Buy 
American Act. In addition, the rule changes the approval levels for 
granting such exceptions.

Item XVIII--Australian Memorandum of Agreement (DFARS Case 95-D013)

    This final rule amends DFARS 225.872-1 to add Australia to the list 
of countries whose defense products are not subject to the restrictions 
of the Buy American Act/Balance of Payments Program. The rule 
implements a Memorandum of Agreement Concerning Reciprocal Defense 
Procurement, dated April 19, 1995, between the United States and 
Australia, and a determination made by the Deputy Secretary of Defense, 
on April 29, 1995, that it is inconsistent with the public interest to 
apply the restrictions of the Buy American Act to the acquisition of 
defense equipment produced or manufactured in Australia.

Item XIX--Restriction on Procurement of Goods (DFARS Case 94-D314)

    The interim rule published as Item XIV of DAC 91-7 is revised and 
finalized. The rule implements the foreign source restrictions of 10 
U.S.C. 2534. The interim rule differs from the final rule in that it 
revises DFARS 225.7007-4, 225.7010-3, and 225.7016-3 to refer to, 
rather than repeat, the waiver criteria at 225.7004-4.

[[Page 61589]]


Item XX--Supercomputers (DFARS Case 95-D301)

    The interim rule issued by Departmental Letter 95-013 on July 3, 
1995, is revised and finalized. The rule adds a section at DFARS 
225.7023 and a contract clause at 252.225-7011 to implement Section 
8023 of the Fiscal Year 1995 Defense Appropriations Act (Pub. L. 103-
335). Section 8023 and comparable sections in prior Defense 
Appropriations Acts require that any supercomputers acquired with 
defense funds appropriated in Fiscal Years 1988 through 1995 must be 
manufactured in the United States, unless the Secretary of Defense 
certifies to the Congress that the supercomputers are for national 
security purposes and are not available from United States 
manufacturers. The final rule differs from the interim rule in that it 
corrects the statutory citation at 225.7023-1.

Item XXI--Indian Incentives (DFARS Case 95-D027)

    This final rule adds a new section at DFARS 226.103 to provide 
procedures for obtaining contract funding for an approved Indian 
incentive payment request.

Item XXII--Preference for Local Residents (DFARS Case 94-D315)

    The interim rule published as Item XX of DAC 91-7 is revised and 
finalized. The rule implements Section 817 of the Fiscal Year 1995 
Defense Authorization Act (Pub. L. 103-337). Section 817 authorizes the 
Secretary of Defense to give preference to entities that plan to hire 
local residents, when entering into contracts for services to be 
performed at a military installation that is affected by closure or 
realignment under a base closure law. The final rule differs from the 
interim rule in that it adds language at DFARS 226.7104 to clarify that 
the guidance in this section applies to contracts related to base 
closure activities.

Item XXIII--Payment Protections in Construction Contracts Between 
$25,000 and $100,000 (DFARS Case 95-D305)

    This interim rule was issued by Departmental Letter 95-018, 
effective August 31, 1995. The rule adds a new section and contract 
clause at DFARS 228.171 and 252.228-7007. The rule provides alternative 
payment protections for construction contracts between $25,000 and 
$100,000, pending implementation of Section 4104(b)(2) of the Federal 
Acquisition Streamlining Act of 1994 (Pub. L. 103-355) in the FAR. 
Section 4104(b)(2) requires FAR revisions to provide alternatives to 
payment bonds as payment protections for suppliers of labor and 
material under construction contracts between $25,000 and $100,000. 
Federal Acquisition Circular 90-29 revised FAR Part 13 to exclude 
construction contracts and subcontracts at or below the simplified 
acquisition threshold from Miller Act bond requirements, in accordance 
with Section 4104(b)(1) of Pub. L. 103-355.

Item XXIV--Limitation on Allowable Individual Compensation (DFARS 
Case 94-D318)

    The interim rule published as Item XXII of DAC 91-7 is converted to 
a final rule without change. The interim rule amended DFARS 231.205, 
231.303, 231.603, and 231.703 to implement Section 8117 of the Fiscal 
Year 1995 Defense Appropriations Act (Pub. L. 103-335). Section 8117 
limits allowable costs for individual compensation to $250,000 per 
year. This limitation applies to contracts that are awarded after April 
15, 1995, and that are funded with Fiscal Year 1995 appropriations.

Item XXV--Cost Principles (DFARS Case 95-D704)

    This final rule amends the DFARS to delete language that was 
incorporated into the FAR by Federal Acquisition Circular 90-31, dated 
August 15, 1995. Accordingly, the following DFARS sections are deleted: 
231.205-6(g)(2)(i); 231.603(1); 231.703(1); 231.70; 237.171; 242.705-
1(b) (3) and (4); 242.770; 252.231-7001; 252.237-7020; 252.237-7021; 
and 252.242-7001.

Item XXVI--Manufacturing Science and Technology Program (DFARS Case 
94-D307)

    The interim rule published as Item XXVI of DAC 91-7 is converted to 
a final rule without change. The interim rule added language at DFARS 
235.006 (a) and (b)(iv) to implement Section 256 of the Fiscal Year 
1995 Defense Authorization Act (Pub. L. 103-337). Section 256 requires 
use of competitive procedures in awarding contracts under the 
Manufacturing Science and Technology Program, and use of a cost-sharing 
arrangement for these contracts unless an alternative arrangement is 
approved by the Secretary of Defense.

Item XXVII--Federally Funded Research and Development Centers 
(FFRDCs) (DFARS Case 94-D306)

    The interim rule published as Item XXVIII of DAC 91-7 is revised 
and finalized. The rule allows DoD-sponsored FFRDCs that function 
primarily as research laboratories to respond to solicitations and 
announcements for programs which promote research, development, 
demonstration, or transfer of technology. The final rule differs from 
the interim rule in that it adds, at DFARS 235.017-1, the names of DoD-
sponsored FFRDCs that function primarily as research laboratories.

Item XXVIII--Research and Development Streamlined Contracting 
Procedures--Test (DFARS Case 92-D034)

    This final rule amends DFARS 235.7002 to add the Army Soldier 
Systems Command and the Naval Command, Control and Ocean Surveillance 
Center to the list of contracting offices authorized to participate in 
the streamlined research and development contracting test program. In 
addition, editorial corrections are made at 235.7003(b)(1) and in 
paragraph H.5 of the exhibit at 235.7006(d).

Item XXIX--Firefighting and Security-Guard Services (DFARS Case 95-
D035)

    This final rule adds a new section at DFARS 237.102-70 to reflect 
the requirements of 10 U.S.C. 2465, which prohibits the award of DoD 
contracts for firefighting or security-guard functions except under 
certain conditions.

Item XXX--Annual Automatic Data Processing Equipment (ADPE) Leasing 
Review (DFARS Case 95-D017)

    This final rule amends DFARS 239.7303 to eliminate the requirement 
for annual review of ADPE leasing costs and, instead, require review of 
ADPE leasing costs as warranted.

Item XXXI--Cost Monitoring (DFARS Case 95-D08)

    This final rule deletes the language of DFARS 242.7003-1(b), 
regarding requirements for in-depth functional reviews of certain 
contractor activities, to provide contract administration offices 
greater flexibility in planning and executing cost monitoring programs.

Item XXXII--Contract Quality Requirements (DFARS Case 95-D007)

    The interim rule issued by Departmental Letter 95-010, on June 13, 
1995, is converted to a final rule without change. The rule amends 
DFARS Part 246 to encourage increased use of commercial quality 
standards by removing existing requirements to use military quality 
standards. The rule revises the definition of ``quality program,'' 
replaces direct references to MIL-I-45208 and MIL-Q-9858 with 
references to higher-level contract quality requirements, and deletes 
Table 

[[Page 61590]]
46-1, Contract Quality Requirements Guide.

Item XXXIII--Contract Data Reporting (DFARS Case 95-D711/95-D713)

    This final rule contains the guidance issued by Departmental Letter 
95-014, on July 6, 1995, and additional guidance pertaining to DD Form 
350 and DD Form 1057 reporting requirements. The rule revises DFARS 
204.6, 253.204-70 and 253.204-71 to comply with reporting requirements 
of the Federal Acquisition Streamlining Act of 1994 (Pub. L. 103-355). 
Except for contracting actions pertaining to contingencies as described 
at FAR 13.101, contracting officers will continue to use DD Form 350 to 
report all contracting actions exceeding $25,000. Contracting actions 
pertaining to contingencies will continue to be reported on DD Form 
1057. Until the forms are revised, the term ``small purchase 
procedures'' used on DD Forms 350 and 1057 shall be interpreted to mean 
``simplified acquisition procedures.''

Item XXXIV--Master Agreements (DFARS Case 95-D038)

    This final rule deletes DFARS 237.270, Master Agreements. The 
authority to award master agreements for advisory and assistance 
services under 10 U.S.C. 2304 expired on September 30, 1994.

Item XXXV--Acquisition of Commercial Items (DFARS Case 95-D712)

    This interim rule amends the DFARS to conform to the FAR changes 
pertaining to the acquisition of commercial items, published as Item 
III of FAC 90-32 on September 18, 1995. The rule also implements DoD-
unique requirements of the Federal Acquisition Streamlining Act of 1994 
(Pub. L. 103-355) regarding the acquisition of commercial items. 
Following is a summary of the DFARS amendments contained in this rule:

--Part 203 is amended to reflect that the statutory prohibitions of 10 
U.S.C. 2397b do not apply to contractors that supply only commercial 
items to DoD.
--Part 207 is amended to reflect the preference for commercial items 
and the requirement for market research contained in FAR Parts 10 and 
11.
--Parts 210, 211, and 212 are revised to reflect the restructuring of 
FAR Parts 10, 11, and 12. Part 210 is retitled ``Market Research'' and 
contains no DFARS text; Part 211 is retitled ``Describing Agency 
Needs'' and revised to include guidance that was previously included in 
Part 210; and Part 212 is retitled ``Acquisition of Commercial Items'' 
and revised to include two new subparts. Subpart 212.3 prescribes 
solicitation provisions and contract clauses for use in DoD 
acquisitions of commercial items, to include a new solicitation 
provision at 252.212-7000, Offeror Representations and Certifications--
Commercial Items, and a new contract clause at 252.212-7001, Contract 
Terms and Conditions Required to Implement Statutes Applicable to 
Defense Acquisition of Commercial Items. Subpart 212.5 contains lists 
of statutes that do not apply, or have limited application to, 
contracts or subcontracts for the acquisition of commercial items.
--Part 217 is amended to state that the requirement for contractor 
identification of sources of supply does not apply to commercial items.
--Part 225 is amended to state that certain foreign source restrictions 
do not apply to commercial items or components purchased by contractors 
from subcontractors/suppliers.
--Part 227 is amended to delete definitions which appear in FAR Part 2 
and to clarify that clauses prescribed by 227.7102-3 and 227.7103-15 do 
not flow down to subcontractors providing commercial items or 
components.
--Part 234 is amended to include the definitions of ``systems'' and 
``systems acquisition'' which were deleted from 210.001.
--Part 246 is amended to conform to the policy in FAR 12.208 on 
contract quality assurance.
--Amendments are made to conform terminology to the definition of 
``commercial items'' in FAR Part 2 and to delete obsolete references.

Item XXXVI--Editorial Revisions

    Note: The asterisked items are revisions being made only in the 
looseleaf edition of the DFARS.

    (a) DFARS is amended by revising ``Under Secretary of Defense for 
Acquisition (USD(A))'' to read ``Under Secretary of Defense for 
Acquisition & Technology (USD(A&T))'' each place it appears.
    *(b) Section 202.101 is amended by revising in the definition 
``Contracting activity'' under the heading ``NAVY'' the entry ``Space 
nd Naval Warfare Systems Command'' to read ``Space and Naval Warfare 
Systems Command.''
    (c) Section 204.7003(a)(1) is amended to update the department/
agency identification characters used in procurement instrument 
identification numbers.
    (d) Section 209.403 is amended to update the Air Force entry to 
read ``Air Force--Deputy General Counsel (Contractor Responsibility).''
    (e) Section 209.405-1 is amended to redesignate paragraphs (a) and 
(b) as paragraphs (b) and (c), respectively.
    (f) Section 214.406-3(e)(i) is amended to revise ``DARPA'' to read 
``ARPA.''
    (g) Section 225.302. is amended by revising in paragraph (b)(i) 
under the heading ``DEFENSE LOGISTICS AGENCY'' the entry ``Executive 
Director, Contracting'' to read ``Executive Director, Procurement''; 
and to add a new heading and entry between the headings ``DEFENSE 
MAPPING AGENCY'' and ``ON-SITE INSPECTION AGENCY'' to read `` 
DEPARTMENT OF DEFENSE OFFICE OF DEPENDENT SCHOOLS, Director.''
    (h) Section 225.770-1 is amended by revising between the word 
``that'' and the word ``does'' the word ``is'' to read ``it.''
    (i) Section 227.7103-6 is amended in paragraph (a) to revise the 
word ``Innovative'' to read ``Innovation.''
    (j) Section 227.7104 is amended in the title by revising the word 
``Innovative'' to read ``Innovation'' and by revising in paragraph (a) 
the word ``Innovative'' to read ``Innovation.''
    *(k) Section 232.704-70(c) is amended to revise the word ``funs'' 
to read ``funds.''
    (l) Section 242.705-2 is amended to redesignate paragraphs 
(b)(2)(iii) and (b)(2)(v) as paragraphs (b)(2)(ii) and (b)(2)(iv), 
respectively.
    (m) Section 249.7002(b) is amended in the introductory text to 
revise the phrase ``Office of Economic Adjustment (OEA), Assistant 
Secretary of Defense (Force Management and Personnel)'' to read 
``Assistant Secretary of Defense (Economic Security), Office of 
Economic Adjustment (OEA).''
    (n) Section 249.7002(b)(2) is amended to revise the Telefax number 
to read ``(703) 604-5843.''
    *(o) Section 252.223-7004(a)(1) is amended to revise ``employe'' to 
read ``employee.''
    (p) Section 252.225-7040 is amended to revise in the introductory 
text the reference ``225.7004-5(c)'' to read ``225.7004-6(c).''
    (q) Section 252.227-7018 is amended in the section title to revise 
the word ``Innovative'' to read ``Innovation'' and in the clause title 
to revise the word ``INNOVATIVE'' to read ``INNOVATION.''
    (r) Appendix F, F-401, Table 2, is amended to update the Army 
address for Foreign Military Sales.
    (s) Appendix G is revised to update activity addresses.

[[Page 61591]]


Interim Rules Adopted as Final Without Changes

PARTS 206, 207, 215, 219, AND 252--[AMENDED]

    The interim rule that was published at 60 FR 40106 on August 7, 
1995, is adopted as final without change.

PART 225--[AMENDED]

    The interim rule that was published at 60 FR 34470 on July 3, 1995, 
is adopted as final without change.

PART 231--[AMENDED]

    The interim that was published at 60 FR 2330 on January 9, 1995, is 
adopted as final without change.

PART 235--[AMENDED]

    The interim rule that was published at 60 FR 4569 on January 24, 
1995, is adopted as final without change.

Interim Rules Adopted as Final With Changes

PARTS 206 AND 237--[AMENDED]

    The interim rule that was published at 60 FR 2888 on January 12, 
1995, is adopted as final with amendments at section 237.104, addition 
of section 206.001, and removal of Subpart 206.1.

PART 219--[AMENDED]

    The interim rule that was published at 60 FR 13074 on March 10, 
1995, is adopted as final with amendments at section 219.703.

PARTS 223 AND 252--[AMENDED]

    The interim rule published at 60 FR 13075 on March 10, is adopted 
as final with amendments at sections 223.7101, 223.7102, and 252.223-
7006.

PARTS 225 AND 252--[AMENDED]

    The interim rule published at 60 FR 19531 on April 19, 1995, is 
adopted as final with amendments at sections 225.7004-4, 225.7007-4, 
225.7010-3, and 225.7016-3.

PARTS 225 AND 252--[AMENDED]

    The interim rule published at 60 FR 34471 on July 3, 1995, is 
adopted as final with amendments at sections 225.7023-1, 225.7023-3, 
and 252.225-7011.

PART 226--[AMENDED]

    The interim rule published at 60 FR 5870 on January 31, 1995, is 
adopted as final with a revision at section 226.7104.

PART 235--[AMENDED]

    The interim rule published at 60 FR 13076 on March 10, 1995, is 
adopted as final with a revision at section 235.017-1.

PART 246--[AMENDED]

    The interim rule published at 60 FR 33144 on June 27, 1995, is 
adopted as final with amendments at section 246.202-3.

List of Subjects in 48 CFR Parts 201, 202, 203, 204, 206, 207, 208, 
209, 210, 211, 212, 214, 215, 217, 219, 223, 225, 226, 227, 228, 
231, 232, 234, 235, 237, 239, 242, 246, 247, 249, 250, 252, 253, 
and Appendices C, F, and G to Chapter 2

    Government procurement.

Amendments to 48 CFR Chapter 2 (Defense Federal Acquisition 
Regulation Supplement)

    48 CFR Chapter 2 (the Defense Federal Acquisition Regulation 
Supplement) is amended as set forth below.
    1. The authority for 48 CFR parts 201, 202, 203, 204, 206, 207, 
208, 209, 210, 211, 212, 214, 215, 217, 219, 223, 225, 226, 227, 228, 
231, 232, 234, 235, 237, 239, 242, 246, 247, 249, 250, 252, 253, and 
Appendices C, F, and G to Chapter 2 continues to read as follows:

    Authority: 41 U.S.C. 421 and 48 CFR Chapter 1.

PART 201--FEDERAL ACQUISITION REGULATIONS SYSTEM


201.201-1  [Amended]

    2. Section 201.201-1 is amended by revising in paragraph (d)(i) 
introductory text the phrase ``OUSD(A)'' to read ``OUSD(A&T);'' and by 
revising in paragraph (d)(i)V. the phrase ``USD(A)DP'' to read 
``USD(A&T)DP.''


201.301  [Amended]

    3. Section 201.301(b) is amended by revising the phrase ``USD(A)'' 
to read ``USD(A&T).''


201.304  [Amended]

    4. Section 201.304 is amended by revising in paragraph (1) the 
phrase the ``USD(A)'' to read ``USD(A&T);'' by revising in paragraph 
(2) the phrase ``USD(A)'' to read ``USD(A&T);'' and by revising in 
paragraph (2) the phrase ``USD(A)DP'' to read ``USD(A&T)DP;'' by 
revising in paragraph (3) the phrase ``USD(A)DP'' to read 
``USD(A&T)DP;'' by revising in paragraph (4) the phrase ``USD(A)DP'' to 
read ``USD(A&T)DP;'' by revising in paragraph (5) the phrase ``USD(A)'' 
to read ``USD(A&T);'' and by revising in paragraph (5) the phrase 
``USD(A)DP'' to read ``USD(A&T)DP.''


201.402  [Amended]

    5. Section 201.402 is amended by revising in paragraph (1) the 
phase ``Office of the Under Secretary of Defense for Acquisition, 
USD(A)DP'' to read ``Office of the Under Secretary of Defense 
(Acquisition & Technology), USD(A&T)DP;'' and by revising in paragraph 
(3) the phrase ``USD(A)DP'' to read ``USD(A&T)DP''.

PART 202--DEFINITIONS OF WORDS AND TERMS

    6. Section 202.101 is amended by revising the definition of 
``Senior procurement executive'' to read:


202.101  Definitions.

* * * * *
    Senior procurement executive, means for DoD--
    Department of Defense (including the defense agencies)--Under 
Secretary of Defense (Acquisition & Technology);
    Department of the Army--Assistant Secretary of the Army (Research, 
Development and Acquisition);
    Department of the Navy--Assistant Secretary of the Navy (Research, 
Development and Acquisition);
    Department of the Air Force--Assistant Secretary of the Air Force 
(Acquisition).
    The directors of the defense agencies have been delegated authority 
to act as senior procurement executive for their respective agencies, 
except for such actions that by terms of statute, or any delegation, 
must be exercised by the Under Secretary of Defense (Acquisition & 
Technology).

PART 203--IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF 
INTEREST

    7. Section 203.170-1 is amended in paragraph (a) by adding a last 
sentence to read as follows:


203.170-1  Policy.

    (a) * * * The prohibitions in 10 U.S.C. 2397b do not apply to 
contractors that supply only commercial items to DoD.
* * * * *
    8. Section 203.170-4 is revised to read as follows:


203.170-4  Contract clause.

    Use the clause at 252.203-7000, Statutory Prohibitions on 
Compensation to Former Department of Defense Employees, in all 
solicitations and contracts expected to exceed $100,000, except 
solicitations and contracts for commercial items.

[[Page 61592]]

    9. Section 203.570-5 is revised to read as follows:


203.570-5  Contract clause.

    Use the clause at 252.203-7001, Special Prohibition on Employment, 
in all solicitations and contracts exceeding the simplified acquisition 
threshold in FAR part 13, except solicitations and contracts for 
commercial items.


203.703  [Amended]

    10. Section 203.703 is amended by revising ``Under Secretary of 
Defense for Acquisition'' to read ``Under Secretary of Defense 
(Acquisition & Technology).''


203.71  [Removed]

    11. Subpart 203.71 is removed.

PART 204--ADMINISTRATIVE MATTERS

    12. Section 204.602-70 is added to read as follows:


204.602-70  Solicitation provision.

    When the Commercial and Government Entity codes for the prospective 
offerors are not available to the contracting office, use the provision 
at 252.204-7001, Commercial and Government Entity (CAGE) Code 
Reporting.


204.603  [Removed]

    13. Section 204.603 is removed.


204.603-70  [Removed]

    14. Section 204.603-70 is removed.


204.670-I  [Amended]

    15. Section 204.670-1 is amended by revising in paragraph (c)(3) 
the acronym ``SAF/AQCP'' to read ``SAF/AQCI.''
    16. Section 204.670-2 is amended by revising paragraph (c) and 
paragraph (d) to read as follows:


204.670-2  Reportable contracting actions.

* * * * *
    (c) Do not report on a DD Form 350, contingency actions defined in 
213.101. Summarize these actions on a DD Form 1057 in accordance with 
the instructions in 253.204-71(a)(3).
    (d) The following contracting actions are not subject to reporting 
on either the DD Form 350 or DD Form 1057:
    (1) Micro-purchases obtained through use of the purchase card;
    (2) Transactions that cite only nonappropriated funds (Funds held 
in trust accounts for foreign governments shall be treated as 
appropriated funds.);
    (3) Transactions for purchase of land, or rental or lease of real 
property, when the General Services Administration (GSA) executes the 
contracting action;
    (4) Orders from GSA stock and the GSA Consolidated Purchase 
Program;
    (5) Transactions that involve Government bills of lading or 
transportation requests, except orders placed under Regional Storage 
Management Office's (RSMO) BOAs;
    (6) Requisitions transferring supplies within or among the 
departments or agencies; and
    (7) Pursuant to 204.670-6(b), orders placed by other contracting 
activities against indefinite delivery contracts awarded by the--
    (i) Military Sealift Command;
    (ii) Defense Fuel Supply Center for petroleum and petroleum 
products; or
    (iii) Defense General Supply Center for petroleum products.
    17. Section 204.670-6 is amended by revising paragraph (b) to read 
as follows:


204.670-6  Types of DD Form 350 report.

* * * * *
    (b) A consolidated report is one DD Form 350 report which combines 
several contracting actions.
    (1) Prepare consolidated reports for--
    (i) Air Mobility Command awards for international airlift services. 
The Command reports these at the end of each operating month with one 
DD Form 350 for each airlift contract.
    (ii) Military Sealift Command awards of indefinite delivery 
contracts for ocean transportation. The Command reports at the 
beginning of each fiscal year the estimated value of the orders for 
that fiscal year on one DD Form 350.
    (iii) Defense Fuel Supply Center or Defense General Supply Center 
indefinite delivery contracts for petroleum or petroleum supplies. The 
Centers, at the time of award, report the estimated value of the orders 
to be placed against the contract on one DD Form 350.
    (iv) Orders placed by the Defense Commissary Agency (DeCA) for 
resale items in excess of $25,000. DeCA consolidates the orders monthly 
and reports the cumulative dollar amounts and actions on one DD Form 
350 in accordance with departmental regulations. Defense Logistics 
Agency activities submit single rather than consolidated reports.
    (v) Vouchers processed by the U.S. Army Contracting Command, Europe 
(USACCE), for the purchase of utilities from municipalities (e.g., gas, 
electricity, water, sewage, steam, snow removal, and garbage 
collection). USACCE consolidates these transactions monthly and reports 
the cumulative dollar amount on one DD Form 350 in accordance with 
departmental regulations.
    (2) Consolidated reports may be prepared in accordance with 
departmental instructions for orders under communications service 
agreements for local dial tone services.
* * * * *
    18. Section 204.7003 is amended by revising paragraph (a)(1)(i) to 
read as follows:


204.7003  Basic PII number.

    (a) * * *
    (1) * * *
    (i) Department/agency identification:

(A) Department of the Army.................  DA                         
(B) Department of the Navy (except Marine    N                          
 Corps).                                                                
(C) Department of the Air Force............  F                          
(D) Defense Information Systems Agency.....  DCA                        
(E) Defense Logistics Agency...............  S                          
(F) Defense Nuclear Agency.................  DNA                        
(G) Defense Mapping Agency.................  DMA                        
(H) Miscellaneous Defense Activities.......  MDA                        
(I) Marine Corps...........................  M                          
(J) Ballistic Missile Defense Organization.  HQ0006                     
(K) On Site Inspection Agency..............  OSIA                       
(L) Defense Commissary Agency..............  DECA                       
(M) United States Special Operations         USZA                       
 Command.                                                               
                                                                        

* * * * *

PART 206--COMPETITION REQUIREMENTS

    19. A new section 206.001 is added to read as follows:


206.001  Applicability.

    (b) Contracts awarded using the procedures in 237.104(b)(ii) are 
expressly authorized by 10 U.S.C. 1091.


206.1  [Removed]

    20. Subpart 206.1 is removed.
    21. Section 206.303-1 is amended by adding a new paragraph (c) to 
read as follows:


206.303-1  Requirements.

* * * * *
    (c) When conditions warrant, a class justification may provide for 
award of multiple contracts extending across more than one program 
phase.

PART 207--ACQUISITION PLANNING

    22. Section 207.102 is added to read as follows:


207.102  Policy.

    When a class justification for other than full and open competition 
has been approved, planning for competition shall be accomplished 
consistent with the terms of that approval.
    23. Section 207.105 is amended by revising paragraph (b)(6); 
paragraph (b)(5); and paragraph (b)(17)(A)(8) to read as follows:

[[Page 61593]]



207.105  Contents of written acquisition plans.

    (a) * * *
    (b) * * *
    (6) Product descriptions
    For development acquisitions, describe the market research 
undertaken to identify commercial items, commercial items with 
modifications, or nondevelopmental items (see FAR part 10) that could 
satisfy the acquisition objectives.
* * * * *
    (15) Environmental considerations.
    Discuss actions taken to ensure either elimination of or 
authorization to use class I ozone-depleting chemicals and substances 
(see 211.271).
    (17) * * *
    (A) * * *
    (8) Expanded use of commercial items, commercial items with 
modifications, or to the extent commercial items are not available, 
nondevelopmental items (see FAR part 10).
* * * * *

PART 208--REQUIRED SOURCES OF SUPPLIES AND SERVICES

    24. Section 208.7003-1 is revised to read as follows:


208.7003-1  Assignments under integrated material management (IMM).

    (a) All items assigned for IMM must be acquired from the IMM 
manager except--
    (1) Items purchased under circumstances of unusual and compelling 
urgency as defined in FAR 6.302-2. After such a purchase is made, the 
requiring activity must send one copy of the contract and a statement 
of the emergency to the IMM manager;
    (2) Items for which the IMM manager assigns a supply system code 
for local purchase or otherwise grants authority to purchase locally; 
or
    (3) When purchase by the requiring activity is in the best interest 
of the Government in terms of the combination of quality, timeliness, 
and cost that best meets the requirement. This exception does not apply 
to items--
    (i) Critical to the safe operation of a weapon system;
    (ii) With special security characteristics; or
    (iii) Which are dangerous (e.g., explosives, munitions).
    (b) When an item assigned for IMM is to be acquired by the 
requiring activity under paragraph (a)(3) of this subsection, the 
contracting officer must--
    (1) Document the contract file with a statement of the specific 
advantage of local purchase for an acquisition exceeding the micro-
purchase threshold in FAR part 13; and
    (2) Ensure that a waiver is obtained from the IMM manager before 
initiating an acquisition exceeding the simplified acquisition 
threshold in FAR part 13, if the IMM assignment is to the General 
Services Administration (GSA), the Defense Logistics Agency (DLA), or 
the Army Materiel Command (AMC). Submit requests for waiver to--

(i) For GSA:
    Commissioner (F), Federal Supply Service, Washington, DC 20406
(ii) For DLA:
    Defense Construction Supply Center, ATTN: DCSC-BDA, P.O. Box 3990, 
Columbus, OH 43216-5000
    Defense Electronics Supply Center, ATTN: DESC-ERM, 1507 Wilmington 
Pike, Dayton, OH 45444-5000
    Defense Fuel Supply Center, ATTN: DFSC-OI, Cameron Station, VA 
22304-6160
    Defense General Supply Center, ATTN: DGSC-X, Richmond, VA 23297-
5000
    Defense Industrial Supply Center, ATTN: DISC-OPD, 700 Robbins 
Avenue, Philadelphia, PA 19111-5096
    Defense Personnel Support Center, ATTN: DPSC-CSH, 2800 South 20th 
Street, P.O. Box 8419, Philadelphia, PA 19101-8419
(iii) For AMC:
    Commander, U.S. Army Materiel Command, ATTN: AMCLG-S, 5001 
Eisenhower Avenue, Alexandria, VA 22333-0001

    25. Section 208.7003-2 is amended by revising paragraph (c) to read 
as follows:


208.7003-2  Assignments under coordinated acquisition.

* * * * *
    (c) Requirements not in excess of the simplified acquisition 
threshold in FAR part 13, when contracting by the requiring department 
is in the best interest of the Government;
* * * * *

PART 209--CONTRACTOR QUALIFICATIONS

    26. Section 209.103-70 is revised to read as follows:


209.103-70  Contract clause.

    Use the clause at 252.209-7000, Acquisition from Subcontractors 
Subject to On-Site Inspection Under the Intermediate-Range Nuclear 
Forces (INF) Treaty, in all solicitations and contracts exceeding the 
simplified acquisition threshold in FAR part 13, except solicitations 
and contracts for commercial items.
    27. Section 209.106-1 is revised to read as follows:


209.106-1  Conditions for preaward surveys.

    (a) If a preaward survey is requested, include the rationale in 
block 23 of the SF 1403, Preaward Survey of Prospective Contractor 
(General).
    28. Section 209.202 is revised to read as follows:


209.202  Policy.

    (a)(1) The inclusion of qualification requirements in 
specifications for products which are to be included on a Qualified 
Products List, or manufactured by business firms included on a 
Qualified Manufacturers List, requires approval by the departmental 
standardization office in accordance with DoD Manual 4120.3-M, Defense 
Standardization Program Policies and Procedures. The inclusion of other 
qualification requirements in an acquisition or group of acquisitions 
requires approval by the chief of the contracting office.


209.403  [Amended]

    29. Section 209.403 is amended under the definition ``Debarring 
official'' to revise the ``Air Force'' entry to read ``Air Force--
Deputy General Counsel (Contractor Responsibility).''


209.405-1  [Amended]

    30. Section 209.405-1 is amended by redesignating paragraphs (a) 
and (b) as paragraphs (b) and (c).


209.470-1  [Amended]

    31. Section 209.470-1 is amended by removing in paragraph (a) 
introductory text the comma after the parenthetical phrase ``(Pub. L. 
103-337)''; and by revising in paragraph (b) the last sentence ``(See 
FAR 9.404).'' to read ``(See FAR 9.404.)''


209.470-3  [Amended]

    32. Section 209.470-3 is amended to revise ``252.209-7007'' to read 
``252.209-7005.''

PART 210--SPECIFICATIONS, STANDARDS, AND OTHER PURCHASE 
DESCRIPTIONS

Part 210--[Removed]

    33. Part 210 is removed.
    34. Part 211 is revised to read as follows:

[[Page 61594]]


PART 211--DESCRIBING AGENCY NEEDS

Sec.
211.002 Policy.
211.002-70 Contract clause.

Subpart 211.2--Using and Maintaining Requirements Documents

211.201 Identification and availability of specifications.
211.204 Solicitation provisions and contract clauses.
211.270 Brand name or equal purchase descriptions.
211.270-1 Policy.
211.270-2 Solicitation provision.
211.271 Elimination of use of class I ozone-depleting substances.
211.272 Alternate preservation, packaging, and packing.

Subpart 211.5--Liquidated Damages

211.504 Contract clauses.

Subpart 211.6--Priorities and Allocations

211.602 General.


211.002  Policy

    All systems acquisition programs in the DoD are subject to the 
acquisition streamlining policies and procedures in DoDI 5000.2, 
Defense Acquisition Management Policies and Procedures.


211.002-70  Contract clause.

    Use the clause at 252.211-7000, Acquisition Streamlining, in all 
solicitations and contracts for systems acquisition programs.

Subpart 211.2--Using and Maintaining Requirements Documents


211.201  Identification and availability of specifications.

    (a) The DoD index of data item descriptions is DoD 5010.12-L, 
Acquisition Management Systems and Data Requirements Control List 
(AMSDL).
    (b) Also, furnish data item descriptions which are not listed in 
the AMSDL, except when it is not feasible, e.g., documents are bulky or 
only a limited number of copies are available at the contracting 
activity.
    (d) The AMSDL, all unclassified specifications and standards listed 
in the DODISS, and data item descriptions listed in the AMSDL may also 
be purchased from the Standardization Documents Desk, Building 4D, 700 
Robbins Avenue, Philadelphia, PA 19111-5094. Include with the letter or 
DD Form 1425--
    (i) The requester's customer number; and
    (ii) Complete return mailing address, including any ``mark for'' 
instructions.


211.204  Solicitation provisions and contract clauses.

    (c) When contract performance requires use of specifications and 
standards which are not listed in the DODISS and data item descriptions 
which are not listed in the AMSDL, use provisions, as appropriate, 
substantially the same as those at 252.211-7001, Availability of 
Specifications and Standards Not Listed in DODISS, Data Item 
Descriptions Not Listed in DoD 5010.12-L, and Plans, Drawings, and 
Other Pertinent Documents, and 252.211-7002, Availability for 
Examination of Specifications, Standards, Plans, Drawings, Data Item 
Descriptions, and Other Pertinent Documents.


211.270  Brand name or equal purchase descriptions.


211.270-1  Policy.

    When a ``brand name or equal'' purchase description is used--
    (a) The purchase description--
    (1) Should include a complete common generic identification of the 
item.
    (2) Should reference all known acceptable brand name products, to 
include--
    (i) Name of manufacturer, producer, or distributor of each brand 
name product referenced (and address if not well known); and
    (ii) Model, make, or catalog number for each, and identity of the 
commercial catalog in which it appears.
    (3) May, if necessary to adequately describe an item, use a 
commercial catalog description or an extract from the catalog. Ensure 
that a copy of each catalog referenced (except parts catalogs) is 
available at the contracting office for review by offerors.
    (4) Should give prospective offerors the opportunity to offer 
products other than those specifically referenced by brand name, as 
long as they meet the needs of the Government in essentially the same 
manner as the brand name product.
    (5) Must identify those salient physical, functional, or other 
characteristics which are essential to the needs of the Government.
    (b) The solicitation--
    (1) Shall be at or below the simplified acquisition threshold in 
FAR part 13.
    (2) May require bid samples for ``or equal'' offers, but not for 
``brand name'' offers.
    (3) Must provide for full consideration and evaluation of ``or 
equal'' offers against the salient characteristic specified in the 
purchase description. Do not reject offers for minor differences in 
design, construction, or features which do not affect the suitability 
of the product for its intended use.
    (4) Must include the following immediately after the item 
description--Offering:

Manufacturer's Name______ Brand______ Model or Part No.______

    (c) The contract shall--
    (1) Not exceed the simplified acquisition threshold in FAR part 13.
    (2) Identify, or incorporate by reference an identification of the 
specific products the contractor is to furnish. Include any brand name, 
make or model number, descriptive material, and any modifications of 
brand name products specified in the offer.


211.270-2  Solicitation provision.

    (a) When a brand name or equal purchase description is included in 
a solicitation at or below the simplified acquisition threshold in FAR 
part 13, use the provision at 252.211-7003, Brand Name or Equal.
    (b) When component parts of an end item are described by brand name 
or equal purchase descriptions and application of the provision at 
252.211-7003 to some or all of the components is impracticable, either 
do not use the provision or limit its application to specified 
components.


211.271  Elimination of use of class I ozone-depleting substances.

    (a) Contracts. No DoD contract may include a specification or 
standard that requires the use of a class I ozone-depleting substance 
or that can be met only through the use of such a substance unless the 
inclusion of the specification or standard is specifically authorized 
at a level no lower than a general or flag officer or member of the 
Senior Executive Service of the requiring activity in accordance with 
Section 326, Public Law 102-484 (10 U.S.C. 2301 (repealed) note).
    (b) Modifications. (1) Contracts awarded before June 1, 1993, with 
a value in excess of $10 million, that are modified or extended 
(including option exercise) and, as a result of the modification or 
extension will expire more than one year after the effective date of 
the modification or extension, must be evaluated in accordance with 
agency procedures for the elimination of ozone-depleting substances.
    (i) The evaluation must be carried out within 60 days after the 
first modification or extension.
    (ii) No further modification or extension may be made to the 
contract until the evaluation is complete.
    (2) If, as a result of this evaluation, it is determined that an 
economically 

[[Page 61595]]
feasible substitute substance or alternative technology is available, 
the contracting officer shall modify the contract to require the use of 
the substitute substance or alternative technology.
    (3) If a substitute substance or alternative technology is not 
available, a written determination shall be made to that effect at a 
level no lower than a general or flag officer or member of the Senior 
Executive Service of the requiring activity.


211.272  Alternate preservation, packaging, and packing.

    Use the provision at 252.211-7004, Alternate Preservation, 
Packaging, and Packing, in solicitations which include military 
preservation, packaging, or packing specifications when it is feasible 
to evaluate and award using commercial or industrial preservation, 
packaging, or packing.

Subpart 211.5--Liquidated Damages.


211.504  Contract clauses.

    (b) Use the clause at FAR 52.211-12, Liquidated Damages--
Construction, in all construction contracts exceeding $500,000, except 
cost-plus-fixed-fee contracts or contracts where the contractor cannot 
control the pace of the work. Use of the clause in contracts of 
$500,000 or less is optional.

Subpart 211.6--Priorities and Allocations.


211.602  General.

    DoD implementation of the Defense Priorities and Allocations System 
is in DoDI 4400.1, Priorities and Allocations--Delegation of DO and DX 
Priorities and Allocations Authorities, Rescheduling of Deliveries and 
Continuance of Related Manuals.
    35. Part 212 is revised to read as follows:

PART 212--ACQUISITION OF COMMERCIAL ITEMS--GENERAL

Sec.

Subpart 212.2--Special Requirements for the Acquisition of Commercial 
Items

212.211  Technical data.

Subpart 212.3--Solicitation Provisions and Contract Clauses for the 
Acquisition of Commercial Items

212.301  Solicitation provisions and contract clauses for the 
acquisition of commercial items.
212.302  Tailoring of provisions and clauses for the acquisition of 
commercial items.

Subpart 212.5--Applicability of Certain Laws to the Acquisition of 
Commercial Items

212.503  Applicability of certain laws to Executive Agency contracts 
for the acquisition of commercial items.
212.504  Applicability of certain laws to subcontracts for the 
acquisition of commercial items.

Subpart 212.2--Special Requirements for the Acquisition of 
Commercial Items


212.211  Technical data.

    The DoD policy for acquiring technical data for commercial items is 
at 227.7102.

Subpart 212.3--Solicitation Provisions and Contract Clauses for the 
Acquisition of Commercial Items


212.301  Solicitation provisions and contract clauses for the 
acquisition of commercial items.

    (f)(i) Use the provision at 252.225-7013, Domestic Wool Preference, 
as prescribed in 225.7002-4(b).
    (ii) Use one of the following provisions as prescribed in part 225:
    (A) 252.225-7000, Buy American Act--Balance of Payments Program 
Certificate.
    (B) 252.225-7006, Buy American Act--Trade Agreements--Balance of 
Payments Program Certificate.
    (C) 252.225-7035, Buy American Act--North American Free Trade 
Agreement Implementation Act--Balance of Payments Program Certificate.
    (iii) Use the provision at 252.212-7000, Offeror Representations 
and Certifications--Commercial Items, in all solicitations for 
commercial items exceeding the simplified acquisition threshold in FAR 
part 13. If an exception to 10 U.S.C. 2410i applies to a solicitation 
exceeding the simplified acquisition threshold (see 225.770-3), 
indicate on an addendum that ``The certification in paragraph (b) of 
the provision at 252.225-7000 does not apply to this solicitation.''
    (iv) Use the clause at 252.212-7001, Contract Terms and Conditions 
Required to Implement Statutes Applicable to Defense Acquisitions of 
Commercial Items, in all solicitations and contracts for commercial 
items, completing paragraph (b), as appropriate.


212.302  Tailoring of provisions and clauses for the acquisition of 
commercial items.

    (c) Tailoring inconsistent with customary commercial practice.
    The head of the contracting activity is the approval authority 
within the DoD for waivers under FAR 12.302(c).

Subpart 212.5--Applicability of Certain Laws to the Acquisition of 
Commercial Items


212.503  Applicability of certain laws to Executive Agency contracts 
for the acquisition of commercial items.

    (a) The following laws are not applicable to contracts for the 
acquisition of commercial items:
    (i) Section 806, Public Law 102-190 (10 U.S.C. 2301 (repealed) 
note), Payment Protections for Subcontractors and Suppliers.
    (ii) 10 U.S.C. 2306(b), Prohibition on Contingent Fees.
    (iii) 10 U.S.C. 2324, Allowable Costs Under Defense Contracts.
    (iv) 10 U.S.C. 2384(b), Requirement to Identify Suppliers.
    (v) 10 U.S.C. 2397(a)(1), Reports by Employees or Former Employees 
of Defense Contractors.
    (vi) 10 U.S.C. 2397b(f), Limits on Employment for Former DoD 
Officials.
    (vii) 10 U.S.C. 2397c, Defense Contractor Requirements Concerning 
Former DoD Officials.
    (viii) 10 U.S.C. 2408(a), Prohibition on Persons Convicted of 
Defense Related Felonies.
    (ix) 10 U.S.C. 2410b, Contractor Inventory Accounting System 
Standards (see 252.242-7004).
    (x) 107 Stat 1720 (Section 843(a), Public Law 103-160), Reporting 
Requirement Regarding Dealings with Terrorist Countries.
    (xi) Domestic Content Restrictions in the National Defense 
Appropriations Acts for Fiscal Years 1996 and Subsequent Years.
    (c) The applicability of the following laws has been modified in 
regard to contracts for the acquisition of commercial items:
    (i) 10 U.S.C. 2402, Prohibition on Limiting Subcontractor Direct 
Sales to the United States (see FAR 3.503 and 52.203-6).
    (ii) 10 U.S.C. 2306a, Truth in Negotiations Act (see FAR 15.804).


212.504  Applicability of certain laws to subcontracts for the 
acquisition of commercial items.

    (a) The following laws are not applicable to subcontracts at any 
tier for the acquisition of commercial items or commercial components:
    (i) 10 U.S.C. 2241 note, Limitations on Procurement of Food, 
Clothing, and Specialty Metals Not Produced in the United States.
    (ii) Section 806, Public Law 102-190 (10 U.S.C. 2301 (repealed) 
note), Payment Protections for Subcontractors and Suppliers.
    (iii) 10 U.S.C. 2306(b) Prohibition on Contingent Fees. 

[[Page 61596]]

    (iv) 10 U.S.C. 2313(c), Examination of Records of a Contractor.
    (v) 10 U.S.C. 2320, Rights in Technical Data.
    (vi) 10 U.S.C. 2321, Validation of Proprietary Data Restrictions.
    (vii) 10 U.S.C. 2324, Allowable Costs Under Defense Contracts.
    (viii) 10 U.S.C. 2327, Reporting Requirement Regarding Dealings 
with Terrorist Countries.
    (ix) 10 U.S.C. 2384(b), Requirement to Identify Suppliers.
    (x) 10 U.S.C. 2391 note, Notification of Substantial Impact on 
Employment.
    (xi) 10 U.S.C. 2393, Prohibition Against Doing Business with 
Certain Offerors or Contractors.
    (xii) 10 U.S.C. 2397(a)(1), Reports by Employees or Former 
Employees of Defense Contractors.
    (xiii) 10 U.S.C. 2397b(f), Limits on Employment for Former DoD 
Officials.
    (xiv) 10 U.S.C. 2397c, Defense Contractor Requirements Concerning 
Former DoD Officials.
    (xv) 10 U.S.C. 2408(a) Prohibition on Persons Convicted of Defense 
Related Felonies.
    (xvi) 10 U.S.C. 2410b, Contractor Inventory Accounting System 
Standards.
    (xvii) 10 U.S.C. 2501 note, Notification of Proposed Program 
Termination.
    (xviii) 10 U.S.C. 2534, Miscellaneous Limitations on the 
Procurement of Goods Other Than United States Goods.
    (xix) 10 U.S.C. 2534(c), Preference for United States and Canadian 
Valves and Machine Tools.
    (xx) 10 U.S.C. 2534(d), Restriction on Acquisition of Carbonyl Iron 
Powder.
    (xxi) 10 U.S.C. 2534(e), Restriction on Acquisition of Air Circuit 
Breakers.
    (xxii) Effective May 1, 1996: 10 U.S.C. 2631, Transportation of 
Supplies by Sea.
    (xxiii) 19 U.S.C. 2512, Trade Agreements Act.
    (xxiv) 41 U.S.C. 10, Buy American Act.
    (xxv) 10 U.S.C. 2327 (Section 843(a), Public Law 103-160), 
Reporting Requirement Regarding Dealings with Terrorist Countries.
    (xxvi) Domestic Content Restrictions in the National Defense 
Appropriations Acts for Fiscal Years 1996 and Subsequent Years.
    (b) Certain requirements of the following laws have been eliminated 
for subcontracts at any tier for the acquisition of commercial items or 
commercial components:
    (i) 10 U.S.C. 2393(d), Subcontractor Reports Under Prohibition 
Against Doing Business with Certain Offerors (see FAR 52.209-6).
    (ii) 10 U.S.C. 2402, Prohibition on Limiting Subcontractor Direct 
Sales to the United States (see FAR 3.503 and 52.203-6).

PART 214--SEALED BIDDING


214.406--3  [Amended]

    36. Section 214.406-3 is amended by revising in paragraph (e)(i) 
the phrase ``DARPA'' to read ``ARPA.''

PART 215--CONTRACTING BY NEGOTIATION

    37. Section 215.804-8 is revised to read as follows:


215.804-8  Contract clauses.

    If the solicitation or contract includes one of the clauses at FAR 
52.215-23, FAR 52.215-24, or FAR 52.215-25, also use the clause at 
252.215-7000, Pricing Adjustments.


215.805-5  [Amended]

    38. Section 215.805-5 is amended by revising in paragraph 
(a)(1)(A)(3) the amount ``$1 million'' to read ``$10 million.''


215.971-4  [Amended]

    39. Section 215.971-4(d)(3)(A) is amended by revising the word 
``product'' to read ``item.''

PART 217--SPECIAL CONTRACTING METHODS


217.103-1  [Amended]

    40. Section 217.103-1 is amended by revising in paragraph (b)(v) 
the phrase ``(Acquisition)'' to read ``(Acquisition & Technology)'' and 
the phrase ``(USD(A)DP)'' to read ``(USD(A&T)DP);'' by revising in 
paragraph (b)(v) the phrase ``Deputy Assistant'' to read ``Under'' and 
by revising the phrase ``(OASD(C)(P/B))'' to read ``(USD(C)P/B))''; by 
revising in paragraph (b)(vi)(A)(2) the phrase ``(Acquisition)'' to 
read ``(Acquisition & Technology);'' and by revising in paragraph 
(b)(viii)(C) the phrase ``(Acquisition)'' to read ``(Acquisition & 
Technology).''
    41. Section 217.7302 is amended by revising paragraph (b) to read 
as follows:


217.7302  Procedures.

* * * * *
    (b) The requirement in paragraph (a) of this section does not apply 
to commercial items.


217.7406  [Amended]

    42. Section 217.7406 is amended by revising ``252.217.7027'' to 
``252.217-7027.''

PART 219--SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS CONCERNS


219.703  [Amended]

    43. Section 219.703(a) is amended by revising the reference ``Pub. 
L. 103-277'' to read Public Law 103-337.''
    44. Section 219.704 is revised to read as follows:


219.704  Subcontracting plan requirements.

    (a)(1) The goal for use of small disadvantaged business concerns 
shall include subcontracts with historically black colleges and 
universities and minority institutions (see subpart 226.70), in 
addition to subcontracts with small disadvantaged business concerns. 
Subcontracts with historically black colleges and universities and 
minority institutions do not have to be included in the small 
disadvantaged business goal in commercial items subcontracting plans.


219.1006  [Amended]

    45. Section 219.1006(b)(2) is amended by revising the phrase 
``(Acquisition)'' to read ``(Acquisition & Technology).''

PART 223--ENVIRONMENT, CONSERVATION, OCCUPATIONAL SAFETY, AND DRUG-
FREE WORKPLACE

    46. Section 223.104 is revised to read as follows:


223.104  Exemptions.

    (c) The authority to act for the agency head under this subpart is 
limited to a level no lower than an official who is appointed by and 
with the advice of the Senate. For the defense agencies, this is the 
Under Secretary of Defense (Acquisition and Technology).
    47. A new subpart 223.4 is added to read as follows:

Subpart 223.4--Use of Recovered Materials


223.404  Procedures.

    (b)(3) A contract for an EPA designated item which does not meet 
the EPA or agency minimum recovered material standards shall not be 
awarded before approval of the written determination required by FAR 
23.404(b)(3). The approving official shall be--
    (A) A general or flag officer, or a member of the Senior Executive 
Service, of the requiring activity; or
    (B) For requiring activities without a general or flag officer or 
member of the Senior Executive Service, the commander of the activity.

[[Page 61597]]

    (4) Annual contractor certifications shall be submitted for 
consolidation and reporting in accordance with department/agency 
procedures.
    48. Section 223.570-4 is amended by revising paragraph (b)(1) to 
read as follows:


223.570-4  Contract clause.

* * * * *
    (b) Do not use the clause in solicitations and contracts for--
    (1) Commercial items; or
* * * * *
    49. Section 223.7101 is revised to read as follows:


223.7101  Procedures.

    (a) If the contracting officer is uncertain as to whether 
particular activities are prohibited or fall under one of the 
exceptions in 223.7102, the contracting officer should seek advice from 
the cognizant office of counsel.
    (b) When storage, treatment, or disposal of non-DoD-owned toxic or 
hazardous materials is authorized in accordance with this subpart, the 
contract or authorization should specify the types, conditions, and 
quantities of toxic or hazardous materials that may be temporarily 
stored, treated, or disposed of in connection with the contract or as a 
result of the authorized commercial use of a DoD industrial-type 
facility.


223.7102  [Amended]

    50. Section 223.7102 is amended by removing at the end of paragraph 
(a)(7) the word ``or''; by removing at the end of paragraph (a)(8) the 
period and adding a semicolon and the word ``or''; and by adding 
paragraph (a)(9)(ii) the word ``into'' after the word ``Enters.''

PART 225--FOREIGN ACQUISITION


225.302  [Amended]

    51. Section 225.302 is amended by revising in paragraph (b)(i) 
under the heading ``DEFENSE LOGISTICS AGENCY'' the entry ``Executive 
Director, Contracting'' to read ``Executive Director, Procurement''; 
and to add a new heading and entry between the headings ``DEFENSE 
MAPPING AGENCY'' and ``ON-SITE INSPECTION AGENCY'' to read ``DEPARTMENT 
OF DEFENSE OFFICE OF DEPENDENTS SCHOOLS, Director.''


225.403  [Amended]

    52. Section 225.403 is amended by revising in paragraph (d)(1)A) 
the phrase ``(USD(A)DP)'' to read (USD(A&T)DP):'' by revising in 
paragraph (d)(1) (B) introductory text the phrase ``USDA(A)DP'' to read 
``USD(A&T)DP;'' by revising in paragraph (d)(1)B)(2) the phrase 
``USD(A)DP'' to read ``USD(A&T)DP.''


225.770-4  [Amended]

    53-54. Section 225.770-4 is amended by revising the phrase 
``OUSD(A)DP'' to read ``OUSD(A&T)DP.''


225.871-7  [Amended]

    55. Section 225.871-7 is amended in paragraph (a)(1) revising the 
phrase ``(ASD(P&L)'' to read ``USD(A&T)DP.''


225.872-1  [Amended]

    56. Section 225.872.1 is amended in paragraph (a) by adding to the 
listing in alphabetical order the country ``Australia''; and is amended 
in paragraph (b) by removing from the listing the country 
``Australia.''


225.872-2  [Amended]

    57. Section 225.872-2 is amended by revising in paragraph 
(a)(2)(ii) the phrase ``OASD(P&L), Office of Industrial Base 
Assessment'' to read ``the Deputy Assistant Secretary of Defense 
(Industrial Affairs).''


225.872-3  [Amended]

    58. Section 225.872-3 is amended by revising in paragraph (f)(4) 
the phrase ``(Acquisition)'' to read ``(Acquisition & Technology).''
    59. Section 225.7002-2 is amended by adding a new paragraph (j) to 
read as follows:


225.7002-2  Exceptions.

* * * * *
    (j) Commercial items or components purchased by contractors from 
subcontractors/suppliers.
    60. Section 225.7004-4 is amended by revising paragraph (b) to read 
as follows:


225.7004-4  Waiver.

* * * * *
    (b) The restriction is waived when it would cause unreasonable 
costs. The cost of the item of U.S. or Canadian origin is unreasonable 
if it exceeds 150 percent of the offered price, inclusive of duty, of 
items which are not of U.S. or Canadian origin.
    61. Section 225.7007-4 is revised to read as follows:


225.7007-4  Waiver.

    The waiver criteria at 225.7004-4 also apply to this restriction.
    62. Section 225.7010-3 is revised to read as follows:


225.7010-3  Waiver.

    The waiver criteria at 225.7004-4 also apply to this restriction.
    63. Section 225.7016-3 is revised to read as follows:


225.7016-3  Waiver.

    The waiver criteria at 225.7004-4 also apply to this restriction.


225.7018-2  [Amended]

    64. Section 225.7018-2 is amended by revising the phrase 
``(Acquisition)'' to read ``(Acquisition & Technology).''


225.7019-2  [Amended]

    65. Section 225.7019-2 is amended by revising in paragraph (b) the 
word ``products'' to read ``items.''


225.7023-1  [Amended]

    66. Section 225.7023-1 is amended by revising the phase ``Section 
8101'' to read ``Section 8112.''


225.7023-3  [Amended]

    67. Section 225.7023-3 is amended by revising the word 
``Restrictions'' to read ``Restriction.''


225.7103  [Amended]

    68. Section 225.7103 is amended by revising in paragraph (a) the 
phrase ``small purchase'' to read ``simplified acquisition''; and by 
revising in paragraph (c) introductory text the word ``products'' to 
read ``items''.
    69. Section 225.7201 is revised to read as follows:


225.7201  Exception.

    This subpart does not apply to contracts for commercial items, 
construction, ores, natural gas, utilities, petroleum products and 
crudes, timber (logs), or subsistence.


225.7307-1  [Amended]

    70. Section 225.7307-1(f) is amended to revise the phrase 
``OUSD(A)DP(FC)'' to read ``OUSD(A&T)DP(FC).''


225.7307-2  [Amended]

    71. Section 225.7307-2 is amended in paragraph (b) by revising the 
phrase ``OASD(P&L)'' to read ``USD(A&T)DP.''

PART 226--OTHER SOCIOECONOMIC PROGRAMS

    72. A new subpart 226.1 is added to read as follows:

Subpart 226.1--Indian Incentive Program.


226.103  Procedures.

    Contracting officers shall contact the Office of Small and 
Disadvantaged Business Utilization, Office of the Under Secretary of 
Defense for Acquisition and Technology, OUSD(A&T) SADBU, Room 2A340, 
The Pentagon, Washington, DC 20301-3061, (703) 697-1688, to obtain 
funding for an approved Indian incentive payment request. Upon receipt 
of funding from OUSD(A&T) 

[[Page 61598]]
SADBU, the contracting officer shall issue a unilateral contract 
modification to add the incentive payment.
    73. Section 226.7104 is revised to read as follows:


226.7104  Other considerations.

    When planning for contracts for services related to base closure 
activities at a military installation affected by a closure or 
realignment under a base closure law, contracting officers shall 
consider including, as a factor in source selection, the extent to 
which offerors specifically identify and commit, in their proposals, to 
a plan to hire residents of the vicinity of the military installation 
that is being closed or realigned.

PART 227--PATENTS, DATA, AND COPYRIGHTS


227.7101  [Amended]

    74. Section 227.7101 is amended by removing paragraph (b) and 
redesignating paragraph (c) as paragraph (b).
    75. Section 227.7102-3 is amended by adding a last sentence to 
paragraph (a); by adding a last sentence to paragraph (b); and by 
adding a last sentence to paragraph (c) to read as follows:


227.7102-3  Contract clause.

    (a) * * * Do not require the contractor to include this clause in 
its subcontracts.
    (b) * * * Do not require the contractor to include this clause in 
its subcontracts for commercial items or commercial components.
    (c) * * * Do not require the contractor to include this clause in 
its subcontracts for commercial items or commercial components.


227.7103-6  [Amended]

    76. Section 227.7103-6 is amended in paragraph (a), second 
sentence, by revising the word ``Innovative'' to read `` Innovation.''
    77. Section 227.7103-15 is amended by revising paragraph (c) 
introductory text to read as follows:


227.7103-15  Subcontractor rights in technical data.

* * * * *
    (c) Require prime contractors whose contracts include the following 
clauses to include those clauses, without modification except for 
appropriate identification of the parties, in contracts with 
subcontractors or suppliers, at all tiers, who will be furnishing 
technical data for non-commercial items in response to a Government 
requirement:
* * * * *


227.7104  [Amended]

    78. Section 227.7104 is amended in the title by revising the word 
``Innovatiive'' to read ``Innovation''; and by revising in paragraph 
(a) the word ``Innovative'' to read ``Innovation.''


227.7202-2  [Removed and Reserved]

    79. Section 227.7202-2 is removed and reserved.

PART 228--BONDS AND INSURANCE


228.171-1  [Amended]

    80. Section 228.171-1(e) is amended by revising ``28.204'' to read 
``FAR 28.204.''

PART 231--CONTRACT COST PRINCIPLES AND PROCEDURES


231.205-6  [Amended]

    81. Section 231.205-6 is amended by removing paragraph (g)(2)(i).
    82. Section 231.603 is revised to read as follows:


231.603  Requirements.

    The limitation on allowable individual compensation at 231.205-
6(a)(2) also applies to this subpart.
    83. Section 231.703 is revised to read as follows:


231.703  Requirements.

    The limitation on allowable individual compensation at 231.205-
6(a)(2) also applies to this subpart.

Subpart 231.70--[Removed]

    84. Subpart 231.70 is removed.

PART 232--CONTRACT FINANCING


232.170  [Amended]

    85. Section 232.170 is amended by revising in paragraph (a) the 
phrase ``Office of the Under Secretary of Defense (Acquisition), 
USD(A)DP'' to read ``Office of the Under Secretary of Defense 
(Acquisition & Technology), USD(A&T)DP''; and by revising in paragraph 
(b) the phrase ``USD(A)DP'' to read ``USD(A&T)DP.''


232.171  [Amended]

    86. Section 232.171 is amended by revising in paragraphs (a)(1), 
(b)(1), and (b)(3) the phrase ``USD(A)DP'' to read ``USD(A&T)DP.''


232.173-1  [Amended]

    87. Section 232.173-1(b) is amended by revising the phrase 
``(Acquisition)'' to read ``(Acquisition & Technology).''


232.173-5  [Amended]

    88. Section 232.173-5 is amended by revising in the introductory 
text the phrase ``(Acquisition)'' to read ``(Acquisition & 
Technology).''


232.501-2  [Amended]

    89. Section 232.501-2(a) is amended to revise the two occurrences 
of ``USD(A)DP'' to read ``USD(A&T)DP.''


232.617  [Amended]

    90. Section 232.617 is amended by revising the phrase ``USD(A)DP'' 
to read ``USD(A&T)DP.''

PART 234--MAJOR SYSTEM ACQUISITION

    91. Section 234.001 is added to read as follows:


234.001  Definitions.

    Systems means a combination of elements that will function together 
to produce the capabilities required to fulfill a mission need.
    Systems acquisition means the design, development, and production 
of new systems. It also includes modifications to existing systems that 
involve redesign of the systems or subsystems.

PART 235--RESEARCH AND DEVELOPMENT CONTRACTING


235.015-71  [Amended]

    92. Section 235.015-71 is amended by removing in paragraph (i)(2) 
the entry ``FAR 52.215-1 Examination of Records by Comptroller 
General'' and by revising in paragraph (i)(2) the title of the entry 
``FAR 52.215-2'' to read ``Audit and Records--Negotiation.''
    93. Section 235.017-1 is revised to read as follows:


235.017-1  Sponsoring agreements.

    (c)(4) DoD-sponsoring FFRDCs that function primarily as research 
laboratories (C3I Laboratory operated by the Institute for Defense 
Analysis, Lincoln Laboratory operated by Massachusetts Institute of 
Technology, and Software Engineering Institute) may respond to 
solicitations and announcements for programs which promote research, 
development, demonstration, or transfer of technology (Section 217, 
Public Law 103-337).


235.7002  [Amended]

    94. Section 235.7002 is amended by removing at the end of paragraph 
(a)(1) the period and adding a semicolon and the words ``Army Soldier 
Systems Command contracting office.''; and by removing at the end of 
paragraph (a)(2) the period and adding a semicolon and the words 
``Naval Command, Control and Ocean Surveillance Center contracting 
office.''
    95. Section 235.7003 is amended by revising paragraph (b)(1) to 
read as follows:

[[Page 61599]]



235.7003  Reporting requirements.

* * * * *
    (b) * * *
(1) Army:
    Mr. Chuck Boylan, Army Research Laboratory, Fort Monmouth, Phone: 
(908) 427-3471; DSN 987-3471; FAX: (908) 532-5188; DSN 992-5188
* * * * *


235.7006  [Amended]

    96. Section 235.7006, Exhibit--Research and Development Streamlined 
Contracting Format, Part I-The Schedule, Section H, Special Contract 
Requirements is amended by revising paragraph designation (H.8) to read 
(H.5).

PART 237--SERVICE CONTRACTING

    97. Section 237.102-70 is added to read as follows:


237.102-70  Prohibition on contracting for firefighting or security-
guard functions.

    (a) Under 10 U.S.C. 2465, the DoD is prohibited for entering into 
contracts for the performance of firefighting or security-guard 
functions at any military installation or facility unless--
    (1) The contract is to be carried out at a location outside the 
United States (to include any U.S. commonwealth, territory, or 
possession) at which members of the armed forces would have to be used 
for the performance of firefighting or security-guard functions at the 
expense of unit readiness;
    (2) The contract will be carried out on a Government-owned but 
privately operated installation; or
    (3) The contract (or renewal of a contract) is for the performance 
of a function under contract on September 24, 1983.
    (b) Under Section 2907 of Public Law 103-160, this prohibition does 
not apply to services at installations being closed (see subpart 
237.74).


237.104  [Amended]

    98. Section 237.104 is amended by revising in paragraph (b)(ii) 
introductory text the word ``service'' to read ``services;'' by 
revising in paragraph (b)(ii)(B) the word ``service'' to read 
``services;'' and by revising the last sentence in paragraph (b)(ii)(B) 
to read ``Selections made using the procedures in this section are 
exempt by statute from FAR part 6 competition requirements (see 
206.001(b)).''
    99. Section 237.109 is added to read as follows:


237.109  Services of quasi-military armed forces.

    See 237.102-70b for prohibition on contracting for firefighting or 
security-guard functions.


237.171, 237.171-1, and 237.171-2  [Removed]

    100. Sections 237.171, 237.171-1, and 237.171-2 are removed.


237.270, 237.270-1, 237.270-2, 237.270-3 and 237.270-4  [Removed]

    101. Sections 237.270, 237.270-1, 237.270-2, 237.270-3 and 237.270-
4 are removed.


237.7204  [Amended]

    102. Section 237.7204 is amended by revising under the heading 
``GENERAL PROVISIONS'' entry No. 6 to read ``FAR 52.215-2, Audit and 
Records--Negotiation'' in lieu of ``FAR 52.215-1, Examination of 
Records by Comptroller General.''

PART 239--ACQUISITION OF INFORMATION RESOURCES

    103. Section 239.7303 is amended by revising paragraph (b) to read 
as follows:


239.7303  Review and approval of leasing costs.

* * * * *
    (b) The contracting officer shall conduct reviews of leasing costs 
as warranted, meeting the criteria of FAR 31.205-2(d), to determine the 
continued need for leasing. In performing the review, the contracting 
officer shall request the contractor to update its supporting 
documentation.
* * * * *

PART 242--CONTRACT ADMINISTRATION


242.705-1  [Amended]

    104. Section 242.705-1 is amended by removing paragraphs (b)(3) and 
(b)(4).


242.705-2  [Amended]

    Section 242.705-2 is amended by revising paragraph designations 
``(b)(2)(iii)'' and ``(b)(2)(v)'' to read ``(b)(2)(ii)'' and 
``(b)(2)(iv)'' respectively.


242.770  [Removed and Reserved]

    105. Section 242.770 is removed and reserved.


242.770-1, 242.770-2, 242.770-3, 242.770-4, 242.770-5, and 242.770-
6  [Removed]

    106. Sections 242.770-1, 242.770-2, 242.770-3, 242.770-4, 242.770-
5, and 242.770-6 are removed.


242.771-3  [Amended]

    107. Section 242.771-3 is amended by revising in paragraph (b)(2) 
the phrase ``(OUSD(A))'' to read ``(OUSD(A&T))''; and by revising in 
paragraph (c) the phrase ``(OUSD(A)DDR&E)'' to read 
``(OUSD(A&T)DDR&E).''
    108. Section 242.7003-1 is revised to read as follows:


242.7003-1  Description.

    The annual cost monitoring plan is a schedule for reviewing 
contractor activities that have the greatest potential for generating 
erroneous charges to the Government.
    109. Section 242.7206 is amended by revising the introductory text 
to read as follows:


242.7206  Contract clause.

    Use the clause at 252.242-7004, Material Management and Accounting 
System, in all solicitations and contracts exceeding the simplified 
acquisition threshold in FAR part 13 that are not for the acquisition 
of commercial items and--
* * * * *

PART 246--QUALITY ASSURANCE


246.202-3  [Amended]

    110. Section 246.202-3 is redesignated as 246.202-4; and paragraphs 
(i) and (ii) of newly designated 246.202-4 are redesignated as 
paragraphs (1) and (2) respectively.


246.204  [Removed]

    111. Section 246.204 is removed.


246.704  [Amended]

    112. Section 246.704 is amended by removing in paragraph (2) the 
words ``supplies or services'' and inserting the word ``items''; and by 
revising in paragraph (4) the parenthetical phrase ``(see 246.202-3)'' 
to read ``(see 246.202-4).''
    113. Section 246.770-1 is amended by revising paragraph (f)(2)(i) 
to read as follows:


246.770-1  Definitions.

* * * * *
    (f) * * *
    (2) * * *
    (i) Commercial items;
* * * * *

PART 247--TRANSPORTATION

    114. Section 247.572-1 is amended by revising paragraph (a) to read 
as follows:


247.572-1  Ocean transportation incidental to a contract for supplies, 
services, or construction.

    (a) This subsection applies when ocean transportation is not the 
purpose of the contract. However, effective May 1, 1996, this 
subsection does not apply to subcontracts for the acquisition of 

[[Page 61600]]
commercial items or commercial components (see 212.504(a)(xxii)).
* * * * *


247.572-2  [Amended]

    115. Section 247.572-2 is amended by removing at the end of 
paragraph (a)(4) the word ``and''; by removing the period at the end of 
paragraph (a)(5) and inserting a semicolon and the word ``and'' in its 
place; and by adding a new paragraph (a)(6) to read as follows:


247.572-2  Direct purchase of ocean transportation services.

    (a) * * *
    (6) Subcontracts under Government contracts or agreements for ocean 
transportation services.
* * * * *

PART 249--TERMINATION OF CONTRACTS


249.7002  [Amended]

    116. Section 249.7002 is amended in paragraph (b) introductory text 
by revising the phrase ``Office of Economic Adjustment (OEA), Assistant 
Secretary of Defense (Force Management and Personnel)'' to read 
``Assistant Secretary of Defense (Economic Security), Office of 
Economic Adjustment (OEA''; and in paragraph (b)(2) by revising the 
Telefax number to read ``(703) 604-5843.''

PART 250--EXTRAORDINARY CONTRACTUAL ACTIONS

    117. Section 250.201-70 is amended by revising in paragraph (b)(1) 
the phrase ``Under Secretary of Defense (Acquisition) (USD(A))'' to 
read ``Under Secretary of Defense (Acquisition & Technology) 
(USDA&T))''; and by revising in paragraph (b)(2) the phrase ``USD(A)'' 
to read ``USD(A&T).''

PART 252--SOLICITATION PROVISIONS AND CONTRACT CLAUSES

    118. Section 252.203-7000 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (a)(3) to read as 
follows:


252.203-7000  Statutory prohibitions on compensation to former 
Department of Defense employees.

* * * * * * *
    (a) * * *
    (3) Defense contractor means an entity (including affiliates and 
subsidiaries which clearly engage in the performance of Department 
of Defense (DoD) contracts) that contracts directly with the DoD to 
supply goods or services. ``Defense contractor'' does not include a 
State or local government or any person who contracts to supply the 
Department of Defense only commercial items.
* * * * *
    119. Section 252.203-7001 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (g) to read as follows:


252.203-7001  Special prohibition on employment.

* * * * *
    (g) The Contractor agrees to include the substance of this 
clause, appropriately modified to reflect the identity and 
relationship of the parties, in all first-tier subcontracts 
exceeding the simplified acquisition threshold in part 13 of the 
Federal Acquisition Regulation, except those for commercial items or 
components.
* * * * *


252.203-7003  [Removed]

    120. Section 252.203-7003 is removed.


252.204-7001  [Amended]

    121. Section 252.204-7001 is amended by revising in the 
introductory text the reference ``204.603-70'' to read ``204.602-70.''
    122. Section 252.209-7000 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (b) to read as follows:


252.209-7000  Acquisition from subcontractors subject to on-site 
inspection under the Intermediate-Range Nuclear Forces (INF) Treaty.

* * * * *
    (b) The Contractor shall incorporate this clause, including this 
paragraph (b), in all solicitations and contracts exceeding the 
simplified acquisition threshold in part 13 of the Federal 
Acquisition Regulation, except those for commercial items.


252.209-7007  [Amended]

    123. Section 252.209-7007 is redesignated as 252.209-7005; the 
clause date is revised to read ``(NOV 1995)''; the title of paragraph 
(a) is revised to read ``Definition''; and paragraph (b) is revised to 
read as follows:


252.209-7005  Military recruiting on campus.

* * * * *
    (b) General.

    An institution of higher education that has been determined, 
using procedures established by the Secretary of Defense to 
implement section 558 of Pub. L. 103-337, (1) to have a policy of 
denying, or (2) to prevent effectively the Secretary of Defense from 
obtaining for military recruiting purposes, entry to their campuses, 
access to students on campuses, or access to directory information 
pertaining to students, is ineligible for contract award and 
payments under existing contracts. In addition, the Government shall 
terminate this contract for the Contractor's material failure to 
comply with the terms and conditions of award.
* * * * *


252.210-7000  [Amended]

    124. Sections 252.211-7000 through 252.211-7021 are removed and 
Section 252.210-7000 is redesignated as 252.211-7003 and the 
introductory text is revised to read ``As prescribed in 211.270-2, use 
the following provision:''.


252.210-7001  [Amended]

    125. Section 252.210-7001 is redesignated as 252.211-7001 and the 
introductory text is revised to read ``As prescribed in 211.204(c), use 
the following provision:''.


252.210-7002  [Amended]

    126. Section 252.210-7002 is redesignated as 252.211-7002 and the 
introductory text is revised to read ``As prescribed in 211.204(c), use 
the following provision:''.


252.210-7003  [Amended]

    127. Section 252.210-7003 is redesignated as 252.211-7000 and the 
introductory text is revised to read ``As prescribed in 211.002-70, use 
the following clause:''.


252.210-7004  [Amended]

    128. Section 252.210-7004 is redesignated as 252.211-7004 and the 
introductory text is revised to read ``As prescribed in 211.272, use 
the following provision:''.
    129-130. Sections 252.212-7000 and 252.212-7001 are added to read 
as follows:


252.212-7000  Offeror representations and certifications--Commercial 
items.

    As prescribed in 212.301(f)(iii), use the following provision:

OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS

(NOV 1995)

    (a) Definitions.
    As used in this clause--
    (1) Foreign person means any person other than a United States 
person as defined in Section 16(2) of the Export Administration Act 
of 1979 (50 U.S.C. App. Sec. 2415).
    (2) United States person is defined in Section 16(2) of the 
Export Administration Act of 1979 and means any United States 
resident or national (other than an individual resident outside the 
United States and employed by other than a United States person), 
any domestic concern (including any permanent domestic establishment 
of any foreign concern), and any foreign subsidiary or affiliate 
(including any permanent foreign establishment) of any domestic 
concern which is controlled in fact by such domestic concern, as 
determined under regulations of the President.

[[Page 61601]]

    (b) Certification.
    By submitting this offer, the Offeror, if a foreign person, 
company or entity, certifies that it--
    (1) Does not comply with the Secondary Arab Boycott of Israel; 
and
    (2) Is not taking or knowingly agreeing to take any action, with 
respect to the Secondary Boycott of Israel by Arab countries, which 
50 U.S.C. App. Sec. 2407(a) prohibits a United States person from 
taking.
    (c) Representation of Extent of Transportation by Sea. (This 
representation does not apply to solicitations for the direct 
purchase of ocean transportation services).
    (1) The Offeror shall indicate by checking the appropriate blank 
in paragraph (c)(2) of this provision whether transportation of 
supplies by sea is anticipated under the resultant contract. The 
term ``supplies'' is defined in the Transportation of Supplies by 
Sea clause of this solicitation.
    (2) Representation.
    The Offeror represents that it--
    ______Does anticipate that supplies will be transported by sea 
in the performance of any contract or subcontract resulting from 
this solicitation.
    ______ Does not anticipate that supplies will be transported by 
sea in the performance of any contract or subcontract resulting from 
this solicitation.
    (3) Any contract resulting from this solicitation will include 
the Transportation of Supplies by Sea clause. If the Offeror 
represents that it will not use ocean transportation, the resulting 
contract will also include the Defense Federal Acquisition 
Regulation Supplement clause at 252.247-7024, Notification of 
Transportation of Supplies by Sea.

(End of provision)


252.212-7001  Contract terms and conditions required to implement 
statutes or Executive Orders applicable to Defense acquisitions of 
commercial items.

    As prescribed in 212.301(f)(iv), use the following clause:

CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR 
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS 
(NOV 1995)

    (a) The Contractor agrees to comply with the Defense Federal 
Acquisition Regulation Supplement (DFARS) clause 252.247-7023, 
Transportation of Supplies by Sea, which is included in this 
contract by reference to implement 10 U.S.C. 2631.
    (b) The Contractor agrees to comply with any clause that is 
checked on the following list of DFARS clauses which, if checked, is 
included in this contract by reference to implement provisions of 
law or Executive Orders applicable to acquisitions of commercial 
items or components.

______ 252.205-7000  Provision of Information to Cooperative 
Agreement Holders (10 U.S.C. 2416).
______ 252.206-7000  Domestic Source Restriction (10 U.S.C. 2304).
______ 252.219-7001  Notice of Partial Small Business Set-Aside with 
Preferential Consideration for Small Disadvantaged Business Concerns 
(____ Alternate I) (Section 9004, Pub. L. 101-165 (10 U.S.C. 2301 
(repealed) note)).
______ 252.219-7002  Notice of Small Disadvantaged Business Set-
Aside (____ Alternate I) (15 U.S.C. 644).
______ 252.219-7003  Small Business and Small Disadvantaged Business 
Subcontracting Plan (DoD Contracts) (15 U.S.C. 637).
______ 252.219-7005  Incentive for Subcontracting with Small 
Businesses, Small Disadvantaged Businesses, Historically Black 
Colleges and Universities and Minority Institutions (____ Alternate 
I) (Section 9004, Pub. L. 101-165 (10 U.S.C. 2301 (repealed) note)).
______ 252.219-7006  Noice of Evaluation Preference for Small 
Disadvantaged Business Concerns (____ Alternate I) (15 U.S.C. 644).
______ 252.225-7001  Buy American Act and Balance of Payment Program 
(41 U.S.C. 10, E.O. 10582).
______ 252.225-7007  Trade Agreements (10 U.S.C. 2501-2582).
______ 252.225-7012  Preference for Certain Domestic Commodities.
______ 252.225-7014  Preference for Domestic Speciality Metals (10 
U.S.C. 2241 note).
______ 252.225-7015  Preference for Domestic Hand or Measuring Tools 
(10 U.S.C. 2241 note).
______ 252.225-7017  Preference for United States and Canadian 
Valves and Machine Tools (10 U.S.C. 2534(c)(2)).
______ 252.225-7027  Limitation on Sales Commissions and Fees (12 
U.S.C. 2779).
______ 252.225-7028  Exclusionary Policies and Practices of Foreign 
Governments (22 U.S.C. 2755).
______ 252.225-7029  Restriction on Acquisition of Air Circuit 
Breakers (10 U.S.C. 2534(a)(3)).
______ 252.225-7036  North American Free Trade Agreement 
Implementation Act.
______ 252.227-7015  Technical Data--Commercial Items (10 U.S.C. 
2320).
______ 252.227-7037  Validation of Restrictive Markings on Technical 
Data (10 U.S.C. 2321).
______ 252.233-7000  Certification of Claims and Requests for 
Adjustment or Relief (10 U.S.C. 2410).
______ 252.242-7002  Submission of Commercial Freight Bills for 
Audit (31 U.S.C. 3726).
______ 252.247-7024  Notification of Transportation of Supplies by 
Sea (10 U.S.C. 2631).
______ 252.249-7001  Notification of Substantial Impact on 
Employment (10 U.S.C. 2501 note).

(End of clause)


252.215-7001  [Removed and Reserved]

    131. Section 252.215-7001 is removed and reserved.
    132. Section 252.217-7026 is amended by revising the clause date to 
read ``(NOV 1995)'' and revising paragraph (3) of the table to read as 
follows:

252.217-7026  Identification of sources of supply.

* * * * *
    (b) * * *

    (3) Use ``Y'' if the item is a commercial item; otherwise use 
``N.'' If ``Y'' is listed, the Offeror need not complete the 
remaining columns in the table.
* * * * *
    133. Section 252.219-7003 is amended by revising the title; by 
revising the clause date to read ``(NOV 1995)''; by revising the 
introductory text of the clause and by revising in paragraph (b) the 
word ``products'' to read ``items'' as follows:

252.219-7003  Small, small disadvantaged and women-owned small business 
subcontracting plan (DoD contracts).

* * * * *
    This clause supplements the Federal Acquisition Regulation 
52.219-9, Small, Small Disadvantaged and Women-Owned Small Business 
Subcontracting Plan, clause of this contract.
* * * * *


252.219-7005  [Amended]

    134. Section 252.219-7005 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising in paragraph (d) the word 
``products'' to read ``items.''

    135. Section 252.223-7006, ALTERNATE I, is amended by revising the 
date to read ``(NOV 1995)''; by revising in paragraph (c) the word 
``material'' to read ``materials''; and by revising paragraph (d) to 
read as follows:

252.223-7006  Prohibition on storage and disposal of toxic and 
hazardous materials.

* * * * *
ALTERNATE I (NOV 1995)
* * * * *
    (d) The Contractor shall include this clause, including this 
paragraph (d), in each subcontract which requires, may require, or 
permits a subcontractor to treat or dispose of non-DoD-owned toxic 
or hazardous materials as defined in this clause.

    136-137. Section 252.225-7012 is amended by revising the clause 
date to read ``(NOV 1995)''; by removing the word ``or'' at the end of 
paragraph (b)(2); by removing the period at the end of paragraph (b)(3) 
and adding a semicolon and the word ``or'' in its place; and by adding 
a new paragraph (b)(4) to read as follows:


[[Page 61602]]



252.225-7012  Preference for certain domestic commodities.

* * * * *
    (b) * * *

    (4) To commercial items or components purchased from 
subcontractors or suppliers.

    138. Section 252.225-7014 is amended by revising the clause date to 
read ``(NOV 1995)''; by revising in paragraph (c)(2) the acronym 
``FAR'' to read ``Federal Acquisition Regulation''; by removing the 
word ``or'' at the end of paragraph (c)(2); by removing the period at 
the end of paragraph (c)(3) and adding a semicolon and the word ``or'' 
in its place; and by adding a new paragraph (c)(4) to read as follows:


252.225-7014  Preference for domestic specialty metals.

* * * * *
    (c) * * *

    (4) The specialty metal is contained in a commercial item or 
component purchased from subcontractors or suppliers.
* * * * *
    139. Section 252.225-7016 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (b) to read as follows:


252.225-7016  Restriction on acquisition of antifriction bearings.

* * * * *
    (b) The restriction in paragraph (a) does not apply to the 
extent that the end items or components containing antifriction 
bearings are commercial items. The commercial item exception does 
not include items designed or developed under a Government contract 
or contracts where the end item is bearings and bearing components.
* * * * *
    140. Section 252.225-7026 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (c)(1) to read as 
follows:


252.225-7026  Reporting of contract performance outside the United 
States.

* * * * *
    (c) * * *

    (1) The Contractor shall include a clause substantially the same 
as this one in all first-tier subcontracts exceeding $100,000, 
except subcontracts for commercial items, construction, ores, 
natural gases, utilities, petroleum products and crudes, timber 
(logs), or subsistence.
* * * * *


252.225-7040  [Amended]

    141. Section 252.225-7040 is amended by revising in the 
introductory text the reference ``225.7004-5(c)'' to read ``225.7004-
6(c).''
    142. Section 252.227-7013 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (k)(2) to read as 
follows:


252.227-7013  Rights in technical data--Noncommercial items.

* * * * *
    (k) * * *
    (1) * * *

    (2) Whenever any technical data for noncommercial items is to be 
obtained from a subcontractor or supplier for delivery to the 
Government under this contract, the Contractor shall use this same 
clause in the subcontract or other contractual instrument, and 
require its subcontractors or suppliers to do so, without 
alteration, except to identify the parties. No other clause shall be 
used to enlarge or diminish the Government's, the Contractor's, or a 
higher-tier subcontractor's or supplier's rights in a 
subcontractor's or supplier's technical data.
* * * * *
    143. Section 252.227-7015 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (a) to read as follows:


252.227-7015  Technical data--Commercial items.

* * * * *
    (a) Definitions.
    As used in this clause:
    (1) Commercial item does not include commercial computer 
software.
    (2) Form, fit, and function data means technical data that 
describes the required overall physical, functional, and performance 
characteristics (along with the qualification requirements, if 
applicable) of an item, component, or process to the extent 
necessary to permit identification of physically and functionally 
interchangeable items.
    (3) The term item includes components or processes.
    (4) Technical data means recorded information, regardless of the 
form or method of recording, of a scientific or technical nature 
(including computer software documentation). The term does not 
include computer software or data incidental to contract 
administration, such as financial and/or management information.
* * * * *


252.227-7018  [Amended]

    144. Section 252.227-7018 is amended in the title by revising the 
word ``Innovative'' to read ``Innovation''; and by revising in the 
clause title the word ``Innovative'' to read ``Innovation.''
    145. Section 252.227-7037 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (l) to read as follows:


252.227-7037  Validation of restrictive markings on technical data.

* * * * *
    (l) Flowdown.
    The Contractor or subcontractor agrees to insert this clause in 
contractual instruments with its subcontractors or suppliers at any 
tier requiring the delivery of technical data, except contractual 
instruments for commercial items or commercial components.


252.231-7001  [Removed]

    146. Section 252.231-7001 is removed.


252.237-7020  [Removed and Reserved]

    147. Section 252.237-7020 is removed and reserved.


252.237-7021  [Removed and Reserved]

    148. Section 252.237-7021 is removed and reserved.
    149. Section 252.239-7010 is amended by revising the clause date to 
read ``(NOV 1995)''; by revising paragraph (a) introductory text; and 
by revising paragraph (b) to read as follows:


252.239-7010  Audit and records--Common carriers.

* * * * *
    (a) For the purpose of verifying the accuracy of the cost or 
pricing data submitted under the Submission of Cost or Pricing 
Data--Common Carriers clause of this agreement/contract, the 
Contracting Officer or authorized representative shall have the 
right to examine the Contractor's records, the computations and 
projections used, and other supporting data, as defined in 4.703(a) 
of the Federal Acquisition Regulation, which will permit adequate 
evaluation of the cost or pricing data. This right applies to cost 
and pricing data which were available to the Contractor as of the 
date of the certification and shall last--
* * * * *
    (b) The Contractor shall maintain records and other evidence, 
and accounting procedures and practices, sufficient to show the 
direct and indirect costs which were the basis for pricing the 
communication service authorization.
* * * * *


252.242-7001  [Removed and Reserved]

    150. Section 252.242-7001 is removed and reserved.
    151. Section 252.247-7023 is amended by revising the clause date to 
read ``(NOV 1995)'' by revising paragraph (a)(5); and by revising 
paragraph (g) to read as follows:


252.247-7023  Transportation of supplies by sea.

* * * * *
    (a) * * *

    (5) Subcontractor means a supplier, materialman, distributor, or 
vendor at any level below the prime contractor whose contractual 
obligation to perform results from, or is conditioned upon, award of 
the prime contract and who is performing any part of the work or 
other requirement of the prime contract. However, effective May 1, 
1996, the term does not include a supplier, materialman, 
distributor, or vendor of commercial items or commercial components.
* * * * *

[[Page 61603]]

    (g) The Contractor shall include this clause, including this 
paragraph (g) in all subcontracts under this contract, which exceed 
the simplified acquisition threshold in Part 13 of the Federal 
Acquisition Regulation.

    152. Section 252.247-7024 is amended by revising the clause date to 
read ``(NOV 1995)'' and by revising paragraph (b) to read as follows:


252.247-7024  Notification of transportation of supplies by sea.

* * * * *
    (b) The Contractor shall include this clause, including this 
paragraph (b), revised as necessary to reflect the relationship of 
the contracting parties, in all subcontracts hereunder, except 
(effective May 1, 1996) subcontracts for the acquisition of 
commercial items or components.

PART 253--FORMS

    153. Section 253.204-70 is revised to read as follows:


253.204-70 DD Form 350, Individual Contracting Action Report.

    Policy on use of a DD Form 350 is in 204.670-2. This subsection 
253.204-70 contains instructions for completion of Parts A through F of 
the DD Form 350. Paragraph (g) of this subsection contains special 
instructions for completing a DD Form 350 for an action of $25,000 or 
less under the Small Business Competitiveness Demonstration Program.
    (a) Part A of the DD Form 350.
    Part A identifies the report and the reporting activity. Complete 
all four blocks.
    (1) BLOCK A1, TYPE OF REPORT.
    Enter one of three codes.
    (i) Code 0-Original.
    Enter code 0 unless 1 or code 2 applies.
    (ii) Code 1-Cancelling.
    A cancelling action cancels an existing DD Form 350 in accordance 
with departmental data collection point instructions.
    (iii) Code 2-Correcting.
    A correcting action corrects an existing DD Form 350 action in 
accordance with departmental data collection point instructions.
    (2) BLOCK A2, REPORT NO.
    Enter the four digit local control number (see 204.670-3(a)(4)). If 
Block A1 is coded 1 or 2, use the prior report number rather than a new 
one.
    (3) BLOCK A3, CONTRACTING OFFICE CODE.
    Enter the code assigned the contracting office by the departmental 
data collection point in 204.670-1(c).
    (4) BLOCK A4, NAME OF CONTRACTING OFFICE.
    Enter sufficient detail to establish the identity of the 
contracting office.
    (b) Part B of the DD Form 350.
    Part B identifies the transaction.
    (1) BLOCK B1, CONTRACT NUMBER.
    (i) Enter--
    (A) The DoD contract number; or
    (B) For orders under contracts awarded by other Federal agencies, 
the contract number of that Federal agency as it appears in the 
contractual instrument.
    (ii) Do not leave spaces between characters, and do not enter 
dashes, slants, or any other punctuation marks.
    (iii) The DoD contract number is the basic (13 alphanumeric 
character) procurement instrument identification number (PIIN) that was 
assigned in accordance with 204.7001 or constructed under an exception 
permitted by 204.7000. Do not enter any supplementary procurement 
instrument numbers as part of the contract number (these go in Block 
B2).
    (2) BLOCK B2, MOD. ORDER OR OTHER ID NUMBER.
    Enter the supplemental procurement identification number (if there 
is one) that was assigned in accordance with 204.7004 or as permitted 
by 204.7000. It can be up to 19 characters. Usually calls and orders 
have a four-position number (see 204.7004-4) and modifications 
(including modifications of calls or orders) have a six-position 
modification number (see 704.7003 or 204.7004(b)).
    (3) BLOCK B3, ACTION DATE.
    (i) Enter the year, month, and day of the effective date for fiscal 
obligation purposes. When contract actions are awarded contingent on 
the availability of funds, enter the date funds are obligated.
    (ii) Enter each segment as a two digit number. Use 01 through 12 
for January through December. For example, enter January 2, 1999 as 
990102.
    (4) BLOCK B4, COMPLETION DATE.
    (i) Enter the year, month, and day of the last contract delivery 
date or the end of the performance period.
    (ii) Enter each segment as a two digit number. Use 01 through 12 
for January through December. For example, enter January 2, 1999 as 
990102.
    (5) BLOCK B5, CONTRACTOR IDENTIFICATION INFORMATION.
    (i) Use data that relates to the contractor whose name and address 
appears in the contract document (Block 7 of the SF 26, Award/Contract; 
Block 8 of the SF 30, Amendment of Solicitation/Modification of 
Contract; Block 15A of the SF 33, Solicitation, Offer and Award; or 
Block 9 of the DD Form 1155, Order for Supplies or Services), except--
    (A) For contracts placed with the Small Business Administration 
under Section 8(a) of the Small Business Act, use data that relates to 
the company that will be performing the work.
    (B) For orders placed against a contract awarded by another agency, 
also use data that relates to the company that will be performing the 
work.
    (C) For Federal supply schedule orders, use data that applies to 
the contractor whose name appears on the schedule (not the data for the 
agent to whom orders may be sent).
    (D) For contracts with the Canadian Commercial Corporation (CCC), 
use data for the appropriate CCC office, except as noted in Block B5B.
    (ii) Block B5 has seven parts. Some of the parts may not apply to 
the action being reported.
    (A) BLOCK B5A, ESTABLISHMENT CODE.
    Enter the contractor's 9-position contractor establishment code 
(CEC). If CEC is not available within the contracting activity, use the 
procedures at 204.7202-2 to obtain one.
    (B) BLOCK B5B, CAGE CODE.
    Enter the 5-position commercial and Government entity (CAGE) code 
that identifies the contractor plant or establishment. If the CAGE code 
is not already available in the contracting office and the apparent 
awardee does not respond to the provision at 252.204-7001, Commercial 
and Government Entity (CAGE) Code Reporting, use the procedures as 
204.7202-1 to obtain one.
    (C) BLOCK B5C, CONTRACTOR NAME AND DIVISION NAME.
    Enter the contractor's name. Include its division name.
    (D) BLOCK B5D, CONTRACTOR ADDRESS.
    Enter the contractor's address. Include street address (and/or P.O. 
Box), city/town, state/country, and ZIP code, if applicable. Do not 
enter foreign postal codes.
    (E) BLOCK B5E, TIN.
    Enter the contractor's taxpayer identification number (see FAR 
Subpart 4.9).
    Leave Block B5E blank if the contractor is--
    (1) A nonresident alien, foreign corporation, or foreign 
partnership that does not have income effectively connected with the 
trade or business in the United States; and does not have an office or 
place of business or a fiscal paying agent in the United States;
    (2) An agency or instrumentality of a foreign government; or
    (3) An agency or instrumentality of a Federal, State, or local 
government.
    (F) BLOCK B5F, PARENT TIN.
    Enter the contractor's parent company (common parent) TIN (see FAR 
4.9 and 52.204-3). If the contractor does not have a parent company or 
the parent 

[[Page 61604]]
company meets the exemption for Block B5E, leave Block B5F blank.
    (G) BLOCK B5G, PARENT NAME.
    If a parent TIN is entered in Block B5F, enter in Block B5G the 
name of the parent company (common parent). Leave Block B5G blank if 
there is no parent company or the parent company is exempted from the 
requirement to have a TIN.
    (6) BLOCK B6, PRINCIPAL PLACE OF PERFORMANCE.
    (i) The place, or places, where the contract will be performed may 
be specified by the Government or listed by the contractor in response 
to the solicitation provision at FAR 52.214-14, Place of Performance--
Sealed Bidding, or FAR 52.215-20, Place of Performance. Use data for 
the contractor's principal place of performance, which is generally 
the--
    (A) Final assembly point for supply contracts with manufacturers.
    (B) Dealer's location for supply contracts with regular dealers 
(FAR 22.601) where shipment is made from stock.
    (C) Subcontractor's location for supply contracts with regular 
dealers (FAR 22.601) where shipment is made from a subcontractor's 
plant.
    (D) Actual construction site for construction contracts.
    (E) Planned construction site for architect-engineer contracts.
    (F) Place of mining for mined supplies.
    (G) Place (including military installations) where a service is 
performed for service contracts.
    (ii) When there is more than one location for any of paragraphs 
(i)(A) through (G) (e.g., more than one construction site), use the 
location involving the largest dollar amount of the acquisition. Do not 
show more than one location in Block B6.
    (iii) If places of performance are too varied or not known, or if 
commercial procedures were used, enter the contractor's home office 
location.
    (iv) Follow the instructions for each part of Block 6 which applies 
to the action being reported.
    (A) BLOCK B6A, CITY OR PLACE CODE.
    (1) For places in the United States and outlying areas, enter the 
numeric place code, which can be found in the Federal Information 
Processing Standards (FIPS) Publication (PUB) 55-2, (``Guideline: Codes 
for named Populated Places, Primary Country Divisions, and Other 
Locational Entities of the United States and Outlying Areas''). Leave 
Block B6A blank for places outside the United States and outlying 
areas.
    (2) If the city or locality is not listed, look in FIPS PUB 55-2 
for the county code of the principal place of performance. Enter that 
in Block B6A. Use 50000 for Washington, DC, with a State code of 11.
    (3) Paragraph 5.2, Entry Selection With the Aid of the Class Code, 
of FIPS PUB 55-2 will help in selecting the correct code. Sometimes, a 
class code should be used in addition to a place code to accurately 
identify the place of performance. Do not use place codes where the 
first position of the class code is X or Z.
    (B) BLOCK B6B, STATE OR COUNTRY CODE.
    (1) For places in the United States and outlying areas, enter the 
numeric State code, which can be found in FIPS PUB 55-2 or FIPS PUB 5-
2, Codes for the Identification of the States, the District of Columbia 
and the Outlying Areas of the United States and Associated Areas.
    (2) For places outside the United States and outlying areas, enter 
the alpha country code from FIPS PUB 10-3, Countries, Dependencies, 
Areas of Special Sovereignty, and Their Principal Administrative 
Divisions.
    (C) BLOCK B6C, CITY OR PLACE AND STATE OR COUNTRY NAME.
    Enter the name of the principal place of performance. Do not leave 
Block B6C blank.
    (7) BLOCK B7, TYPE OBLIGATION.
    Enter one of two codes.
    (i) Code 1--Obligation. Enter code 1 if the contracting action 
obligates funds.
    (ii) Code 2--Deobligation. Enter code 2 if the contracting action 
deobligates funds.
    (8) BLOCK B8, TOTAL DOLLARS.
    Enter the net amount of funds (whole dollars only) obligated or 
deobligated by the contracting action. Do not leave Block B8 blank.
    (9) BLOCK B9, FOREIGN MILITARY SALE.
    Enter one of the two codes. If only part of the contracting action 
is foreign military sale, separately report the parts (see 204.670-
6(c)).
    (i) Code Y--Yes. Enter code Y when the contracting action is under 
a foreign military sales arrangement, or under any other arrangement 
where a foreign country or international organization is bearing the 
cost of the acquisition.
    (ii) Code N--No. Enter code N when code Y does not apply.
    (10) BLOCK B10, MULTIYEAR CONTRACT.
    Enter one of the two codes.
    (i) Code Y--Yes. Enter code Y when the contracting action is a 
multiyear contract under FAR Subpart 17.1.
    (ii) Code N--No. Enter code N when code Y does not apply.
    (11) BLOCK B11, TOTAL MULTIYEAR VALUE.
    (i) Complete Block B11 if the contracting action is--
    (A) A multiyear contract (B10 is coded Y); and
    (B) Either a new letter contract or a new definitive contract 
(Block B13 is coded 1 or 3). Otherwise, leave Block B11 blank.
    (ii) Enter the estimated multiyear contract value (whole dollars 
only).
    (12) BLOCK B12, PRINCIPAL PRODUCT OR SERVICE.
    B12 contains five parts. Do not leave any blocks blank.
    (i) BLOCK B12A, FSC or SVC CODE.
    Enter the 4-character federal stock class or service code that 
describes the contract effort. To find the code, look in Section 1 of 
the Department of Defense (DoD) Procurement Coding Manual (MN02). There 
are three categories of codes to choose from. In some cases, use a 4-
character code from a list of 4-character codes; in other cases, 
construct a code using the instructions in the Manual. If more than one 
category or code applies to the contract action, enter the one that 
best identifies the product or service representing the largest dollar 
value.
    (A) Supplies. If the contracting action is for the purchase (not 
lease or rental) of supplies, enter a federal supply classification 
(FSC) code in Block B12A. FSC codes are all numeric. Look in Section 1, 
Part C, of the DoD Procurement Coding Manual (MN02). The Department of 
Defense Federal Supply Classification Cataloging Handbooks H2-1, H2-2, 
and H2-3 may also help with the correct 4-character code.
    (B) Services. If the contracting action is for services (except 
research, development, test, and evaluation), construction, or lease or 
rental of equipment or facilities, enter a service code in Block B12A.
    (C) Research, Development, Test and Evaluation (RDT&E). If the 
contracting action is for RDT&E (as defined in FAR 35.001 and 235.001), 
enter an RDT&E code in Block B12A. Look in Section 1, Part A of the DoD 
Procurement Coding Manual (MN02). All RDT&E codes should begin with the 
letter ``A''. Do not use an RDT&E code for--
    (1) Purchase, lease, or rental of equipment, supplies, or services 
separately purchased in support of RDT&E work, even if RDT&E funds are 
cited. Instead, use an FSC or Service code under the instructions in 
paragraphs (i)(A) or (B).
    (2) Orders under Federal supply schedule contracts. Instead use an 
FSC or Service code under the instructions in paragraphs (i)(A) or (B).

[[Page 61605]]

    (ii) BLOCK B12B, DOD CLAIMANT PROGRAM CODE.
    Enter a code that identifies the commodity described in Block B12E. 
These codes are in Section III of the DoD Procurement Coding Manual 
(MN02). If more than one code applies to the contracting action, enter 
the one that best identifies the product or service representing the 
largest dollar value. If the description in Block B12E is for--
    (A) Research and development (R&D), enter the code that best 
represents the objective of the R&D. For example, if the objective of 
the research and development is a guided missile, enter code A20. If 
the R&D cannot be identified to any particular objective, enter code 
S10.
    (B) Ship repair, inspect and repair as necessary (IRAN), 
modification of aircraft, overhaul of engines, or similar maintenance, 
repair or modification services, enter the code that best identifies 
the program.
    (C) Equipment rental (including rental of automated data processing 
equipment), enter code S10.
    (D) Utility services, enter code S10.
    (E) Services that cannot be identified to any listed program, enter 
code S10.
    (F) Supplies or equipment that cannot be identified to any listed 
program, enter code C9E.
    (iii) BLOCK B12C, PROGRAM, SYSTEM, OR EQUIPMENT CODE.
    (A) Enter a code that describes the program, weapons system, or 
equipment. These codes are in Section II of the DoD Procurement Coding 
Manual (MN02). If there is no code that applies to the contracting 
action, enter three zeros. If more than one code applies to the action, 
enter the one that best identifies the product or service representing 
the largest dollar value.
    (B) If the contracting action is funded by the Ballistic Missile 
Defense Organization, enter code CAA.
    (C) If the contracting action supports environmental cleanup 
programs, enter one of the codes listed in Section II of the DoD 
Procurement Coding Manual (MN02) under the heading ``Description and 
Use of Program Codes--Environmental Cleanup Programs.''
    (D) Defense Logistics Agency activities must use the code assigned 
by the sponsoring Service.
    (iv) BLOCK B12D, SIC CODE.
    Enter the standard industrial classification (SIC) code for the 
acquisition (as opposed to the SIC of the manufacturer or dealer). Use 
the SIC code in effect at the time of award. These codes are in the OMB 
Standard Industrial Classification Manual. If more than one code 
applies to the contracting action, enter the one that best identifies 
the product or service representing the largest dollar value.
    (v) BLOCK B12E, NAME DESCRIPTION.
    Enter the name or brief description of the commodity or service. If 
the description is classified, enter only the word ``Classified.'' Do 
not, however, use ``Classified'' when a code name (e.g., Minuteman, 
Polaris, Trident, Pershing, etc.) or an identifying program number 
(e.g., WS-107A) can be used.
    (13) BLOCK B13, KIND OF CONTRACTING ACTION.
    Enter one of the 16 codes.
    (i) Code 1--Initial Letter Contract. Enter code 1 when the 
contracting action is a new letter contract. Do not use code 1 for a 
letter modification to an existing contract--use code A instead.
    (ii) Code 2--Definitive Contract Superseding Letter Contract. Enter 
code 2 when the contracting action is the definitization of a letter 
contract. Do not use code 2 for an action which is a definitization of 
a letter modification--use code A instead.
    (iii) Code 3--Definitive Contract. Enter code 3 when the 
contracting action is the first binding document containing all the 
terms and conditions. Code 3 also includes--
    (A) Definitive contract awards under the Small Business 
Administration 8(a) program;
    (B) Orders from the Procurement List with qualified nonprofit 
agencies employing people who are blind or severely disabled;
    (C) Notices of award;
    (D) Funding actions which are initial obligations (but see Code C--
Funding Action); and
    (E) Lease or loan agreements.
    (iv) Code 4--Order Under a BOA. Enter code 4 when the contracting 
action is an order or definitization of an order (not a modification of 
an order). Examples include orders under a basic ordering agreement, 
priced exhibit, or production list entered into by a DoD component (see 
code 3 for actions which are not orders or modifications of orders). 
Enter code 9 if the action is an order under a blanket purchase 
agreement.
    (v) Code 5--Order Under DoD Contract. Enter code 5 when the 
contracting action is--
    (A) An order (not a modification or definitization of an order) 
against an indefinite delivery type contract;
    (B) A job order, task order, or the like where firm obligations are 
created by issuance of the order against a contract awarded by a DoD 
component (not a modification or definitization of an order); or
    (C) An order (not a modification of an order) placed against DoD 
contracts with the Small Business Administration under the 8(a) 
program.
    (vi) Code 6--Order/Modification Under Federal Schedule. Do not use 
for GSA area contracts for utility services, use code 7 instead. Enter 
code 6 if the contracting action is an order, or a modification of an 
order, under--
    (A) Federal supply schedule, e.g., GSA, VA, or OPM, contract (FAR 
8.401); or
    (B) GSA ADP schedule contract.
    (vii) Code 7--Order Under Another Agency's Contract. Enter code 7 
if the contracting action is an order, or a modification of an order 
other than those in code 6, under a contract awarded by another Federal 
agency or Government corporation. Include GSA area contracts for 
utility services (FAR 8.301). Do not use code 7 if the Federal agency 
or Government corporation is the contractor (i.e., is doing the work)--
use code 8 instead.
    (viii) Code 8--Action With Another Federal Agency. Enter code 8 if 
the contracting action is an action, or a modification of an action, 
placed directly with another Federal agency or Government corporation 
(e.g., Government Printing Office, Federal Printing Office, Federal 
Prison Industries (UNICOR), Tennessee Valley Authority, or the 
Department of Treasury, Agriculture or Energy) where the Federal agency 
or Government corporation is acting as the contractor (i.e., doing the 
work).
    (ix) Code 9--Purchase/Modification Using Simplified Acquisition 
Procedures. Enter code 9 if the contracting action, including actions 
in a designated industry group under the Small Business Competitiveness 
Demonstration Program (FAR subpart 19.10), is an award or a 
modification of an award pursuant to FAR part 13.
    (x) Code A--Additional Work (new agreement). Enter code A when the 
contracting action is a bilateral supplemental agreement which--
    (A) Adds work to an existing contract (including a letter 
contract); and
    (B) Requires a justification and approval (J&A), except see FAR 
6.302-4(c) and 6.302-5(c)(2)(ii).
    (xi) Code B--Additional Work (other). Enter code B when the 
contracting action is a modification of an existing contract (including 
a letter contract) which is not covered by code A or by codes C through 
F. Code B includes actions which--
    (A) Exercise an option;
    (B) Initiate an incremental yearly buy under a multiyear contract; 
and

[[Page 61606]]

    (C) Amend a letter or other contract to add work that does not 
require a J&A.
    (xii) Code C--Funding Action. Enter code C when the contracting 
action is a modification (to a letter or other contract) for the sole 
purpose of obligating or deobligating funds.
    (A) This includes--
    (1) Incremental funding (other than incremental yearly buys under 
multiyear contracts which are code B);
    (2) Increases to the estimated cost on cost-reimbursement 
contracts;
    (3) Repricing actions covering incentive price revisions; and
    (4) Economic price adjustments.
    (B) This does not include modifications that have the initial 
citation and obligation of funds for a contract or modification awarded 
in one fiscal year but not effective until a subsequent fiscal year. 
Code these--
    (1) 3--definitive contract, if they are the initial obligation for 
the acquisition, or
    (2) A or B--additional work, if they are the initial obligation for 
the modification.
    (xiii) Code D--Change Order. Enter code D when the contracting 
action is a change order issued under the ``Changes,'' ``Differing Site 
Conditions,'' or other similar clauses in existing contracts.
    (xiv) Code E--Termination for Default. Enter code E if the 
contracting action is a modification which terminates all or part of 
the contract for default.
    (xv) Code F--Termination for Convenience. Enter code F if the 
contracting action is a modification which terminates all or part of 
the contract for convenience.
    (xvi) Code G--Cancellation. Enter code G if the contracting action 
is a modification which cancels the contract. Do not use code G to 
cancel a prior DD Form 350--see Block A1.
    (c) Part C of the DD Form 350.
    (1) Part C gathers data concerning contracting procedures, use of 
competition, financing, and statutory requirements other than 
socieconomic (which are in Part D).
    (2) Do not complete Part C if the contracting action is--
    (i) A foreign military sale, i.e., Block B9 (Foreign Military Sale) 
is coded Y (Yes); or
    (ii) An action with another Federal agency, i.e., Block B13 (Kind 
of Contracting Action) is coded 8 (Action With Another Federal Agency).
    (3) In completing Part C, the codes to be used describe either the 
contracting action being reported or the original contract, depending 
on the codes reported for ``Kind of Contracting Action'' in Block B13. 
The following chart provides overall instructions. There are some 
exceptions for various Part C blocks. These are listed at the beginning 
of the instructions for the block.

------------------------------------------------------------------------
                 If block B13 is                   Then code the blocks 
-------------------------------------------------     in part C with    
          Code                     Title               reference to     
------------------------------------------------------------------------
1.......................  Initial Letter          Action being reported.
                           Contract.                                    
2.......................  Definitive Contract     Action being reported.
                           Superseding Letter                           
                           Contract.                                    
3.......................  Definitive Contract...  Action being reported.
4.......................  Order Under DoD         Action being reported.
                           Agreement.                                   
5.......................  Order Under DoD         Original contract.1   
                           Contract.                                    
6.......................  Order/Modification      Action being reported 
                           Under Federal Supply    (but see Blocks C3,  
                           Schedule.               C6, C7, C11, and     
                                                   C13).                
7.......................  Order Under Another     Original contract     
                           Agency's Contract.      (information provided
                                                   by other agency) (but
                                                   see Blocks C4, C6,   
                                                   C11, C12, and C13).  
8.......................  Action With Another     Leave all of Part C   
                           Federal Agency.         blank.               
9.......................  Purchase/Modification   Action being reported.
                           Using Simplified                             
                           Acquisition                                  
                           Procedures.                                  
A.......................  Additional Work (new    Action being reported.
                           agreement).                                  
B.......................  Additional Work         Original contract (but
                           (other).                see Blocks C6 and    
                                                   C7).1                
C.......................  Funding Action........  Original contract (but
                                                   see Blocks C6 and    
                                                   C7).1                
D.......................  Change Order..........  Original contract (but
                                                   see Blocks C6 and    
                                                   C7).1                
E.......................  Termination for         Original contract (but
                           Default.                see Blocks C6 and    
                                                   C7).1                
F.......................  Termination for         Original contract (but
                           Convenience.            see Blocks C6 and    
                                                   C7).1                
G.......................  Cancellation..........  Original contract (but
                                                   see Blocks C6 and    
                                                   C7).1                
------------------------------------------------------------------------
1 If there are no codes for the original contract because a DD Form 350 
  was not required at the time, the original action is no longer        
  available, the definition of the original code has changed, or a data 
  element has been added to the system after the original contract      
  report, then use codes that best describe the original contracting    
  action.                                                               

    (4) Complete Part C blocks as follows--
    (i) BLOCK C1, SYNOPSIS.
    Enter one of the two codes.
    (A) Code Y--Yes. Enter code Y if a synopsis of the proposed action 
was prepared and transmitted to the Commerce Business Daily in 
accordance with FAR Subpart 5.2.
    (B) Code N--No. Enter code N if a synopsis was not prepared.
    (ii) BLOCK C2, REASON NOT SYNOPSIZED.
    Enter one of the two codes if Block C1 is ``N.'' Otherwise, leave 
Block C2 blank.
    (A) Code A--Urgency. Enter code A if the action was not synopsized 
due to urgency (see FAR 6.302-2).
    (B) Code B--Other than Urgency. Enter code B if the action was not 
synopsized due to some other reason.
    (iii) BLOCK C3, EXTENT COMPETED.
    Enter one of the four codes. As an exception to the chart in 
paragraph (c)(3) of this subsection, when Block B13 is coded 6, enter 
code A in Block C3.
    (A) Code A--Competed Action. Enter code A when--
    (1) The contracting action is an action under a Federal supply 
schedule contract (Block B13 is coded 6).
    (2) Competitive procedures were used to fulfill the requirement for 
full and open competition (FAR subpart 6.1).
    (3) Full and open competition procedures after exclusion of sources 
were used in order to establish/maintain alternative sources, to set 
aside an acquisition for small business, or to compete Section 8(a) 
awards (FAR subpart 6.2).
    (4) Statutory authorities for other than full and open competition 
were used 

[[Page 61607]]
(FAR subpart 6.3) and more than one offer was received (if only one 
offer was received, use code D).
    (5) Contracting action resulted from a contract awarded prior to 
the Competition in Contracting Act that used two-step sealed bidding or 
other sealed bidding, or that was negotiated competitively.
    (6) Simplified acquisition procedures were used and competition was 
obtained.
    (B) Code B--Not Available for Competition. Enter code B for--
    (1) Awards for utilities or utility systems, excluding long 
distance telecommunications services, when only one supplier can 
furnish the service (FAR 6.302-1(b)(3)).
    (2) Brand name commercial products for authorized resale.
    (3) Acquisitions authorized or required by statute to be awarded to 
a specific source pursuant to FAR 6.302-5(b) (2) or (4), e.g., 
qualified nonprofit agencies employing people who are blind or severely 
disabled (FAR subpart 8.7) or 8(a) program (FAR subpart 19.8).
    (4) International agreements.
    (5) Other contract actions where the Director of Defense 
Procurement has determined that there is no opportunity for 
competition.
    (Note: Even though Part C is not completed for foreign military 
sales or actions with another Federal agency, the database will 
automatically include these actions in the category of not available 
for competition.)
    (C) Code C--Follow-on to Competed Action. Enter code C when the 
action pertains to an acquisition placed with a particular contractor 
to continue or augment a specific competed program where such placement 
was necessitated by prior acquisition decisions.
    (D) Code D--Not Competed. Enter code D when codes A, B, or C do not 
apply.
    (iv) BLOCK C4, SEA TRANSPORTATION.
    Enter one of the three codes. As an exception to the chart in 
paragraph (c)(3) of this subsection, when Block B13 is coded 7, leave 
Block C4 blank.
    (A) Code Y--Yes--Positive Response to 252.247-7022. Enter code Y 
when the contractor's response to the provision at 252.247-7022, 
Representation of Extent of Transportation by Sea, or 252.212-
7000(c)(2), Offeror Representations and Certifications--Commercial 
Items, indicates the contractor anticipates that some of the supplies 
being provided may be transported by sea.
    (B) Code N--No--Negative Response to 252.247-7022 or 252.212-
7000(c)(2). Enter code N when the contractor's response to the 
provision at 252.247-7022 or 252.212-7000(c)(2) indicates that the 
contractor anticipates that none of the supplies being provided will be 
transported by sea.
    (C) Code U--Unknown--No Response or Provision Not Included in 
Solicitation. Enter code U when the contractor did not complete the 
representation at 252.247-7022 or 252.212-7000(c)(2) or the 
solicitation did not include it.
    (v) BLOCK C5, TYPE OF CONTRACT.
    (A) If the action is a letter contract, including modifications and 
amendments to letter contracts, enter the code that describes the 
anticipated type of contract the letter contract will become when it is 
definitized.
    (B) If there is more than one type of contract involved in the 
contracting action, enter the code that matches the type with the most 
dollars. If the type with the least dollars exceeds $500,000, fill out 
separate DD Forms 350 (with different report numbers) for each type.
    (C) Enter one of the 11 codes--
    (1) Code A--Fixed Price Redetermination.
    (2) Code J--Firm Fixed Price.
    (3) Code K--Fixed Price Economic Price Adjustment.
    (4) Code L--Fixed Price Incentive.
    (5) Code R--Cost Plus Award Fee.
    (6) Code S--Cost Contract.
    (7) Code T--Cost Sharing.
    (8) Code U--Cost Plus Fixed Fee.
    (9) Code V--Cost Plus Incentive Fee.
    (10) Code Y--Time and Materials.
    (11) Code Z--Labor Hour.
    (vi) BLOCK C6, NUMBER OF OFFERORS SOLICITED.
    Leave Block C6 blank if the original contract resulted from a 
solicitation issued before April 1, 1985 (i.e., before the effective 
date of the Competition in Contracting Act). As an exception to the 
chart in paragraph (c)(3) of this subsection--

------------------------------------------------------------------------
           If block B13 is coded                        Then            
------------------------------------------------------------------------
6.........................................  Enter code 2 in Block C6.   
7.........................................  Leave Block C6 blank.       
------------------------------------------------------------------------

    If not an exception, enter,
    (A) Code 1--One. Enter code 1 if only one offeror was solicited.
    (B) Code 2--More than one. Enter code 2 if more than one offeror 
was solicited.
    (vii) BLOCK C7, NUMBER OF OFFERS RECEIVED.
    Leave Block C7 blank if the original contract resulted from a 
solicitation issued before April 1, 1985 (i.e., before the effective 
date of the Competition in Contracting Act). As an exception to the 
chart in paragraph (c)(3) of this subsection--

------------------------------------------------------------------------
           If block B13 is coded                        Then            
------------------------------------------------------------------------
6.........................................  Enter code 2 in Block C7.   
------------------------------------------------------------------------

    If not an exception, enter--
    (A) Code 1--One. Enter code 1 if only one offer was received.
    (B) Code 2--More than one. Enter code 2 if more than one offer was 
received. If code 2 is entered, complete Block E4.
    (viii) BLOCK C8, SOLICITATION PROCEDURES.
    (A) Leave Block C8 blank if--
    (1) The original contract resulted from a solicitation issued 
before April 1, 1985 (i.e., before the effective date of the 
Competition in Contracting Act); or
    (2) The action is pursuant to simplified acquisition procedures 
(Block B13 is coded 9).
    (B) If the action is an order/modification under a Federal Supply 
Schedule (Block B13 is coded 6), use code B for single award schedules 
and code F for multiple award schedules.
    (C) Otherwise, enter one of the following codes--
    (1) Code A--Full and Open Competition--Sealed Bid. Enter code A if 
the action resulted from an award pursuant to FAR 6.102(a).
    (2) Code B--Full and Open Competition--Competitive Proposal. Enter 
code B if the action resulted from an award pursuant to FAR 6.102(b).
    (3) Code C--Full and Open Competition--Combination. Enter code C if 
the action resulted from an award using a combination of competitive 
procedures (e.g., two-step sealed bidding) pursuant to FAR 6.102(c).
    (4) Code D--Architect-Engineer. Enter code D if the action resulted 
from selection of sources for architect-engineer contracts pursuant to 
FAR 6.102(d)(1).
    (5) Code E--Basic Research. Enter code E if the action resulted 
from competitive selection of basic research proposals pursuant to FAR 
6.102(d)(2).
    (6) Code F--Multiple Award Schedule. Enter code F if the action is 
an award of a multiple award schedule pursuant to FAR 6.102(d)(3) or an 
order against such a schedule.
    (7) Code G--Alternative Sources. Enter code G if the action 
resulted from use of competitive procedures but excluded a particular 
source pursuant to FAR 6.202(a).
    (8) Code K--Set Aside. Enter code K if the action resulted from 
any--
    (i) Set-aside for small business concerns (see FAR 6.203) including 


[[Page 61608]]
small business innovation research (SBIR) actions and awards to 
qualified nonprofit agencies employing people who are blind or severely 
disabled which were participating in a set-aside for small business 
concerns (see FAR 19.501(h)).
    (ii) Set-aside for small disadvantaged business concerns (see 
206.203).
    (iii) Total or partial set-asides (including portions of broad 
agency announcements (BAAs)) for historically black colleges and 
universities or minority institutions (see 206.203 and 235.016).
    (iv) Competition among section 8(a) firms under FAR 19.805 (report 
noncompetitive 8(a) awards as code N).
    (9) Code M--Otherwise Authorized by Statute. Enter code M if using 
contracting procedures that are expressly authorized by statute and not 
addressed in FAR 6.302-5 (see FAR 6.001(b)). Do not use code M for 
statutes addressed in FAR 6.302-5; instead use code N and enter code 5A 
in Block C9.
    (10) Code N--Other Than Full and Open Competition. Enter code N if 
the action resulted from use of other than full and open competition 
pursuant to FAR subpart 6.3. This includes awards to qualified 
nonprofit agencies employing people who are blind or severely disabled 
(see FAR subpart 8.7) or noncompetitive awards to the Small Business 
Administration under Section 8(a) of the Small Business Act (see FAR 
6.302-5(b)).
    (ix) BLOCK C9, AUTHORITY FOR OTHER THAN FULL AND OPEN COMPETITION.
    (A) Leave Block C9 blank if the original contract resulted from a 
solicitation issued before April 1, 1985 (i.e., before the effective 
date of the Competition in Contracting Act).
    (B) Enter one of the following codes if Block C8 is coded ``N.'' 
Otherwise, leave Block C9 blank.
    (1) Code 1A--Unique Source. Enter code 1A if the action was 
justified pursuant to FAR 6.302-1(b)(1).
    (2) Code 1B--Follow-on Contract. Enter code 1B if the action was 
justified pursuant to FAR 6.302-1(a)(2) (ii) or (iii).
    (3) Code 1C--Unsolicited Research Prop. Enter code 1C if the action 
was justified pursuant to FAR 6.302-1(a)(2)(i).
    (4) Code 1D--Patent/Data Rights. Enter code 1D if action was 
justified pursuant to FAR 6.302-1(b)(2).
    (5) Code 1E--Utilities. Enter code 1E if action was justified 
pursuant to FAR 6.302-1(b)(3).
    (6) Code 1F--Standardization. Enter code 1F if action was justified 
pursuant to FAR 6.302-1(b)(4).
    (7) Code 1G--Only One Source--Other. Enter code 1G if the action 
was justified pursuant to FAR 6.302-1 in a situation other than the 
examples cited in code 1A through 1F.
    (8) Code 2A--Urgency. Enter code 2A if action was justified 
pursuant to FAR 6.302-2.
    (9) Code 3A--Particular Sources. Enter code 3A if action was 
justified pursuant to FAR 6.302-3(a)(2)(i).
    (10) Code 4A--International Agreement. Enter code 4A if action was 
justified pursuant to FAR 6.302-4.
    (11) Code 5A--Authorized by Statute. Enter code 5A if action was 
justified pursuant to FAR 6.302-5(a)(2)(i).
    (12) Code 5B--Authorized Resale. Enter code 5B if action was 
justified pursuant to FAR 6.302-5(a)(2)(ii).
    (13) Code 6A--National Security. Enter code 6A if action was 
justified pursuant to FAR 6.302-6.
    (14) Code 7A--Public Interest. Enter code 7A if action was taken 
pursuant to FAR 6.302-7.
    (x) BLOCK C10, SUBJECT TO LABOR STANDARDS STATUTES.
    Enter one of the following codes. As an exception to the chart in 
paragraph (c)(3) of this subsection, when Block B13 is coded 6, leave 
Block C10 blank.
    (A) Code A--Walsh-Healey Act. Enter code A when the contracting 
action is subject to the provisions of FAR subpart 22.6.
    (B) Code C--Service Contract Act. Enter code C when the contracting 
action is subject to the provisions of the Service Contract Act (see 
FAR part 37).
    (C) Code D--Davis-Bacon Act. Enter code D when the contracting 
action is subject to the Davis-Bacon Act (see FAR 22.403-1).
    (D) Code Z--Not Subject to Above. Enter code Z when the contracting 
action is not subject to any of the statutory requirements in 
paragraphs (A) through (C).
    (xi) BLOCK C11, CERTIFIED COST OF PRICING DATA.
    Enter one of the three codes. As an exception to the chart in 
paragraph (c)(3) of this subsection, when Block B13 is coded 6 or 7, 
leave Block C11 blank.
    (A) Code Y--Yes--Obtained. Enter code Y when certified cost or 
pricing data were obtained for the contracting action (see FAR 15.804-
2).
    (B) Code N--No--Not Obtained. Enter code N when certified cost or 
pricing data were not obtained because data were not required (see FAR 
15.804-2) or an exemption was granted (see FAR 15.804-3(a)-(g)).
    (C) Code W--Not Obtained--Waived. Enter code W when certified cost 
or pricing data were not obtained because the requirement was waived 
(See FAR 15.804-3(i) and DFARS 215.804-3(i)).
    (xii) BLOCK C12, CONTRACT FINANCING.
    Enter one of the five codes identifying whether or not progress 
payments (PP) or advance payments (AP) were used. As an exception to 
the chart in paragraph (c)(3) of this subsection, when Block B13 is 
coded 7, enter the code for the action being reported.
    (A) Code A--FAR Clause 52.232-16. Enter code A if the contracting 
action contains the clause at FAR 52.232-16, Progress Payments.
    (B) Code B-DFARS Clause 252.232-7003. Enter code B if the 
contracting action contains the clause at 252.232-7003, Flexible 
Progress Payments.
    (C) Code C--Percentage of Completion PP. Enter code C if the 
contracting action provides for progress payments based on percentage 
or stage of completion, which is only permitted on contracts for 
construction, for shipbuilding, or for ship conversion, alteration, or 
repair (see 232.102(e)(2)).
    (D) Code D--Unusual PP or AP. Enter code D if the action provides 
unusual progress payments or advance payments (see FAR Subpart 32.4 and 
32.501-2).
    (E) Code Z--None of the Above. Enter code Z if codes A through D do 
not apply.
    (xiii) BLOCK C13, FOREIGN TRADE DATA.
    (A) The term ``United States'' (U.S.), as used in Block C13 
excludes the Trust Territory of Palau (see 204.670-1 for definition of 
United States and outlying areas).
    (B) As an exception to the chart in paragraph (c)(3) of this 
subsection

------------------------------------------------------------------------
           If block B13 is coded                        Then            
------------------------------------------------------------------------
6.........................................  Enter the code for the      
                                             action being reported but  
                                             leave Block C13C blank     
7.........................................  Enter the code for the      
                                             original contract, but     
                                             leave Block C13C blank.    
------------------------------------------------------------------------

    (C) BLOCK C13A, NUMBER OF OFFERORS.
    Enter the number of offers of foreign end products as defined in 
FAR Part 25 or services performed by foreign concerns. If zero, enter 
0; if 9 or greater than 9, enter 9.
    (D) BLOCK C13B, BUY AMERICAN ACT PERCENT DIFFERENCE.
    (1) If the contracting action is with a firm offering a domestic 
end product, and award to the firm resulted from use of the evaluation 
factor under the Buy American Act (225.105-70), enter the percent 
difference between the award 

[[Page 61609]]
price and the lowest price for a foreign end product. Compute the 
percent as follows:

    The award price (AP) minus the lowest price for a foreign end 
product (LPFEP) divided by the lowest price for a foreign end 
product (LPFEP) times 100 equals the Buy American Act percent 
difference (BAAPD); or expressed mathematically:
[GRAPHIC][TIFF OMITTED]TR30NO95.000

    (2) Enter the percentage as a two position whole number (e.g., for 
5%, enter 05; for 11%, enter 11).
    (3) Enter two zeroes (00) if the evaluation factor was not used.
    (E) BLOCK C13C, PLACE OF MANUFACTURE.
    Complete Block C13C only if the contracting action is for a foreign 
end product or a service provided by a foreign concern. Otherwise, 
leave Block C13C blank.
    (1) Code A--U.S. Enter code A if the contracting action is for--
    (i) A foreign end product that is manufactured in the United States 
but still determined to be foreign because 50 percent or more of the 
cost of its components is not mined, produced, or manufactured inside 
the United States or inside qualifying countries; or
    (ii) Services performed in the United States by a foreign concern.
    (2) Code B--Foreign. Enter code B if the contracting action is 
for--
    (i) Any other foreign end product; or
    (ii) Services performed outside the United States by a foreign 
concern.
    (F) BLOCK C13D, COUNTRY OF ORIGIN CODE.
    (1) Complete Block C13D only if Block C13C is coded A or B. 
Otherwise, leave Block C13D blank.
    (2) Enter the code for FIPS PUB 10-3 (Countries, Dependencies, 
Areas of Special Sovereignty, and Their Principal Administrative 
Divisions) that identifies the country where the foreign product is 
coming from or the foreign company providing the services is located. 
If more than one foreign country is involved, enter the code of the 
foreign country with the largest dollar value.
    (d) Part D of the DD Form 350.
    (1) Part D gathers data on the various socioeconomic programs that 
apply to defense acquisitions.
    (2) Do NOT complete Part D if the contracting action is a:
    (i) Foreign military sale, i.e., Block B9 (Foreign Military Sale) 
is coded Y (Yes);
    (ii) Order/modification under a Federal supply schedule, i.e., Item 
B13 (Kind of Contracting Action) is coded 6 (Order/Modification Under 
Federal Supply Schedule); or
    (iii) Action with another Federal agency, i.e., Item B13 (Kind of 
Contracting Action) is coded 8 (Action With Another Federal Agency).
    (3) Determine the status of the concern (e.g., size and ownership), 
by referring to FAR part 19/DFARS part 219.
    (4) In completing Part D, the codes to be used describe either the 
contracting action being reported or the original contract depending on 
the codes reported in B13 (Kind of Contracting Action). The following 
chart provides overall instructions. There are some exceptions for 
various Part D Blocks. The exceptions are listed at the beginning of 
the instructions for the individual blocks.

------------------------------------------------------------------------
                 If block B13 is                                        
-------------------------------------------------  Then use the block D 
          Code                     Title                  for the       
------------------------------------------------------------------------
1.......................  Initial Letter          Action being reported.
                           Contract.                                    
2.......................  Definitive Contract     Action being reported.
                           Superseding Letter                           
                           Contract.                                    
3.......................  Definitive Contract...  Action being reported.
4.......................  Order Under DoD         Action being reported.
                           Agreement.                                   
5.......................  Order Under DoD         Original contract.\1\ 
                           Contract.                                    
6.......................  Order/Modification      Leave all of Part D   
                           Under Federal Supply    blank.               
                           Schedule.                                    
7.......................  Order Under Another     Original contract     
                           Agency's Contract.      (obtain from other   
                                                   agency, but see      
                                                   Blocks D2, D3, D4,   
                                                   D7, and D9).\1\      
8.......................  Action With Another     Leave all of Part D   
                           Federal Agency.         blank.               
9.......................  Purchase/Modification   Action being reported.
                           Using Simplified                             
                           Acquisition                                  
                           Procedures.                                  
A.......................  Additional Work (new    Action being reported.
                           agreement).                                  
B.......................  Additional Work         Original contract (but
                           (other).                see Block D9).\1\    
C.......................  Funding Action........  Original contract (but
                                                   see Block D).\1\     
D.......................  Change Order..........  Original contract (but
                                                   see Block D9).\1\    
E.......................  Termination for         Original contract (but
                           Default.                see Block D9).\1\    
F.......................  Termination for         Original contract (but
                           Convenience.            see Block D9).\1\    
G.......................  Cancellation..........  Original contract (but
                                                   see Block D9).\1\    
------------------------------------------------------------------------
\1\ If there are no codes for the original contract because a DD Form   
  350 was not required at the time, the original action is no longer    
  available, the definition of the original code has changed, or a data 
  element has been added to the system after the original contract      
  report, then use codes that best describe the original contracting    
  action.                                                               

    (5) Complete Part D blocks as follows--
    (i) BLOCK D1, TYPE OF BUSINESS.
    Enter one of the ten codes.
    (A) Code A--Small Disadvantaged Business Performing in U.S. Enter 
code A if the contractor is an SDB concern as defined in 219.001 and 
the place of performance is within the United States and outlying 
areas.
    (B) Code B--Other Small Business Performing in U.S. Enter code B if 
the contractor is a small business concern as defined in FAR 19.001, 
other than a small disadvantaged business concern, and the place of 
performance is within the United States and outlying areas.
    (C) Code C--Large Business Performing in U.S. Enter code C if the 
contractor is a domestic large business concern, and the place of 
performance is within the United States and outlying areas.
    (D) Code D--Nonprofit Agency Employing People Who Are Blind or 
Severely Disabled. Enter code D if the contractor is a qualified 
nonprofit agency employing people who are blind or severely disabled 
(FAR 8.701), and the place of performance is within the United States 
and outlying areas.
    (E) Code F--Hospital. Enter code F if the contractor is a hospital, 
and the place of performance is within the United States and outlying 
areas.
    (F) Code L--Foreign Concern/Entity. Enter code L if the contractor 
is a foreign concern, the Canadian Commercial Corporation, or a non-
U.S. chartered nonprofit institution.
    (G) Code M--Domestic Firm Performing Outside U.S. Enter code M if 
the contractor is a domestic concern or 

[[Page 61610]]
a domestic nonprofit institution and the place of performance is 
outside the United States and outlying areas.
    (H) Code N--Historically Black Colleges and Universities or 
Minority Institutions (HBCU/MI). Enter code N if the contractor is an 
HBCU/MI as defined at 252.226-7000 and the place of performance is 
within the United States and outlying areas.
    (I) Code P--Other Educational. Enter code P if the contractor is an 
educational institution which does not qualify as an HBCU/MI, and the 
place of performance is within the United States and outlying areas.
    (J) Code Z--Other Nonprofit. Enter code Z if the contractor is a 
nonprofit institution (defined in FAR 31.701) which does not meet any 
of the criteria in codes A through I and the place of performance is in 
the United States and outlying areas.
    (ii) BLOCK D2, REASON NOT AWARDED TO SMALL DISADVANTAGED BUSINESS 
(SDB).
    Enter one of the five codes when Block D1 is coded B or C. 
Otherwise leave D2 blank. As an exception to the chart in paragraph 
(d)(4) of this subsection, when Block B13 is coded 7, enter code Z in 
Block D2.
    (A) Code A--No Known SDB Source. Enter code A when applicable.
    (B) Code B--SDB Not Solicited. Enter code B when there was a known 
SDB source but it was not solicited.
    (C) Code C--SDB Solicited No Offer. Enter code C when an SDB was 
solicited but it did not submit an offer or its offer was not 
sufficient to cover the total quantity requirement so it received a 
separate award for the quantity offered.
    (D) Code D--SDB Solicited Offer Not Low. Enter code D when an SDB 
offer was not the low offer or an SDB was not willing to accept award 
of a partial small business set-aside portion of an action at the price 
offered.
    (E) Code Z--Other Reason. Enter code Z when an SDB did not receive 
the award for any other reason.
    (iii) BLOCK D3, REASON NOT AWARDED TO SMALL BUSINESS (SB).
    Enter one of the five codes when Block D1 is coded C. Otherwise 
leave D3 blank. (The term ``Small Business'' includes small 
disadvantaged businesses.) As an exception to the chart in paragraph 
(d)(4) of this subsection, when Block B13 is coded 7, enter code Z in 
Block D3.
    (A) Code A--No Known SB Source. Enter code A when applicable.
    (B) Code B--SB Not Solicited. Enter code B when there was a known 
small business source but it was not solicited.
    (C) Code SB Solicited No Offer. Enter code C when a small business 
concern was solicited but it did not submit an offer or its offer was 
not sufficient to cover the total quantity requirement so it received a 
separate award for the quantity offered.
    (D) Code D--SB Solicited Offer Not Low. Enter code D when a small 
business offer was not the low or most advantageous offer or a small 
business concern was not wiling to accept award of a set-aside portion 
of an action at the price offered by the Government.
    (E) Code Z--Other Reason. Enter code Z when a small business did 
not receive the award for any other reason.
    (iv) BLOCK D4, PREFERENCE PROGRAM.
    As an exception to the chart in paragraph (d)(4) of this 
subsection, when Block B13 is coded 7, enter the code describing the 
action being reported for Block D4C; and leave Block D4E blank.
    (A) BLOCK D4A, TYPE OF SB SET-ASIDE.
    Enter one of the six available codes.
    (1) Code A--None. Enter code A if there was no small business set-
aside (FAR 19.502). Note that set-asides for historically black 
colleges and universities and minority institutions (HBCUs/MIs) are not 
small business set-asides. Use code A for HBCU/MI set-asides and 
complete Block D4C.
    (2) Code B--Total SB Set-Aside. Enter code B if the action was a 
total set-aside for small business (FAR 19.502-2), including actions 
reserved exclusively for small business concerns pursuant to FAR 
13.105, or if the action resulted from the Small Business Innovation 
Research Program.
    (3) Code C--Partial SB Set-Aside. Enter code C if the action was a 
partial set-aside for small business (219.502-3).
    (4) Code D--Reserved.
    (5) Code E--Total SDB Set-Aside. Enter code E if the action was a 
total set-aside for small disadvantaged businesses (219.502-2-70).
    (6) Code Y--Small Emerging Business Set-Aside. Enter code Y if the 
action is an emerging small business set-aside within a designated 
industry group under the Small Business Competitiveness Demonstration 
Program (see FAR subparts 19.10 and 204.670-9).
    (7) Code Z--Small Business Set-Aside Using Simplified Acquisition 
Procedures. Enter code Z if the action is reserved exclusively for 
small business concerns pursuant to FAR 13.105 and is in a designated 
industry group under the Small Business Competitiveness Demonstration 
Program (204.670-9).
    (B) BLOCK D4B, TYPE OF SDB SET-ASIDE/SDB PREFERENCE.
    Enter one of the five codes, even if Block D4A is coded E.
    (1) Code A--None. Enter code A if no SDB preference was given or 
award was not to an SDB.
    (2) Code B--Section 8(a). Enter code B if the contract was awarded 
to the Small Business Administration (SBA) under Section 8(a) of the 
Small Business Act (FAR 19.8).
    (3) Code C--Total SDB Set-Aside. Enter code C if the action was an 
SDB set-aside (219.502-2-70) and award was to an SDB.
    (4) Code D--SDB Evaluation Preference--Unrestricted. Enter code D 
if the action was unrestricted but an SDB received an award as a result 
of an evaluation preference (219.70).
    (5) Code E--SDB Preferential Consideration--Partial SB Set-Aside. 
Enter code E if the action was a partial set-aside for small business 
and preferential consideration resulted in an award to an SDB (219.502-
3).
    (C) BLOCK D4C, HBCU/MI SET-ASIDE.
    Enter one of the three codes.
    (1) Code A--None. Enter code A if the action was not set-aside for 
HBCUs or MIs.
    (2) Code B--HBCU or MI--Total Set-Aside. Enter code B if the action 
was a total set-aside for HBCUs and MIs (226.7003).
    Code C--HBCU or MI--Partial Set-Aside. Enter code C if the action 
was a partial set-aside for HBCUs or MIs under a broad agency 
announcement (235.016).
    (D) BLOCK D4D, OTHER PREFERENCE PROGRAM.
    Enter either code A or B.
    (1) Code A--None. Enter code A if no other preference program 
applied.
    (2) Code B--Directed to NIB/NISH. Enter code B for an action with a 
qualified nonprofit agency employing people who are blind or severely 
disabled for an item on the Procurement List which was awarded under 
FAR subpart 8.7.
    (E) BLOCK D4E, PREMIUM PERCENT.
    (1) Complete Block D4E if Block D4B is coded C, D, or E, or Block 
D4C is coded B or C.
    (2) Calculate the premium percentage per 219.202-5 and enter it as 
a three-digit number rounded to the nearest tenth, e.g., enter 7.55% as 
076. If no premium was paid, enter three zeros (000).
    (3) Otherwise leave blank.
    (v) BLOCK D5, ETHNIC GROUP.
    (A) Complete Block D5 if the action is with an SDB. Otherwise leave 
it blank.
    (B) Enter the code from the following list which corresponds to the 
ethnic 

[[Page 61611]]
group marked by the contractor in the solicitation provision at 
252.219-7000 (Small Disadvantaged Business Concern Representation (DoD 
Contracts)).
    (1) Code A--Asian-Indian American.
    (2) Code B--Asian-Pacific American.
    (3) Code C--Black American.
    (4) Code D--Hispanic American.
    (5) Code E--Native American.
    (6) Code F--Other SDB certified/determined by SBA.
    (7) Code Z--No representation.
    (vi) BLOCK D6, WOMEN-OWNED BUSINESS.
    Enter one of the following codes.
    (A) Code Y--Yes. Enter code Y if the response to FAR 52.204-5 or 
52.212-3(c) (Women-Owned Business Representation) indicates that it is 
a women-owned business.
    (B) Code N--No. Enter code N if the contractor's response to FAR 
52.204-5 or 52.212-3(c) indicates that it is not a women-owned 
business.
    (C) Code U--Uncertified. Enter code U if the information is not 
available because the contractor did not complete the representation 
under FAR 52.204-5 or 52.212-3(c).
    (vii) BLOCK D7, SMALL BUSINESS INNOVATION RESEARCH (SBIR) PROGRAM.
    Enter one of the three codes. As an exception to the chart in 
paragraph (d)(4) of this subsection, when Block B13 is coded 7, leave 
Block D7 blank.
    (A) Code A--Not a SBIR Phase I-II. Enter code A if the action is 
not in support of a Phase I or II SBIR Program.
    (B) Code B--SBIR Program Phase I Action. Enter code B if the action 
is related to a Phase I contract in support of the SBIR Program.
    (C) Code C--SBIR Program Phase II Action. Enter code C if the 
action is related to a Phase II contract in support of the SBIR 
Program.
    (viii) BLOCK D8, SUBCONTRACTING PLAN-SB, SDB, OR HBCU/MI.
    Enter one of the four codes.
    (A) Code A--Plan Not Included. No Subcontracting Possibilities. 
Enter code A if a subcontracting plan was not included in the contract 
because subcontracting possibilities do not exist (FAR 19.705-2(c)).
    (B) Code B--Plan Not Required. Enter code B if no subcontracting 
plan was required (because the action did not meet the dollar 
thresholds in FAR 19.702(b)).
    (C) Code C--Plan Required, Incentive Not Included. Enter code C if 
the action includes a subcontracting plan, but does not include 
additional incentives (FAR 19.708(c)).
    (D) Code D--Plan Required, Incentive Included. Enter code D if the 
action includes a subcontracting plan and also includes additional 
incentives (FAR 19.708(c), 219.708(c)).
    (ix) BLOCK D9, DEMONSTRATION TEST PROGRAM.
    Enter one of the two codes. As exceptions to the chart in paragraph 
(d)(4) of this subsection, when Block B13 is coded 5, B, C, D, E, F, or 
G and the original action was awarded before the program began, enter 
code N in Block D9. When Block B13 is coded 7, enter code N in Block 
D9.
    (A) Code Y--Yes. Enter code Y if this is an action with a U.S. 
business concern, in either the four designated industry groups or the 
ten targeted industry categories under the Small Business 
Competitiveness Demonstration Program (FAR 19.10 and 219.10), where the 
principal place of performance is in the United States or outlying 
areas.
    (B) Code N--No. Enter code N if code Y does not apply.
    (x) BLOCK D10, SIZE OF SMALL BUSINESS.
    (A) Complete Block D10 only when Block D9 is coded ``Y'' and the 
contractor is a small business (Block D1 is coded A or B). Otherwise, 
leave Block D10 blank.
    (B) Enter one of fourteen codes of the size of the business as 
represented by the contractor in the solicitation provision at FAR 
52.219-19, Small Business Concern Representation for the Small Business 
Competiveness Demonstration Program.
    (xi) BLOCK D11, EMERGING SMALL BUSINESS.
    (A) Complete this block only if Block D9 is coded ``Y'' and the 
contracting action is in one of the four designated industry groups, 
not one of the targeted industry categories. Otherwise, leave Block D11 
blank.
    (B) Enter one of the two codes.
    (1) Code Y--Yes. Enter code Y if the contractor represents in the 
provision at FAR 52.219-19, Small Business Concern Representation for 
the Small Business Competitiveness Demonstration Program, that is an 
emerging small business concern.
    (2) Code N--No. Enter code N if code Y does not apply.
    (e) Part E of the DD Form 350.
    Part E gathers data on specialized items that may not become 
permanent reporting elements.
    (1) BLOCK E1, CONTRACTED ADVISORY AND ASSISTANCE SERVICES.
    Enter one of the two codes.
    (i) Code Y--Yes. Enter code Y if the action includes any contracted 
advisory and assistance services (CAAS) as defined in FAR 37.2.
    (ii) Code N--No. Enter code N if code Y does not apply.
    (2) BLOCK E2, SET-ASIDE VALUE.
    (i) Complete Block E2 only if the contracting action is with a 
qualified nonprofit agency employing people who are blind or severely 
disabled and was awarded as a result of the agency's participation in a 
total of partial small business set-aside (FAR 19.501(h)). Otherwise, 
leave Block E2 blank.
    (ii) Enter the dollar amount (i.e., contract face value) of the 
set-aside portion of the award. Use whole dollars.
    (3) BLOCK E3, NEXT LOW OFFER.
    (i) Complete Block E3 only if Block E2 is completed. Otherwise, 
leave Block E3 blank.
    (ii) Enter the offered price from the small business firm that 
would have been the low offeror if qualified nonprofit agencies 
employing people who are blind or severely disabled had not 
participated in the acquisition. Enter the amount in whole dollars.
    (4) BLOCK E4, SPECIFIC NUMBER OF OFFERS RECEIVED.
    Enter the specific number of offers received (maximum 999) if Block 
C7 is coded 2. Otherwise, leave Block E4 blank.
    (5) BLOCK E5, TASK/DELIVERY ORDER.
    (i) Enter one of the following codes.
    (A) Code T--Task Order. Enter code T if the contracting action is a 
task order as defined in FAR 16.501-1.
    (B) Code D--Delivery Order. Enter code D if the contracting action 
is a delivery order as defined in FAR 16.501-1.
    (C) Code N--Not Applicable. Enter code N if the contracting action 
is neither a task nor a delivery order.
    (6) BLOCK E6, TYPE OF INDEFINITE DELIVERY CONTRACT AWARD.
    When Block E5 is coded T or D, enter one of the following codes.
    (i) Code M--Multiple Award. Enter code M if the contracting action 
is a task or delivery order under a multiple award indefinite delivery 
contract.
    (ii) Code S--Single Award. Enter code S if the contracting action 
is a task or delivery order under a single award indefinite delivery 
contract.
    (7) BLOCK E7, COMMERCIAL ITEMS.
    Enter one of the following codes.
    (i) Code Y--Yes. Enter code Y if the contract contains the clause 
at FAR 52.212-4, Contract Terms and Conditions--Commercial Items.
    (ii) Code N--No. Enter code N if code Y does not apply.
    (f) Part F of the DD Form 350.
    Part F identifies the reporting official.
    (1) BLOCK F1, NAME OF CONTRACTING OFFICER OR REPRESENTATIVE.
    Enter the name (Last, First, Middle Initial) of the contracting 
officer of representative.

[[Page 61612]]

    (2) BLOCK F2, SIGNATURE.
    The person identified in Block F1 must sign.
    (3) BLOCK F3, TELEPHONE NUMBER.
    Enter the telephone number (with area code) for the individual in 
Block F1. Installations with Defense Switched Network (DSN) must enter 
the DSN number.
    4. BLOCK F4, DATE.
    Enter date (YYMMDD) that the DD Form 350 Report is submitted. Use 
two digits for each segment; use 01 through 12 for January through 
December. For example, enter January 2, 1999 as 990102.
    (g) Special Instructions for DD Forms 350 on Actions of $25,000 or 
Less Under the Small Business Competitiveness Demonstration Program.
    (1) Policy on when a DD Form 350 is required on actions of $25,000 
or less under the Small Business Competitiveness Demonstration Program 
is in 204.670-9.
    (2) In general, complete these DD Forms 350 using the ``regular'' 
instructions in paragraphs (a) through (f) of this subsection. However, 
there are special instructions for certain blocks. The following matrix 
tells which apply.

------------------------------------------------------------------------
                        Regular                            Special      
   DD350 block        instructions     Leave blank       instructions   
------------------------------------------------------------------------
PART A             X                  .............  ...................
B1                 X                  .............  ...................
B2                 X                  .............  ...................
B3                 X                  .............  ...................
B4                 .................  X              ...................
B5A                X                  .............  ...................
B5B                .................  X              ...................
B5C                X                  .............  ...................
B5D                X                  .............  ...................
B5E                .................  X              ...................
B5F                .................  X              ...................
B5G                .................  X              ...................
B6                 X                  .............  ...................
B6A                X                  .............  ...................
B6B                X                  .............  ...................
B6C                X                  .............  ...................
B7                 X                  .............  ...................
B8                 X                  .............  ...................
B9                 X                  .............  ...................
B10                .................  X              ...................
B11                .................  X              ...................
B12A               X                  .............  ...................
B12B               .................  X              ...................
B12C               .................  X              ...................
B12D               X                  .............  ...................
B12E               X                  .............  ...................
B13                X                  .............  Use Code 9 if      
                                                      simplified        
                                                      acquisition       
                                                      procedures were   
                                                      used.             
C1                 X                  .............  ...................
C2                 X                  .............  ...................
C3                 X                  .............  ...................
C4                 .................  X              ...................
C5                 X                  .............  ...................
C6                 .................  X              ...................
C7                 X                  .............  ...................
C8                 X                  .............  Leave blank if     
                                                      simplified        
                                                      acquisition       
                                                      procedures were   
                                                      used.             
C9                 X                  .............  Leave blank if     
                                                      simplified        
                                                      acquisition       
                                                      procedures were   
                                                      used.             
C10                X                  .............  ...................
C11                .................  X              ...................
C12                .................  X              ...................
C13A               X                  .............  ...................
C13B               X                  .............  ...................
C13C               X                  .............  ...................
C13D               X                  .............  ...................
D1                 X                  .............  ...................
D2                 .................  X              ...................
D3                 .................  X              ...................
D4A                X                  .............  If simplified      
                                                      acquisition       
                                                      procedures were   
                                                      used, use only    
                                                      codes Y or Z.     
D4B                X                  .............  ...................
D4C                X                  .............  ...................
D4D                X                  .............  ...................
D4E                .................  X              ...................
D5                 .................  X              ...................
D6                 X                  .............  ...................
D7                 .................  X              ...................
D8                 .................  X              ...................
D9                 X                  .............  ...................
D10                X                  .............  ...................
D11                X                  .............  ...................
E1                 .................  X              ...................
E2                 .................  X              ...................
E3                 .................  X              ...................
E4-8               X                  .............  ...................
PART F             X                  .............  ...................
------------------------------------------------------------------------

    154. Section 253.204-71 is revised to read as follows:


253.204-71  DD Form 1057, Monthly Contracting Summary of Actions 
$25,000 or Less.

    (a) Scope of subsection.
    Policy on use of a DD Form 1057 is in 204.670. This subsection 
253.204-71 contains instructions on completion of the DD Form 1057.
    (1) Report actions in the month they are awarded, issued, executed, 
or placed, except--
    (i) When the price of an order or call cannot be determined when it 
is placed, count the action and its dollars when it is paid.
    (ii) Count the following actions when the voucher is paid (count 
each voucher as one action)--
    (A) Meals and lodging.
    (B) Automatic deliveries, e.g., bread, milk, and ice cream.
    (iii) The Navy Facilities Engineering Command shall use 
departmental procedures to report vouchers it processes on Naval shore 
establishment contracts for electricity and gas.
    (2) Enter all dollar amounts in whole dollars only. Do not enter 
cents. If the net amount is a decrease, enter a minus sign (-) 
immediately preceding the amount to indicate a credit entry. Do not 
enter parentheses.
    (3) Include actions over $25,000 but not in excess of $200,000 in 
support of a contingency on the DD Form 1057, as follows--
    (i) Section A, complete fully.
    (ii) Section B, complete only lines 5, 5a, 7, and 7a.
    (iii) Section C, complete only lines 1 and 1c, 2 and 2c, or 3 and 
3c, as applicable.
    (iv) Sections D, E, and F, leave blank.
    (v) Section G, complete fully.
    (b) Definitions.
    For purposes of this subsection--
    Delivery Orders--GSA Federal Supply Schedules means only orders, 
and modifications of such orders, under Federal supply schedules 
awarded by GSA.
    Delivery Orders--Other Federal Supply Schedules means only orders, 
and modifications of such orders, under Federal supply schedules 
awarded by an agency other than GSA, e.g., awarded by VA or OPM.
    Delivery Orders--All Others means orders, and modifications of such 
orders, under basic ordering agreements (BOAs) or indefinite delivery 
contracts.
    Other Contracting Actions means all actions that do not meet the 
definitions in this paragraph (b) of a delivery order.
    Simplified Acquisition Procedures is defined in FAR part 13. It 
includes purchase orders and orders under blanket purchase agreements 
(BPAs) and modifications to awards made using simplified acquisition 
procedures.
    (c) Section A, General Information.
    (1) BLOCK A1, REPORT FOR MONTH ENDING.
    Enter the last day of the month in which the report is submitted. 
Enter it as year, month, and day, using a two-digit number for each 
segment and 01 through 12 for January through December. For example, 
for the month ending April 30, 1999, enter 990430.
    (2) BLOCK A2, CONTRACTING OFFICE.
    Enter sufficient detail to establish the identity of the 
contracting office submitting the report in Blocks 2a and b.
    (3) BLOCK A3, REPORTING OFFICE CODE.

[[Page 61613]]

    Enter the code assigned to the contracting office by the 
departmental data collection point in 204.670-8.
    (d) Section B, Contracting Actions.
    (1) BLOCK B1, TARIFF OR REGULATED ACQUISITIONS.
    Enter the number and dollar value of contracting actions (including 
modifications that will also be reported in Block B8) with tariff or 
regulated industries (industries with sole source and service rates 
which are fixed or adjusted by a Federal, State, or other public 
regulatory body).
    (2) BLOCK B2, FOREIGN/INTERAGENCY.
    (i) Enter the total number and dollar value of contracting actions 
(including modifications that will also be reported in Block B8)--
    (A) For foreign military sales (FMS) or other arrangement where the 
foreign government or international organization is paying all or part 
of the cost of the action.
    (B) Placed directly with foreign governments under the terms of an 
international agreement, e.g., base maintenance performed with the 
foreign government acting as the contractor (any other actions directly 
with foreign governments go in Block B5).
    (C) With another Federal agency or Government corporation, e.g., 
Federal Prison Industries.
    (ii) Enter the subtotals in Blocks B2a and b for the number and 
dollar value of contracting actions, including modifications that will 
also be reported in Block B8 for--
    (A) Block B2a, FMS/International Agreements. Enter subtotals for 
paragraphs (d)(2)(i)(A) and (B) of this subsection.
    (B) Block B2b, Action with Another Federal Agency. Enter subtotal 
for paragraph (d)(2)(i)(C) of this subsection.
    (3) BLOCK B3, SMALL BUSINESS.
    (i) Enter the total number and total dollar value of contracting 
actions (including modifications which will also be reported in Block 
B8) where the--
    (A) Contractor is a small business concern; and
    (B) Place of performance is in the United States and outlying areas 
(see 204.670-1).
    (ii) Enter the subtotals for the number and dollar value of 
contracting actions (including modifications that will also be reported 
in Block B8) for--
    (A) Block B3a, Simplified Acquisition Procedures.
    (B) Block B3b, Delivery Orders--GSA FSS.
    (C) Block B3c, Delivery Orders--Other FSS.
    (D) Block B3d, Delivery Orders--Other.
    (E) Block B3e, Other Contracting Actions.
    (4) BLOCK B4, LARGE BUSINESS.
    (i) Enter the total number and dollar value of contracting actions 
(including modifications which will also be reported in Block B8) where 
the--
    (A) Contractor is a large business concern; and
    (B) Place of performance is in the United States and outlying 
areas.
    (ii) Enter the subtotals for the number and dollar value of 
contracting actions (including modifications that will also be reported 
in Block B8) for--
    (A) Block B4a, Simplified Acquisition Procedures.
    (B) Block B4b, Delivery Orders--GSA FSS.
    (C) Block B4c, Delivery Orders--Other FSS.
    (D) Block B4d, Delivery Orders--Other.
    (E) Block B4e, Other Contracting Actions.
    (5) BLOCK B5, DOMESTIC OR FOREIGN ENTITIES PERFORMING OUTSIDE THE 
UNITED STATES.
    (i) Enter the total number and dollar value of contracting actions 
(including modifications that will also be reported in Block B8) where 
the place of performance is outside the United States and outlying 
areas (see 204.670-1(c)). This includes actions placed directly with a 
foreign government that are not under international agreements (see 
paragraph (d)(2)(i)(B) of this subsection). It does not matter whether 
the contractor is domestic or foreign.
    (ii) Enter the subtotals for the number and dollar value of actions 
(including modifications that will also be reported in Block B8) for--
    (A) Block B5a, Simplified Acquisition Procedures.
    (B) Block B5b, Delivery Orders--GSA FSS.
    (C) Block B5c, Delivery Orders--Other FSS.
    (D) Block B5d, Delivery Orders--Other.
    (E) Block B5e, Other Contracting Actions.
    (6) BLOCK B6, EDUCATIONAL, NONPROFIT & OTHER.
    (i) Enter the total number and dollar value of contracting actions 
(including modifications that will also be reported in Block B8) with--
    (A) Educational institutions;
    (B) Not-for-profit and nonprofit institutions (defined in FAR 
31.107);
    (C) Qualified nonprofit agencies employing people who are blind or 
severely disabled; and
    (D) Any other entities not listed in Blocks B1 through B5.
    (ii) Enter the subtotals for the number and dollar value of 
contracting actions (including modifications that will also be reported 
in B) for--
    (A) Block B6a, Simplified Acquisition Procedures.
    (B) Block B6b, Delivery Orders--GSA FSS.
    (C) Block B6c, Delivery Orders--Other FSS.
    (D) Block B6d, Delivery Orders--Other.
    (E) Block B6e, Other Contracting Actions.
    Use this B6e to report actions with qualified nonprofit agencies 
employing people who are blind or severely disabled.
    (7) BLOCK B7, TOTAL CONTRACTING ACTIONS.
    (i) Add Blocks B1 through B6 and enter the totals in Block B7.
    (ii) If directed by data collection point procedures, also enter 
the subtotals for the number and dollar value of contracting actions 
for--
    (A) Block B7a, Simplified Acquisition Procedures, sum of sub-blocks 
3a+4a+5a+6a.
    (B) Block B7b, Delivery Orders--GSA FSS, sum of sub-blocks 
3b+4b+5b+6b.
    (C) Block B7c, Delivery Orders--Other FSS, sum of sub-blocks 
3c+4c+5c+6c.
    (D) Block B7d, Delivery Orders--Other, sum of sub-blocks 
3d+4d+5d+6d.
    (E) Block B7e, Other Contracting Actions, sum of sub-blocks 
3e+4e+5e+6e.
    (8) BLOCK B8, TOTAL MODIFICATIONS EXCLUDING SIMPLIFIED ACQUISITION 
PROCEDURES.
    Enter the total number of actions and dollar value of contracting 
actions which are modification actions. This includes modifications to 
delivery orders or other contracting actions which also may be counted 
in other blocks in section B.
    (e) Section C, Extent Competed.
    (1) BLOCK C1, COMPETED.
    (i) Enter the total number and dollar value of contracting actions 
which were competed.
    (A) Include in Block C1--
    (1) Actions not subject to Competition in Contract Act (CICA) (see 
FAR 6.001) where at least two quotations or offers were received;
    (2) Actions where competitive procedures were used to fulfill the 
requirement for full and open competition (FAR subpart 6.1);
    (3) Actions where full and open competition was provided for after 
exclusion of sources, in order to establish/maintain alternative 
sources or to set aside an acquisition exceeding the micro-purchase 
threshold for small business (FAR subpart 6.2);
    (4) Actions where statutory authorities for other than full and 
open 

[[Page 61614]]
competition (FAR subpart 6.3) were used and more than one offer was 
received, except as provided in paragraphs (B)(2) and (3).
    (5) Actions resulting from a contract awarded competitively before 
CICA (including two-step formal advertising);
    (6) Delivery orders/modifications under a Federal supply schedule; 
and
    (7) Section 8(a) awards competed under FAR 6.204.
    (B) Do not include--
    (1) Actions that meet the criteria for Section C, Block C2;
    (2) Actions awarded under the authority of FAR 6.302-5(b)(2) or 
(4), authorized or required by statute (report these in Section C, 
Block C2);
    (3) Actions reported in Section B, Blocks B1 and B2, including 
actions with the Federal Prison Industries. These actions are treated 
as not available for competition in published competition reports.
    (ii) Enter the subtotals for the number and dollar value of 
contracting actions for--
    (A) Block C1a, Small Business Concerns.
    (B) Block C1b, Large Business Concerns.
    (C) Block C1c, Domestic or Foreign Entities Performing Outside the 
United States and Outlying Areas.
    (D) Block C1d, Educational, Nonprofit & Other.
    (2) BLOCK C2, NOT AVAILABLE FOR COMPETITION.
    (i) Enter the total number and dollar value of contracting actions 
which were not available for competition.
    (A) Include in Block C2--
    (1) Actions for brand name commercial products for authorized 
resale;
    (2) Actions authorized or required by statute to be awarded to a 
specific source or through another agency in accordance with FAR 6.302-
5(b)(2) or (4); e.g., actions with qualified nonprofit agencies 
employing people who are blind or severely disabled and noncompetitive 
8(a) actions;
    (3) Actions (including modifications) at or below the micro-
purchase threshold at FAR 13.101;
    (4) Other contract actions where the Director of Defense 
Procurement has determined that there is no opportunity for 
competition.
    (B) Do not include any actions reported in Section B, Blocks B1 or 
B2 (e.g., actions with regulated monopolies, actions under foreign 
military sales or international agreements, and actions with another 
Federal agency or Government corporation). These actions are treated as 
not available for competition in published competition reports.
    (ii) Enter the subtotals for the number and dollar value of 
contracting actions for--
    (A) Block C2a, Small Business Concerns.
    (B) Block C2b, Large Business Concerns.
    (C) Block C2c, Domestic or Foreign Entities Performing Outside the 
United States.
    (D) Block C2d, Educational, Nonprofit and Other.
    (3) BLOCK C3, NOT COMPLETED.
    (i) Enter the total number and dollar value of contracting actions 
which were not competed, i.e., any actions not reported in Blocks B1 or 
B2. Do not include actions reported in Section B, Blocks B1 or B2. 
These actions are treated as not available for competition in published 
competition reports.
    (ii) Enter the subtotals for the number and dollar value of actions 
for--
    (A) Block C3a, Small Business Concerns.
    (B) Block C3b, Large Business Concerns.
    (C) Block C3c, Domestic or Foreign Entities Performing Outside the 
United States and Outlying Areas.
    (D) Block C3d, Educational, Nonprofit & Other.
    (f) Section D, Research, Development, Test, & Evaluation Actions.
    Do not include actions for supplies or services in support of RDT&E 
work that do not require the contractor to perform RDT&E.
    (f) BLOCK D1, SMALL BUSINESS.
    Enter the total number and dollar values of RDT&E actions with 
small business concerns.
    (2) BLOCK D2, LARGE BUSINESS.
    Enter the total number and dollar value of RDT&E actions with large 
business concerns.
    (3) BLOCK D3, DOMESTIC OR FOREIGN ENTITIES PERFORMING OUTSIDE THE 
UNITED STATES AND OUTLYING AREAS.
    Enter the total number and dollar value of RDT&E actions where the 
principal place of performance is outside the United States or outlying 
areas (see 204.670-1).
    (4) BLOCK D4, HISTORICALLY BLACK COLLEGES & UNIVERSITIES OR 
MINORITY INSTITUTIONS (HBCU/MI).
    Enter the total number and dollar value of RDT&E actions with HBCUs 
or MIs.
    (5) BLOCK D5, OTHER ENTITIES.
    Enter the total number and dollar value of RDT&E actions that were 
not reported in Blocks D1 through D4.
    (g) Section E, Selected Socioeconomic Statistics.
    (1) BLOCK E1, SMALL BUSINESS (SB) SET-ASIDE.
    (i) Enter the total number and dollar value of contracting actions 
which were small business set-aside actions pursuant to FAR 19.502, 
including awards to SDBs reported in Block E2d.
    (ii) If the action is an emerging small business set-aside (FAR 
19.1002), use Block E1b.
    (iii) Leave Block E1 a blank. Enter in Block E1b the number and 
total dollar value of actions for small business set-asides pursuant to 
FAR 19.502, including awards to SDBs reported in Block E2d.
    (2) BLOCK E2, SMALL DISADVANTAGED BUSINESS (SDB) ACTIONS.
    (i) Enter the total number and dollar value of actions which were 
small disadvantaged business actions.
    (ii) Enter the subtotals for the number and dollar value for--
    (A) Block E2a, Through SBA--Section 8(a).
    Enter actions with the Small Business Administration pursuant to 
Section 8(a) of the Small Business Act (FAR 19.8).
    (B) Block E2b, SDB Set-Aside/SDB Preference.
    Enter actions resulting from--
    (1) A set-aside for small disadvantaged business (SDB) (219.502-2-
70);
    (2) Application of an SDB evaluation preference (219.70); or
    (3) SDB preferential consideration (219.502-3).
    (C) Block E2c. Leave blank.
    (D) Block E2d, SB Set-Aside.
    Enter actions under FAR 19.502 where award is to an SDB, but a 
preference was not applied nor was preferential consideration given.
    (E) Block E2e, Other.
    Enter awards to SDB concerns where award is to an SDB not reported 
in Blocks E2a through E2d.
    (3) BLOCK E3, WOMEN-OWNED SMALL BUSINESS.
    Enter total number and dollar value of contracting actions with 
women-owned small businesses.
    (4) BLOCK E4, HBCU/MI.
    Enter the total number and dollar value of contracting actions with 
HBCU/MIs pursuant to Subpart 226.70.
    (5) BLOCK E5, NIB/NISH.
    Enter the total number and dollar value of contracting actions with 
qualified nonprofit agencies employing people who are blind or severely 
disabled for supplies or services from the Procurement List pursuant to 
FAR subpart 8.7.
    (h) Section F, Simplified Acquisition Procedures--Dollar Value 
Ranges.
    Enter in each of the dollar ranges the total number and dollar 
value of contracting actions which used 

[[Page 61615]]
simplified acquisition procedures (FAR part 13). The total of Section F 
is normally the sum of Blocks B3a, B4a, B5a, and B6a.
    (i) Section G, Remarks and Authentication.
    (1) Block G1, Remarks.
    Enter any remarks applicable to this report.
    (2) Block G2, Contracting Officer.
    (i) Block G2a, Typed Name.
    Enter the name (last, first, middle initial) of the contracting 
officer or representative.
    (ii) Block G2b, Signature.
    The person identified in Block G2a must sign.
    (iii) Block G2c, Telephone Number.
    Enter the telephone number (with area code) of the person 
identified in Block G2a. Installations with Defense Switched Network 
(DSN) must enter their DSN number.
    (3) Block G3, Date Report Submitted.
    Enter the date (YYMMDD) that the DD Form 1057 is submitted. Use two 
digits for each segment; use 01 through 12 for January through 
December. For example, enter January 2, 1999 as 990102.

Appendix C to Chapter 2 [Amended]

    155. In Appendix C to Chapter 2, Part 2, Section C-204.3, Special 
clauses (II3), paragraphs (f)(1) and (f)(2) are revised to read as 
follows:
APPENDIX C--CONTRACTOR PURCHASING SYSTEM REVIEWS
* * * * *
PART 2--ANALYTICAL PROCEDURES
* * * * *
C-204.3  Special clauses (IID3).
* * * * *
    (f) * * *
    (1) FAR 52.214-26, Audit and Records--Sealed Bidding;
    (2) * * * 
    (3) FAR 52.215-2, Audit and Records--Negotiation;
* * * * *

Appendix F to Chapter 2 [Amended]

    156. In Appendix F to Chapter 2, Part 4, Table 2 of F-401 
Distribution, the entry for the Army is revised to read as follows:
APPENDIX F--MATERIAL INSPECTION AND RECEIVING REPORT
* * * * *
PART 4--DISTRIBUTION OF DD FORM 250 AND DD FORM 250C
F-401--Distribution.
* * * * *

                     Table 2.--Special Distribution                     
------------------------------------------------------------------------
           As required                  Address          No. of copies  
------------------------------------------------------------------------
                  *        *        *        *        *                 
Army:                                                                   
  Foreign Military Sales........  Commander, US                         
                                   Army, Security                       
                                   Asst. Center,                        
                                   ATTN: AMSAC-OL-LS-                   
                                   CS, 3rd Street                       
                                   and ``M'' Avenue,                    
                                   New Cumberland                       
                                   Army Depot, New                      
                                   Cumberland, PA                       
                                   17070-5096.                          
                  *        *        *        *        *                 
------------------------------------------------------------------------

Appendix G to Chapter 2 [Amended]

    157. Appendix G to Chapter 2 is amended by revising Part 2, 
entitled ``Army Activity Address Numbers'' to read as follows:

PART 2--ARMY ACTIVITY ADDRESS NUMBERS

DAAA03
B1
    Pine Bluff Arsenal, ATTN: SMCPB-PO, 10020 Kabrich Circle, Pine 
Bluff, AR 71602-9500
DAAA08
B7
    Rock Island Arsenal, ATTN: SMCRI-CT, Rock Island, IL 61299-5000
DAAA09
BA
    U.S. Army Armament, Munitions, and Chemical Command, ATTN: 
AMSMC-PAM, Rock Island, IL 61299-6000
DAAA22
BV
    Watervliet Arsenal, ATTN: SMCWV-PPA, Watervliet, NY 12189-4050
DAAA31
GJ
    McAlester Army Ammunition Plant, ATTN: SMCMC-PC, McAlester, OK 
74501-5000
DAAA32
0P
    Crane Army Ammunition Activity, ATTN: SMCCN-CT, 300 Highway 361, 
Crane, IN 47522-5099
DAAB07
BG
    USA Communications--Electronics Command, C3I Acquisition Center, 
ATTN: AMSEL-ACSP-BM, Fort Monmouth, NJ 07703-5008
DAAB08
2V
    USA Communications--Electronics Command, C3I Acquisition Center, 
ATTN: AMSEL-ACSB-C, (Facility ADP Branch), Fort Monmouth, NJ 07703-
5008
DAAB10
ZP
    USA CECOM C31 Acquisition Center, Vint Hill Farms Station, ATTN: 
AMSEL-ACVF-A-AA (Stop 42), Building 160, Warrenton, VA 22186-5172
DAAB11
D0
    USA CECOM C31 Acquisition Center, Vint Hill Farms Station, ATTN: 
AMSEL-AC-VHA-HB Base OPS (Stop 42), Warrenton, VA 22186-5172
DAAB12
E1
    USA Communications--Electronics Command, C4IEW-AC, VECMPS 
Branch, ATTN: AMSEL-ACVH-D, 10109 Gridley Road, Suite 200, Fort 
Belvoir, VA 22060-5845
DAAC01
BH
    Anniston Army Depot, ATTN: SDSAN-DOC, Anniston, AL 36201-5003
DAAC02
ZT
    Blue Grass Army Depot, Procurement Office, ATTN: SDS-BG-BM-P, 
Lexington, KY 40511-5001
DAAC07
ZM
    Sierra Army Depot, ATTN: SDSSI-CONT, Herlong, CA 96113-5009
DAAC67
ZN
    Letterkenny Army Depot, ATTN: SDSLE-P, Chambersburg, PA 17201-
4152
DAAC71
ZS
    Tobyhanna Army Depot, ATTN: SDSTO-K, Tobyhanna, PA 18446-5100
DAAC79
D7
    Red River Army Depot, ATTN: SDSRR-P, Texarkana, TX 75507-5000
DAAC83
BJ
    Corpus Christi Army Depot, ATTN: SDSCC-C, Corpus Christi, TX 
78419-6170
DAAC89
BK
    Tooele Army Depot, ATTN: SDSTE-DCBO, Tooele, UT 84074-0839
DAAD01
B5
    USA Yuma Proving Ground, Directorate of Contracting, ATTN: 
ATEYP-CR, Yuma, AZ 85365-9106
DAAD03
B6
    USA Jefferson Proving Ground, ATTN: STEJP-EH-C, Madison, IN 
47250-5100
DAAD05
BM
    USA Aberdeen Proving Ground Support Activity, ATTN: STEAP-PR/M, 
Ryan Building, Aberdeen Proving Ground, MD 21005-5001
DAAD07
BN
    USA White Sands Missile Range, Directorate of Contracting, ATTN: 
STEWS-PR, White Sands, NM 88002-5201
DAAD09
BP
    USA Dugway Proving Ground, Directorate of Contracting, ATTN: 
STEDP-DOC, Dugway, UT 84022-0538
DAAE07
BR

[[Page 61616]]

    USA Tank--Automotive Command, ATTN: AMSTRA-IDAS, Warren, MI 
48397-5000
DAAE20
    Armament and Chemical Acquisition and Logistics Activity 
(ACALA), ATTN: Acquisition Center, Rock Island, IL 61299-6000
DAAE30
    U.S. Army Armament RD&E Center (ARDEC), ATTN: SMCAR-PCM-O, 
Building 9, Picatinny Arsenal, NJ07806-5000
DAAG60
G8
    USA Military Academy, Purchasing & Contracting Division, ATTN: 
MAPC, Building 667A, West Point, NY 10996-1594
DAAG99
ZY
    USA Program Manager-SANG, ATTN: AMCPM-NGA, Unit 61304, APO AE 
09803-1304
DAAH01
CC
    USA Missile Command, ATTN: AMSMI-AC, Redstone Arsenal, AL 35898-
5280
DAAH03
D8
    USA Missile Command, ATTN: AMSMI-AC, Redstone Arsenal, AL 35898-
5280
DAAH04
YU
    U.S. Army Research Office, ATTN: AMXRO-PR, P.O. Box 12211, 
Research Triangle Park, NC 27709-2211
DAAJ02
D9
    Aviation Applied Technology Directorate, U.S. Army Aviation and 
Troop Command, ATTN: AMSAT-R-TC, Building 401, Fort Eustis, VA 
23604-5577
DAAJ04
0V
    USA Charles Melvin Price Support Center, ATTN: SATAS-P, Granite 
City, IL 62040-1801
DAAJ05
ZF
    USA Aviation and Troop Command, ATTN: IAS21WG, Building 404, 
Fort Eustis, VA 23604-5577
DAAJ09
BS
    USA Aviation and Troop Command, ATTN: AMSAT-A-AD, 4300 
Goodfellow Boulevard, St. Louis, MO 63120-1798
DAAK01
BB
    USA Aviation and Troop Command, ATTN: AMSAT-A-AD, 4300 
Goodfellow Boulevard, St. Louis, MO 63120-1798
DAAK60
C5
    Soldier Systems Command Acquisition Center, ATTN: SATNC-PP 
(Procurement Support Division), Natick, MA 01760-5011
DAAL01
1Y
    U.S. Army Research Laboratory, ATTN: AMSLC-PR, 2800 Powder Mill 
Road, Adelphi, MD 20783-1145
DAAM01
ZU
    U.S. Army Chemical and Biological Defense Command, ATTN: AMSCB-
PC, Building E4455, Aberdeen Proving Ground, MD 21010-5423
DAAM02
B2
    Program Manager, Rocky Mountain Arsenal, ATTN: AMXRM-PM, 
Building 111, Commerce City, CO 80022-1748
DABT01
F6
    U.S. Army Aviation Center, Contracting Office, ATTN: ATZQ-C, 
Building T-00116, Fort Rucker, AL 36362-5000
DABT02
2A
    U.S. Army Chemical and Military Police Centers and Fort 
McClellan, ATTN: ATZN-DOC, Building 241-C, Transportation Road, Fort 
McClellan, AL 36205-5000
DABT10
2B
    U.S. Army Infantry Center and Fort Benning, ATTN: ATZB-KT, 
Building 6, P.O. Box 5-5179, Fort Benning, GA 31905-5179
DABT11
2C
    U.S. Army Signal Center and Fort Gordon, ATTN: ATZI-CT, Building 
2050B, Fort Gordon, GA 30905-5110
DABT15
F9
    U.S. Army Soldier Support Center and Fort Benjamin Harrison, 
ATTN: ATZI-CT, Fort Benjamin Harrison, IN 46216-5230
DABT19
2D
    U.S. Army Combined Arms Center and Fort Leavenworth, ATTN: ATZL-
GCC, Pope & Thomas Avenues, Fort Leavenworth, KS 66027-5031
DABT23
2E
    U.S. Army Armor Center and Fort Knox, ATTN: ATZK-DC, Building 
4022, Fort Knox, KY 40121-5000
DABT31
2F
    U.S. Army Engineer Center and Fort Leonard Wood, ATTN: ATZT-DOC, 
Fort Leonard Wood, MO 65473-5000
DABT39
2H
    U.S. Army Field Artillery Center and Fort Sill, ATTN: ATZR-Q, 
Building 1803, P.O. Box 3501, Fort Sill, OK 73503-0501
DABT43
2J
    Carisle Barracks, ATTN: ATZE-DOC-C, Building 46, Carlisle 
Barracks, PA 17013-5002
DABT47
2K
    U.S. Army Training Center and Fort Jackson, ATTN: ATZJ-DOC, 
Building 4340, Magruder Street, Fort Jackson, SC 29207-5420
DABT51
2L
    U.S. Army Air Defense Artillery Center & Fort Bliss, ATTN: ATZC-
DOC, Building 2021, P.O. Box 6078, Fort Bliss, TX 79916-0058
DABT57
2N
    Directorate of Peninsula Contracting, ATTN: ATZF-DPC, Building 
2746, Harrison Loop, Fort Eustis, VA 23604-5293
DABT58
2P
    Fort Monroe, ATTN: ATZG-C #62, Building T-195, Fort Monroe, VA 
23651-6000
DABT59
2Q
    U.S. Army Combined Arms Support Command and Fort Lee, ATTN: 
ATZM-DOC, Building T-7124, 19th & Quartermaster Road, Fort Lee, VA 
23801-5172
DABT60
1L
    TRADOC Contracting Agency, ATTN: ATCA, Building 1748, Fort 
Eustis, VA 23604-5538
DABT61
BF
    The Judge Advocate General's School, USA, University of 
Virginia, ATTN: JAGS-SSL-B, 600 Massie Road, Charlottesville, VA 
22903-1781
DABT63
BL
    U.S. Army Intelligence Center, ATTN: ATZS-DKS, P.O. Box 748, 
Fort Huachuca, AZ 85613-0748
DABT65
B0
    Mission Contracting Activity at Fort Leavenworth, ATTN: ATOB-AL, 
614 Custer Road, Fort Leavenworth, KS 66027-7203
DABT67
0Q
    Directorate of Contracting, ATTN: AFZW-DOC, P.O. Box 27, Fort 
Ord, CA 93941-0027
DACA01
DACW01
CK
    USA Engineer District, Mobile, ATTN: CESAM-CT, P.O. Box 2288, 
Mobile, AL 36628-0001
DACA03
DACW03
CL
    USA Engineer District, Little Rock, ATTN: CESWL-CT, P.O. Box 
867, Little Rock, AR 72203-0867
DACA05
DACW05
CM
    USA Engineer District, Sacramento, ATTN: CESPK-CT, 1325 J 
Street, Sacramento, CA 95814-2922
DACA07
DACW07
CP
    USA Engineer District, San Francisco, ATTN: CESPN-CT, 211 Main 
Street, San Francisco, CA 94105-1905
DACA09
DACW09
CQ
    USA Engineer District, Los Angeles, ATTN: CESPL-CT, P.O. Box 
2711, Los Angeles, CA 90053-2325
DACA17
DACW17
CS

[[Page 61617]]

    USA Engineer District, Jacksonville, ATTN: CESAJ-CT, P.O. Box 
4970, Jacksonville, FL 32232-0019
DACA21
DACW21
CV
    USA Engineer District, Savannah, ATTN: CESAS-CT, P.O. Box 889, 
Savannah, GA 31402-0889
DACA23
DACW23
CX
    USA Engineer District, Chicago, ATTN: CENCR-CT, 111 North Canal 
Street, Chicago, IL 60606-7206
DACA25
DACW25
CD
    USA Engineer District, Rock Island Clock Tower Building, ATTN: 
CENCR-CT, P.O. Box 2004, Rock Island, IL 61202-2004
DACA27
DACW27
CY
    USA Engineer District, Louisville, ATTN: CEORL-CT, P.O. Box 59, 
Louisville, KY 40201-0059
DACA29
DACW29
CZ
    USA Engineer District, New Orleans, ATTN: CELMN-CT, P.O. Box 
60267, New Orleans, LA 70160-0267
DACA31
DACW31
DA
    USA Engineer District, Baltimore Contracting Division, ATTN: 
CENAB-CT, P.O. Box 1715, Baltimore, MD 21203-1715
DACA33
DACW33
DB
    USA Engineer District, New England, ATTN: CENED-CT, 424 Trapelo 
Road, Waltham, MA 02254-9149
DACA35
DACW35
DC
    USA Engineer District, Detroit, ATTN: CENCE-CT, P.O. Box 1027, 
Detroit, MI 48231-1027
DACA37
DACW37
DD
    USA Engineer District, St. Paul, ATTN: CENCS-CT, 190 Fifth 
Street East, St. Paul, MN 55101-1638
DACA38
DACW38
DE
    USA Engineer District, Vicksburg, ATTN: CELMK-CT, 3515 I-20 
Frontage Road, Vicksburg, MS 39180-5191
DACA39
DACW39
DF
    USA Engineer, Waterways Experiment Station, ATTN: CEWES-CT-Z 
(Contracting Division), 3909 Halls Ferry Road, Vicksburg, MS 39180-
6199
DACA41
DACW41
DH
    USA Engineer District, Kansas City, 700 Federal Building, ATTN: 
CEMRK-CT, 601 East 12th Street, Kansas City, MO 64106-2896
DACA43
DACW43
DJ
    USA Engineer District, St. Louis, ATTN: CELMS-CT, 1222 Spruce 
Street, St. Louis, MO 63101-2833
DACA45
DACW45
DK
    USA Engineer District, Omaha, ATTN: CEMRO-CT, 215 North 17th 
Street, Omaha, NE 68102-4978
DACA47
DACW47
DM
    USA Engineer District, Albuquerque, ATTN: CESWA-CT, P.O. Box 
1580, Albuquerque, NM 87103-1580
DACA49
DACW49
DN
    USA Engineer District, Buffalo, ATTN: CENCB-CT (Contracting 
Division), 1776 Niagara Street, Buffalo, NY 14207-3199
DACA51
DACW51
CE
    USA Engineering District, New York, Contracting Division, ATTN: 
CENAN-CT, 26 Federal Plaza, New York, NY 10028-0090
DACA54
DACW54
DQ
    USA Engineer District, Wilmington, ATTN: CESAW-CT, P.O. Box 
1890, Wilmington, NC 28402-1890
DACA56
DACW56
DS
    USA Engineer District, Tulsa, ATTN: CESWT-CT, P.O. Box 61, 
Tulsa, OK 74121-0061
DACA57
DACW57
DT
    USA Engineer District, Portland, ATTN: CENPP-CT, P.O. Box 2946, 
Portland, OR 97208-2946
DACA59
DACW59
DV
    USA Engineer District, Pittsburgh, ATTN: CEORP-CT-SADBUS, 1000 
Liberty Avenue, Pittsburgh, PA 15222-4186
DACA60
DACW60
DW
    USA Engineer District, Charleston, ATTN: CESAC-CT, P.O. Box 919, 
Charleston, SC 29402-0919
DACA61
DACW61
CF
    USA Engineer District, Philadelphia, ATTN: CENAP-CT, Contracting 
Division, 110 Penn Square East, Wanamaker Building, Philadelphia, PA 
19107-3390
DACA62
DACW62
DX
    USA Engineer District, Nashville, ATTN: CEORN-CT, P.O. Box 1070, 
Nashville, TN 37202-1070
DACA63
DACW63
DY
    USA Engineer District, Fort Worth, ATTN: CESWF-CT, P.O. Box 
17300, Fort Worth, TX 76102-0300
DACA64
DACW64
DZ
    USA Engineer District, Galveston, ATTN: CESWG-CT, P.O. Box 1229, 
Galveston, TX 77553
DACA65
DACW65
EA
    USA Engineer District, Norfolk, Contracting Division, ATTN: 
CENAO-CT, 803 Front Street, Norfolk, VA 23510-1096
DACA66
DACW66
EB
    USA Engineer District, Memphis, ATTN: CEIMM-CT, B-202 Clifford 
Davis Federal Building, Memphis, TN 38103-1894
DACA67
DACW67
EC
    USA Engineer District, Seattle, ATTN: CENPS-CT, P.O. Box C-3755, 
Seattle, WA 98124-2255
DACA68
DACW68
YW
    USA Engineer District, Walla Walla, ATTN: CENPW-CT, Building 
602, City-County Airport, Walla Walla, WA 99362-9265
DACA69
DACW69
CG
    USA Engineer District, Huntington, ATTN: CEORH-CT, 502 8th 
Street, Huntington, WV 25701-2070
DACA72
DACW72
ZA
    USA Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 
Kingman Building, Fort Belvoir, VA 22060-5580
DACA75
DACW75
ZC
    USA Engineer Ordnance Program Division, ATTN: CETAD-OP-C, APO AE 
09803-1303
DACA76
DACW76
ZD
    USA Engineer Topographic Laboratories, ATTN: CETEC-CT, Cude 
Building #2592, Fort Belvoir, VA 22060-5546
DACA78
DACW78
9V
    USA Engineer Transatlantic Division, ATTN: CETAD-CT-P, 201 
Prince Frederick Drive, Winchester, VA 22602
DACA79
DACW79
2R

[[Page 61618]]

    USA Engineer District Japan, ATTN: CEPOJ-CT, Unit 45010, APO AP 
96343-0061
DACA81
DACW81
    USA Engineer District, Far East, APO AP 96205-0610
DACA83
DACW83
ZH
    USA Engineer Division--Pacific Ocean, ATTN: CEPOD-CT, Building 
230, Fort Shafter, HI 96858-5540
DACA85
DACW85
ZJ
    USA Engineer District, Alaska, P.O. Box 898, Anchorage, AK 
99506-0898
DACA87
DACW87
ZW
    USA Engineer Division, Huntsville, ATTN: CEHND-CT, P.O. Box 
1600, Huntsville, AL 35807-4301
DACA88
DACW88
0S
    USA Construction Engineering Research Laboratory, ATTN: CECER-
CT, P.O. Box 4005, Champaign, IL 61820-1305
DACA89
DACW89
1Z
    USA Cold Regions Research and Engineering Laboratory, ATTN: 
CECRL-LM-CT, 72 Lyme Road, Hanover, NH 03755-1290
DACA90
DACW90
    USA Engineer District, Europe, ATTN: CETAE-CT, Unit 25727, APO 
AE 09242-5301
DADA03
8W
    Fitzsimons Army Medical Center, Directorate of Contracting, 
ATTN: HSHG-DC, Building 205, 10th Street & McCloskey Avenue, Aurora, 
CO 80045-5001
DADA08
BT
    Dwight David Eisenhower Medical Center, Contracting Office, 
ATTN: HSAA-D, Building 39706, 40 A Street, Fort Gordon, GA 30905-
5650
DADA09
YY
    William Beaumont Army Medical Center, ATTN: HSAA-W, Building 
7777, Piedras Street, Room 4J18, El Paso, TX 79920-5001
DADA10
ZQ
    U.S. Army Health Services Command, Central Contracting Office, 
ATTN: HSAA-C, Building 2015, Beebe Loop, Fort Sam Houston, TX 78234-
6000
DADA13
0W
    Madigan Army Medical Center, Contracting Office, ATTN: HSAA-M, 
Building 9933-A, Johnson Street, Tacoma, WA 98431-5100
DADA15
0X
    Walter Reed Army Medical Center, Directorate of Contracting, 
ATTN: HSHL-ZC, Building T-20, 1st Floor, Washington, DC 20307-5001
DADA16
0Y
    Tripler Army Medical Center, Contracting Office, ATTN: HSAA-T, 
Building 160, Krukowski Street, Tripler AMC, HI 96859-5000
DADA18
1R
    Directorate of Contracting, ATTN: AFZG-DOC, Building 4201, Fort 
Sam Houston, TX 78234-5000
DAEA08
E4
    U.S. Army Information Systems Command, Office of Acquisition, 
ATTN: ASPC-RA, 134 Malbrouk Street, Fort Ritchie, MD 21719-4020
DAEA16
E7
    Headquarters, 5th Signal Command, DCSLOG, Contract Management 
Division, ATTN: ASQE-LG-C, CMR 421, APO AE 09056-3104
DAEA20
E8
    Commander, 1st Signal Brigade (USAISC), Office of Acquisition 
Management, ATTN: ASQK-AM, Unit #15271, APO AP 96205-0044
DAEA32
Y6
    U.S. Army Information Systems Command, Contracting Office 
(USAISCCO), ATTN: ASPC-T, Building 61801, Room 2408, Fort Huachuca, 
AZ 85613-5000
DAHA01
9B
    USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36193-4801
DAHA02
0G
    USPFO for Arizona, 5644 East Moreland Street, Phoenix, AZ 85008-
3442
DAHA03
9D
    USPFO for Arkansas, Camp Robinson, North Little Rock, AR 72118-
2200
DAHA04
9N
    USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-
8104
DAHA05
Z0
    USPFO for Colorado, Camp George West, Golden, CO 80401-3997
DAHA06
1S
    USPFO for Connecticut, State Armory, ATTN: Contracting Officer, 
360 Broad Street, Hartford, CT 06105-3795
DAHA07
9A
    USPFO for Delaware, Grier Building, 1161 River Road, New Castle, 
DE 19720-5199
DAHA08
2W
    USPFO for Florida, P.O. Box 1008, St. Augustine, FL 32085-1008
DAHA09
C0
    USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
DAHA10
CU
    USPFO for Idaho, P.O. Box 45, Boise, ID 83707-4501
DAHA11
9E
    USPFO for Illinois, 1301 North McArthur Boulevard, Springfield, 
IL 62702-2399
DAHA12
4E
    USPFO for Indiana, P.O. Box 41346, Indianapolis, IN 46241-0346
DAHA13
9L
    USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 
50131-1902
DAHA14
4Z
    USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-
1170
DAHA15
6P
    USPFO for Kentucky, Boone National Guard Center, Frankfort, KY 
40601-6192
DAHA16
0A
    USPFO for Louisiana, Jackson Barracks, New Orleans, LA 70146-
0330
DAHA17
0B
    USPFO for Maine, Camp Keys, Augusta, ME 04333-0032
DAHA18
0C
    USPFO for Maryland, State Mil Reservation, 301 Old Bay Lane, 
Havre de Grace, MD 21078-4094
DAHA19
0D
    USPFO for Massachusetts, ATTN: Contracting Officer, 143 Speen 
Street, Natick, MA 01760-2599
DAHA20
9F
    USPFO for Michigan, 3111 West St. Joseph Street, Lansing, MI 
48913-5102
DAHA21
9K
    USPFO for Minnesota, Camp Ripley, P.O. Box 288, Little Falls, MN 
56345-0288
DAHA22
CW
    USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-
8880
DAHA23
9H
    USPFO for Missouri, 1715 Industrial Avenue, Jefferson City, MO 
65101-1468
DAHA24
9P
    USPFO for Montana, P.O. Box 1157, Helena, MT 59624-1157
DAHA25
    USPFO for Nebraska, 1234 Military Road, Lincoln, NE 68508-1092
DAHA26
    USPFO for Nevada, 2601 South Carson Street, Carson City, NV 
89701-5596
DAHA27
    USPFO for New Hampshire, P.O. Box 2003, Concord, NH 03301-2003
DAHA28
ZK
    USPFO for New Jersey, 131 Eggert Crossing Road, Lawrenceville, 
NJ 08648-2805
DAHA29

[[Page 61619]]

    USPFO for New Mexico, ATTN: Contracting Officer, P.O. Box 4277, 
Santa Fe, NM 87502-4277
DAHA30
D2
    USPFO for New York, 330 Old Niskayuna Road, Latham, NY 12110-
2224
DAHA31
D3
    USPFO for North Carolina, 4201 Reedy Creek Road, Raleigh, NC 
27607-6412
DAHA32
D6
    USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
DAHA33
9M
    USPFO for Ohio, 2811 West Granville Road, Columbus, OH 43235-
2712
DAHA34
9J
    USPFO for Oklahoma, 3501 Military Circle, N.E., Oklahoma City, 
OK 73111-4398
DAHA35
1X
    USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 
97309-5008
DAHA36
DL
    USPFO for Pennsylvania, Department of Military Affairs, ATTN: 
Contracting Officer, Annville, PA 17003-5003
DAHA37
    USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-
1954
DAHA38
DU
    USPFO for South Carolina, 9 National Guard Road, Columbia, SC 
29201-4766
DAHA39
VQ
    USPFO for South Dakota, Camp Rapid, Rapid City, SD 57702-8186
DAHA40
YX
    USPFO for Tennessee, Powell Avenue, P.O. Box 40748, Nashville, 
TN 37204-0748
DAHA41
9C
    USPFO for Texas, ATTN: Contracting Officer, P.O. Box 5218, 
Austin, TX 78563-5218
DAHA42
    USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
DAHA43
    USPFO for Vermont, Camp Johnson, Building #3, P.O. Box 2000, 
Colchester, VT 05446-3004
DAHA44
ZR
    USPFO for Virginia, 501 East Franklin Street, Richmond, VA 
23219-2317
DAHA45
ZX
    USPFO for Washington, Camp Murray, Tacoma, WA 98430-5000
DAHA46
    USPFO for West Virginia, 50 Armory Road, Buckhannon, WV 26201-
2396
DAHA47
9G
    USPFO for Wisconsin, Camp Douglas, WI 54618-9002
DAHA48
    USPFO for Wyoming, P.O. Box 1709, Cheyenne, WY 82003-1709
DAHA49
    USPFO for the District of Columbia, Anacostia Naval Air Station, 
Building 350, Washington, DC 20315-0001
DAHA50
    USPFO for Hawaii, 3949 Diamond Head Road, Honolulu, HI 96816-
4495
DAHA51
2Z
    USPFO for Alaska, ATTN: P&C Division, Camp Denali, P.O. Box B, 
Fort Richardson, AK 99505-5000
DAHA70
    USPFO for Puerto Rico, P.O. Box 3786, San Juan, PR 00904-3786
DAHA72
    USPFO for Virgin Islands, #9 Estate Diamond, Frederiksted, St. 
Croix, VI 00840
DAHA74
    USPFO for Guam, PSC456 Box 56, FPO AP 96539-1256
DAHA90
2Y
    National Guard Bureau, Contracting Support, 5109 Leesburg Pike, 
Suite 401-B, Falls Church, VA 22041-3201
DAHC21
G3
    MTMC Eastern Area, Acquisition Division, ATTN: MTEA-LOA, 
Building 427, Military Ocean Terminal, Bayonne, NJ 07002-5302
DAHC22
DP
    HQ MTMC, Acquisition Division, ATTN: MTAQ-AT, Room B24-L, 5611 
Columbia Pike, Falls Church, VA 22041-5050
DAHC23
G4
    MTMC, Western Area, Oakland Army Base, ATTN: MTWA-LOA, Building 
1, Alaska Street, Room 2336, Oakland, CA 94026-5000
DAHC24
1B
    HQ MTMC, Acquisition Division, ATTN: MTAQ-AS, Room 725, 5611 
Columbia Pike, Falls Church, VA 22041-5050
DAHC25
1W
    HQ MTMC, Directorate of Personal Property, ATTN: MTPP, 5611 
Columbia Pike, Falls Church, VA 22041-5050
DAHC26
0E
    HQ MTMC, Program Support Division, ATTN: MTAQ-AF, Stop 898, Fort 
Belvoir, VA 22060-5898
DAHC30
0F
    U.S. Army Military District of Washington, Directorate of 
Contracting, ATTN: ANOC-Z, Building 15, Cameron Station, Alexandria, 
VA 22304-5050
DAHC32
0M
    National Defense University, Contracting Office, ATTN: NDU-LG-P, 
Building 62, Fort Leslie J. McNair, Washington, DC 20319
DAHC35
2M
    USA Garrison Fort Belvoir, Directorate of Contracting, ATTN: 
ANFB-OC, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5134
DAHC36
1J
    Fort Meade Directorate of Contracting, ATTN: ANME-OC, Building 
2234, Fort George G. Meade, MD 20755-5081
DAHC38
2S
    Fort Ritchie Directorate of Contracting, Fort Ritchie, MD 21719
DAHC75
0U
    U.S. Army, Pacific, Office of the ACSAM, ATTN: APAM, Building 
T115, Palm Circle Drive, Fort Shafter, HI 96858-5100
DAHC76
8U
    U.S. Army Garrison, Alaska, Directorate of Contracting, ATTN: 
APVR-DOC, P.O. Box 5-525, Fort Richardson, AK 99505-0525
DAHC77
CJ
    U.S. Army Support Command, Hawaii, Directorate of Contracting, 
ATTN: APVG-GK, Building 520, Pierce Street, Fort Shafter, HI 96858-
5025
DAHC90
YJ
    U.S. Army Intelligence and Security Command, ATTN: IAPARC, 
Building 2444 (Stop 370), Fort Belvoir, VA 22060-5368
DAHC92
1V
    U.S. Army Garrison, Panama, Directorate of Contracting, ATTN: 
SOCO-CO, Unit 7116, APO AA 34002-5000
DAHC94
BD
    U.S. Army Info Sys Sel & Acq Activity, ATTN: ISSA-PP, 2461 
Eisenhower Avenue, Alexandria, VA 22331-0700
DAJA01
9Q
    RCO Vicenza, ATTN: AEUCC-I, Unit 31401, Box 33, APO AE 09630
DAJA02
G5
    RCO Seckenheim, ATTN: AEUCC-S, Unit 29331, APO AE 09266
DAJA04
9R
    RCO Fuerth, ATTN: AEUCC-FU, Unit 28130, APO AE 09222
DAJA16
8X
    RCO Grafenwoehr, ATTN: AEUCC-G, Unit 28130, APO AE 09114
DAJA22
G6
    Wiesbaden Regional Contracting Center, ATTN: AEUCC-C, CMR 410, 
Box 741, APO AE, 09096
DAJA61
9Z
    RCO Benelux, ATTN: AEUCC-B, PSC 79, Box 003, APO AE 09724
DAJA89
F0

[[Page 61620]]

    RCO Wuerzburg, Suboffice of Fuerth, ATTN: AEUCC-W, River 
Building, 3rd Floor, APO AE 09244
DAJA90
0T
    RCO Bad Kreuznach, ATTN: AEUCC-BK, Unit 24307, APO AE 09252
DAJB03
F4
    HQ, EUSA, Asst Cofs Acquisition Mgt, ATTN: EAAQ (PARC), Unit 
15236, APO AP 96205-0009
DAKF04
ZE
    Directorate of Contracting, ATTN: AFZJ-DC, P.O. Box 10039, Fort 
Irwin, CA 92310-5000
DAKF06
1C
    Directorate of Contracting, ATTN: AFZC-DOC, Building 6222, Fort 
Carson, CO 80913-5022
DAKF10
1D
    Directorate of Contracting, ATTN: AFZP-DC, Building 622, 2nd 
Floor, Fort Stewart, GA 31314-5189
DAKF11
1E
    Directorate of Contracting, ATTN: AFZK-DOC, Building 184, Fort 
McPherson, GA 30330-5000
DAKF12
BC
    FORSCOM Central Contracting Office, ATTN: FCJ4-PRC, Building 
130, Fort McPherson, GA 30330-6000
DAKF19
1G
    Directorate of Contracting, ATTN: AFZN-DOC, P.O. Box 2248, Fort 
Riley, KS 66442-0248
DAKF23
1H
    Directorate of Contracting, ATTN: AFZB-DOC, Building 2174, 
Street 13A, Fort Campbell, KY 42223-1100
DAKF24
G1
    Directorate of Contracting, ATTN: AFZX-DOC, P.O. Drawer 3918, 
Fort Polk, LA 71459-5000
DAKF29
2G
    Directorate of Contracting, ATTN: AFZI-DOC, Building 5418, South 
Scott Plaza, Fort Dix, NJ 08640-6150
DAKF31
1K
    Directorate of Contracting, ATTN: AFZD-DOC, Building 227, Fort 
Devens, MA 01433-5340
DAKF36
1M
    Directorate of Contracting, ATTN: AFZS-DOC, West Street, 
Building T-45, Fort Drum, NY 13602-5220
DAKF40
1N
    Directorate of Contracting, ATTN: AFZA-DC, Drawer 70120, Fort 
Bragg, NC 28307-0120
DAKF48
1Q
    Headquarters, III Corps and Fort Hood, Directorate of 
Contracting, ATTN: AFZF-DOC, Building 1001 (Room W103), Fort Hood, 
TX 76544-5059
DAKF57
1T
    Directorate of Contracting, ATTN: AFZH-DOC, Rainer Drive, 
Building 9504, Fort Lewis, WA 98433-5000
DAKF61
1U
    Directorate of Contracting, ATTN: AFZR-DOC, Building 2103, Fort 
McCoy, WI 54656-5000
DAMD17
B3
    U.S. Army Medical Research Acquisition Activity, ATTN: SGRD-RMA, 
Building 820, Chandler Street, Frederick, MD 21702-5014
DASA01
G0
    Commander, ARCENT HQ SWA, ATTN: DOC, APO AE 09808
DASA02
    Commander, ARTAS-K, ATTN: AFRD-KU-KO, APO AE 09889
DASA03
    Commander, ARCENT Contracting Division, ATTN: AFRD-PARC, 
Building 363, Fort McPherson, GA 30330-6000
DASG60
CB
    USA Strategic Defense Command, Deputy Commander, ATTN: CSSD-CM-
AC, P.O. Box 1500, Huntsville, AL 35807-3801
DASG62
CH
    U.S. Army Space Command, ATTN: MOSC-SC, 1670 North Newport Road, 
Suite 211, Colorado Springs, CO 80916-2749
DASW01
F7
    Defense Supply Service--Washington, ATTN: Policy and Compliance, 
5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
DATM01
0R
    U.S. Army OPTEC Contacting Activity, ATTN: CSTE-ZOC, P.O. Box Y, 
Fort Hood, TX 76544-5065

    158. Appendix G to Chapter 2 is amended by revising Part 5, 
entitled ``Air Force Activity Address Numbers'' to read as follows:

PART 5--AIR FORCE ACTIVITY ADDRESS NUMBERS

F01600
5A
    42 CONS/CC, 50 Lemay Plaza S, Bldg 804, Maxwell AFB, AL 36112-
6334
F01620
6K
    SSC/PK, 375 Libby Street, MAFB-Gunter Annex, AL 36114-6343
F02601
5C
    355 CONS/CC, 3180 S. Craycroft Road, Davis-Monthan AFB, AZ 
85707-3522
F02604
5D
    56 CONS/CC, 14100 West Eagle St, Luke AFB, AZ 85309-1217
F03602
5F
    314 CONS/CC, 642 Thomas Avenue, Little Rock AFB, AR 72099-5019
F04604
5G
    93 CONS/CC, F St Bldg 708, Castle AFB, CA 95340-5320
F04605
5H
    722 CONS, 1485 Graeber St, Ste 21, March AFB, CA 92518-1729
F04606
SM
    SM-ALC/PK, Bldg 200, 3237 Peacekeeper Way, Ste 17, McClellan 
AFB, CA 95652-1060
F04611
QQ
    AFFTC/PK, Bldg 2800, 5 S Wolfe Ave, Edwards AFB, CA 93524-1185
F04626
5M
    60 CONS/LGC, 350 Hangar Avenue, Bldg 549, Travis AFB, CA 94535-
2632
F04666
5N
    9 CONS/CC, 6500 B St, Ste 101, Beale AFB, CA 95903-1712
F04684
QW
    30 CONS/LGC, 806 13th St, Ste D, Bldg 7015 Sect 2c, Vandenberg 
AFB, CA 93437-5226
F04689
RN
    750 LSS/LGC, 1080 Lockheed Way, Box 039, Onizuka AFB, CA 94089-
1234
F04690
RF
    Det 2, SMC/PK, 1080 Lockheed Way Box 043, Onizuka AFB, CA 94089-
1235
F04693
MG
    SMC/PKD, 400 N Douglas Blvd Ste 212E, Los Angeles, CA 90245-4640
F04699
Q5
    SM-ALC/PK, Bldg 200 3227 Peacekeeper Way Ste 17, McClellan AFB, 
CA 95652-1060
F04700
Q2
    AFFTC/PKA, 5 S Wolfe Ave, Building 2800, Edwards AFB, CA 93524-
1185
F04071
TB
    SMC/PK, 155 Discovery Blvd Ste 1516, Los Angeles, CA 90245-4692
F04704
R9
    Det 10 SMC/PK, Bldg 951, 1111 E. Mill St Rm 104, San Bernardino, 
CA 92408-1621
F05603
    HQ AFSPC/LGC, 150 Vandenberg Street Ste 1105, Peterson AFB, CO 
80914-4350
F05604
SX
    21 CONS/LGC, 700 Suffolk Street, Peterson AFB, CO 80914-1200
F05611
5Q

[[Page 61621]]

    10 ABW/LGC, 8110 Industrial Drive Ste 200, USAF Academy, CO 
80840-2315
F07603
5R
    436 CONS/LGC, 639 Atlantic Street Ste 243, Dover AFB, DE 19902-
5639
F08602
5S
    56 CONS/CC, 3014 Zemke Avenue, MacDill AFB, FL 33621-5000
F08620
5T
    16 CONS/LGC, P.O. Box 9190, 350 Tully Street, Hurlburt Field, FL 
32544-5825
F08626
QU
    OL/PK ASC/PK, 205 West D Ave, Ste 433, Bldg 350, Eglin AFB, FL 
32542-6864
F08630
S1
    OL-MNK ASC/MNK, 101 W Eglin Blvd, Ste 337, Bldg 13, Eglin AFB, 
FL 32542-6810
F08635
RH
    AFDTC/PK, Bldg 350, 205 West D Avenue Ste 433, Eglin AFB, FL 
32542-6864
F08637
5V
    325 CONS/CC, 501 Illinois Ave Ste 5, Tyndall AFB, FL 32403-5526
F08650
TJ
    45 CONS/PKESM, 1201 Minuteman Street, Patrick AFB, FL 32925-5432
F08651
Q3
    AFDTC/PKO, 205 West D Ave Ste 541, Eglin AFB, FL 32542-6862
F09603
RJ, RR
    WR-ALC/PK, Bldg 300, 215 Byron Street, Robins AFB, GA 31098-1611
F09604
RU
    Det 8, 2762 LS(SP)/PK, 750 3rd St, Bldg 350, Robins AFB, GA 
31098-2122
F09607
5W
    347 CONS/CC, 4380B Alabama Rd, Moody AFB, GA 31699-1793
F09609
5X
     94 LG/LGC, 1538 Atlanta Ave Ste 104, Dobbins AFB, GA 30069-4824
F09634
5Y
    HQ AFRES/LGC, 155 2nd St, Robins AFB, GA 31098-1638
F09650
Q6
    WR-ALC/PKO, Bldg 300, 215 Byron Street, Robins AFB, GA 31098-
1803
F10603
5Z
    366 CONS/CC, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID 
83648-4037
F11603
6B
    928 AW/LGC, 6626 N. Patton Rd Ste 94, Chicago O'Hare IAP, IL 
60666-5023
F11623
6C
    375 CONS/LGC, 102 E Martin Street Ste 216, Scott AFB, IL 62225-
5015
F11624
X4
    CSPO/CGZ, 3205 East Drive, Scott AFB, IL 62225-5425
F11626
    HQ AMC/DOKR, 402 Scott Dr Unit 3A1, Scott AFB, IL 62225-5302
F12617
6D
    434 LSS/LGC, 2 Kittyhawk St, Grissom ARB, IN 46971-5320
F14614
6E
    22 CONS/LGC, 53147 Kansas St Ste 102, McConnell AFB, KS 67221-
3606
F16602
6G
    2 CONS/CC, 841 Fairchild Ave., Barksdale AFB, LA 71110
F19617
R5
    439 LSS/LGC, 100 Logistics Dr, 2nd Floor Ste 200, Westover ARB, 
MA 01022-1531
F19628
RS
    ESC/PK, Bldg 1520, 104 Barksdale Street, Hanscom AFB, MA 01731-
1806
F19650
SH
    ESC/PKO, Bldg 1520, 104 Barksdale Street, Hanscom AFB, MA 01731-
2816
F20613
6L
    410 CONS/CC, 417 A Ave Ste 112, Sawyer AFB, MI 49843-3299
F21611
6N
    934 LG/LGC, 760 Military Hwy, Minneapolis, MN 55450
F22600
RC
    81 CONS/CC, 200 Fifth St Ste 101, Keesler AFB, MS 39534-2102
F22608
6Q
    14 CONS/CC, 555 Seventh Street Ste 113, Columbus AFB, MS 39701-
1006
F23606
6R
    509 CONS/CC, 850 Arnold Ave Bldg 705, Whiteman AFB, MO 65305-
5021
F24604
6T
    341 CONS/LGC, 7015 Goddard Dr, Malmstrom AFB, MT 59402-6863
F25600
6U
    55 CONS/CC, MBB 09 106 Peacekeeper Dr Ste 2N3, Offutt AFB, NE 
68113-5320
F26600
S4
    554 CONS/CC 5865 Swabb Blvd, Nellis AFB, NV 89191-7063
F28609
6V
    305 CONS/LGC, 3563 Lancaster Ave, McGuire AFB, NJ 08641-2712
F28620
M1
    65 CONS/CC, APO AE 09720-7775
F28620
S8
    65 CONS/O1-A, PO Box 837, Wrightstown, NJ 05862-0837
F29601
RW
    PL/PK, Bldg 499, 3651 Lowry Ave SE Rm 222, Phillips Laboratory, 
Kirtland AFB, NM 87117-5777
F29605
6W
    27 CONS/CC, 100 North Torch Blvd, Cannon AFB, NM 88103-5320
F29650
R3
    PL/PKO, 3651 Lowry Ave SE Rm 117, Kirtland AFB, NM 87117-5777
F29651
6X
    49 CONS/CC, PO Drawer S, Holloman AFB, NM 88330-1601
F30602
RX
    RL/PK, Bldg 106, 26 Electronic Pky, Griffiss AFB, NY 13441-4514
F30617
6Y
    914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, NY 
14304-5320
F30635
S3
    416 CONS/CC, 375 Brooks Road, Griffiss AFB, NY 13440
F30636
6Z
    380 CONS/LGC, 11 Ohio Avenue, Plattsburgh AFB, NY 12903-3506
F31601
BU
    23 CONS/CC, 1443 Reilly Rd Ste C, Pope AFB, NC 28308-2896
F31610
BW
    4 CONS/CC, 1695 Wright Ave, Seymour Johnson AFB, NY 27531-2459
F32604
BX
    5 CONS/CC, 211 Missile Ave, Minot AFB, ND 58705-5027
F32605
BY
    319 CONS/CC, 575 6th Ave, Grand Forks AFB, ND 58205-6436
F33600
RZ
    ASC/PKW, 1940 Allbrook Dr Ste 3, Bldg 1, Wright Patterson AFB, 
OH 45433-5309
F33601
Q7
    ASC/PKWO, 1940 Allbrook Dr Ste 3, Bldg 1, Wright Patterson AFB, 
OH 45433-5309
F33615
SG
    WL/PK, Bldg 7, 2530 C Street, Wright Patterson AFB, OH 45433-
7607
F33630
C1
    910 AW/LGC, 3976 King Graves Rd, Youngstown-Warren Rgl Arpt, 
Youngstown ARP, OH 44473-0910
F33657
SC
    ASD/PK, Bldg 14, 1865 Fourth St Ste 6, Wright Patterson AFB, OH 
45433-7120
F33659
Q8
    AGMC/PK, Bldg 2, 813 Irving Wick Dr West, Newark AFB, OH 43055-
0027
F33660
TA

[[Page 61622]]

    AGMC/PKY, Bldg 2, 813 Irving Wick Drive/W, Newark AFB, OH 43057-
0027
F34600
C2
    71 FTW/CVC, 246 Brown Pkwy Ste 228, Vance AFB, OK 73705-5037
F34601
SD
    OC-ALC/PK, 3001 Staff Dr Ste 1AG76A, Tinker AFB, OK 73145-3015
F34608
TF
    CSC/PK, 4009 Hilltop Rd, Ste 103, Tinker AFB, OK 73145-2713
F34612
C3
    97 CONS/CC, 205 South 6th St Bldg 318, Altus AFB, OK 73523-5147
F34650
Q9
    OC-ALC/PKO, Bldg 3 7858 Fifth St Ste 1, Tinker AFB, OK 73145-
3015
F36629
C7
    911 AW/LGC, 316 Defense Ave Ste 101, Corapolis, PA, Pittsburgh 
IAP-ARS PA 15108-4403
F36700
C8
    913 AW/LGC, 1051 Fairchild Street, Willow Grove ARS, PA 19090-
5203
F38601
C9
    20 CONS/CC, 305 Blue Jay St, Shaw AFB, SC 29152-5320
F38604
T3
    USCENTAF, Bldg 1132, Shaw AFB, SC 29152
F38610
CR
    437 CONS/LGC, 102 Long Street, Charleston AFB, SC 29404-4829
F39601
CT
    28 CONS/CC, 2704 George Dr, Ellsworth AFB, SD 57706-5320
F40600
Q4
    AEDC/PK, Bldg 100, 100 Kindel Dr Ste 1335, Arnold AFB, TN 37389-
1335
F40650
D1
    AEDC/PKP, Bldg 100, 100 Kindel Dr Ste 1332, Arnold AFB, TN 
37389-1332
F41608
SA
    SA-ALC/PK, Bldg 43, 143 Billy Mitchell Rd, Kelly AFB, TX 78241-
6014
F41612
D4
    82 CONS/CC, 136 K Avenue Ste 2, Sheppard AFB, TX 76311-2739
F41614
E2
    17 CONS/CC, 210 Scherz Boulevard, Goodfellow AFB, TX 76908-4705
F41620
E3
    64 CONS/CC, 300 Reese Blvd Ste 7, Reese AFB, TX 79489-5032
F41622
QY
    HSC/PKO, Bldg 625, 8005 9th St, Brooks AFB, TX 78235-5353
F41624
TG
    HSC/PK, Bldg 626, 8005 9th St, Brooks AFB, TX 78235-5353
F41636
ZV
    37 CONS/CC, 1655 Selfridge Avenue, Lackland AFB, TX 78236-5253
F41650
YA
    SA-ALC/PKO, Bldg 1598, 1288 Growden Rd, Kelly AFB, TX 78251-5318
F41652
E5
    7 CONS/CC, 381 3rd St, Dyess AFB, TX 79607-5320
F41685
E6
    47 CONS/CC, 171 Alabama Ave, Laughlin AFB, TX 78843-5102
F41689
SK
    AETC CONS/CC, 550 D Street Ste 07, Randolph AFB, TX 78150-4434
F41691
Y0
    12 CONS/CC, 395 B Street West Ste 02, Randolph AFB, TX 78150-
4525
F42600
QP
    OO-ALC/PK, Bldg 1289, 6038 Aspen Ave, Hill AFB, UT 84056-5805
F42610
QP
    OO-ALC/LMK, Bldg 1258, 6014 Dogwood Ave, Hill AFB, UT 84056-5821
F42620
QP
    OO-ALC/LAK, Bldg 1233, 6072 Fir Avenue, Hill AFB, UT 84056-5820
F42630
QP
    OO-ALC/LIK, Bldg 1215, 6050 Gum Lane, Hill AFB, UT 84056-5825
F42650
R2
    OO-ALC/PKO, Bldg 1289 NE 6038 Aspen Ave, Hill AFB, UT 84056-5805
F44600
F3
    1 CONS/CC, 74 Nealy Ave Ste 109, Langley AFB, VA 23665-2088
F44650
Q1
    ACC CONS, 227 Harding Ave Ste 302, Langley AFB, VA 23665
F45603
F5
    62 CONS/LGC, 100 Main Street Ste 1049, McChord AFB, WA 98438-
1109
F45613
F8
    92 CONS/LGC, 110 W Ent St Ste 200, Fairchild AFB, WA 99011-9403
F47606
G7
    440 AW/LGC, 300 East College Avenue, Gen. Mitchell IAP-ARS, WI 
53207-6299
F48608
G9
    90 CONS/LGC, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860
F49620
SE
    AFOSR/PK, Bldg 410, 110 Duncan Ave Ste B115, Bolling AFB, DC 
20332-0001
F49642
J1
    11 CONS/LGC, 3534 Ohio Dr, Andrews AFB, MD 20331-5152
F61101
T1
    Det 1, 21 CONS/CC, APO AE 09710-5000
F61211
N9
    31 FW/LGC, Unit 6102, Box 140, Aviano AB APO AE 09601-2140
F61354
W8
    741 ABS/LGC, Unit 6870, Box 85, Izmir AB APO AE 09821-7085
F61358
W9
    39 CONS/LGC, Unit 730, Box 285, Incirlik AB APO AE 09824-0285
F61503
UC
    435 AW/LGC, Unit 7420 Box 115, Rhein Main AB APO AE 09097-0115
F61517
UF
    52 CON FLT/LGC, Unit 3910, Bldg 2001, Spangdahlem AB APO AE 
09137-3910
F61521
UH, UJ
    USAFE CONS/LGC, Unit 3115, Ramstein AB AE 09094-3115
F61708
UK
    603 CS/CON, Unit 5500, Bldg 202, RAF Croughton APO AE 09494-5500
F61730
UQ
    OL-C 10 LG/LGC, Unit 5720, RAF Upwood APO AE 09470-5720
F61775
UV
    48 CONS/LGC, Unit 5070, Box 270, RAF Feltwell APO AE 09461-0270
F61815
UW
    496 ABS/LGC, Unit 6585, Moron AB APO AE 09643-6585
F62032
4D
    USMTM, Unit 61300 Box 2, APO AE 05862-0837
F62321
RA
    18 CONS/LGC, Unit 5199, Kadena AB APO AP 96368-5199
F62509
QZ
    35 CONS, Unit 5201, Misawa AB APO AP 96319-5201
F62562
SW
    374 CONS/LGC, Unit 5228, Yokota AB AP 96328-5228
F64133
S9
    36 CONS/CC, Unit 14040, Anderson AFB APO AP 96543-4040
F64605
TN
    15 CONS/LGC, 90 G Street, Hickam AFB, HI 96853-5230
F65501
WF
    3 CONS/CC, 6920 12th Street Ste 242, Elmendorf AFB, AK 99506-
2570
F65503
WH

[[Page 61623]]

    354 CONS/LGC, 3112 Broadway Avenue Ste 3, Eielson AFB, AK 99702-
1850
F66501
R7
    24 CONS/CC, Unit 0550, Howard AFB APO AA 34001-0550
FA0021
    HQ AFSOC/LGCX, 100 Bartley St, Hurlburt Field, FL 32544-5273
FA2550
    50 LSS/LGC, 300 O'Malley Avenue, Suite 30, Falcom AFB, CO 80912-
3030
FA4416
5J
    89 CONS/LGC, 1419 Menoher Dr, Andrews AFB, MD 20331-5000
FA4452
RL
    AMCCONF/LGCF, 102 E. Martin St., Rm 216, Scott AFB, IL 62225-
5015
FA6648
5U
    482 LSSQ/LGC, 360 Coral Sea Blvd Rm 112, Homestead ARB, FL 
33039-1299
FA6652
E9
    924 FW/LGC, PO Box 1460, Del Valle, TX 78617-1460
FA6675
D5
    301 LG/LGC, 1710 Burke Ave., NAS Joint Reserve Base, Fort Worth, 
TX 76127-6200

    159. Appendix G to Chapter 2 is amended by revising Part 6, 
entitled ``Defense Logistics Agency Activity Address Numbers'' to read 
as follows:

PART 6--DEFENSE LOGISTICS AGENCY ACTIVITY ADDRESS NUMBERS

SP0100
TW
    Defense Personnel Support Center, Directorate of Clothing and 
Textiles, 2800 South 20th Street, Philadelphia, PA 19109-8419
SP0103
W7
    Defense Personnel Support Center, Installation Support, 2800 
South 20th Street, Philadelphia, PA 19109-8419
SP0200
TX
    Defense Personnel Support Center, Directorate of Medical 
Materiel, 2800 South 20th Street, Philadelphia, PA 19101-8419
SP0300
UE
    Defense Personnel Support Center, Directorate of Subsistence, 
2800 South 20th Street, Philadelphia, PA 19101-8419
SP0302
W6
    Defense Subsistence Region Pacific, ATTN: DSR-Pacific, 2155 
Mariner Square Loop, Alameda, CA 94501-1022
SP0303
U6
    Defense Subsistence Region Europe, DSR Europe, APO AE 09052
SP0400
TY
    Defense General Supply Center, Business Operations, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5770
SP0410
XH
    Defense General Supply Center, Base Spt Div, Dir of Spec Proc, 
8000 Jefferson Davis Highway, Richmond, VA 23297-5312
SP0411
TY
    Defense General Supply Center, Proc Br (ESOC), Customer Asst 
Ctr, 8000 Jefferson Davis Highway, Richmond, VA 23297-5871
SP0413
TY
    Defense General Supply Center, Spec Purchase Br, Prod Ctr Spt 
Div, 8000 Jefferson Davis Highway, Richmond, VA 23297-5864
SP0414
TY
    Defense General Supply Center, SASPS Phase I Br, Prod Ctr Spt 
Div, 8000 Jefferson Davis Highway, Richmond, VA 23297-5863
SP0420
XK
    Defense General Supply Center, DODDS Div., Dir Of Spec Proc, 
8000 Jefferson Davis Highway, Richmond, VA 23297-5313
SP0430
TY
    Defense General Supply Center, Proc Br, Product Center 5, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5813
SP0440
TY
    Defense General Supply Center, Proc Br, Product Center 7, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5834
SP0441
TY
    Defense General Supply Center, Proc Br, Product Center 6, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5822
SP0450
TY
    Defense General Supply Center, Proc Br, Product Center 4, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5800
SP0451
TY
    Defense General Supply Center, Proc Br, Product Center 2, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5772
SP0460
TY
    Defense General Supply Center, Proc Br, Product Center 1, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5772
SP0461
TY
    Defense General Supply Center, Special Purchase Branch (SPUR), 
8000 Jefferson Davis Highway, Richmond, VA 23297-5864
SP0490
TY
    Defense General Supply Center, Proc Br, Product Center 1, 8000 
Jefferson Davis Highway, Richmond, VA 23297-5846
SP0499
    Defense General Supply Center--FCIM, 8000 Jefferson Davis 
Highway, Richmond, VA 23297-5000
SP0500
TZ
    Defense Industrial Supply Center, 700 Robbins Avenue, 
Philadelphia, PA 19111-5096
SP0510
W2
    Defense Industrial Supply Center, Base Operating Support System, 
700 Robbins Avenue, Philadelphia, PA 19111-5096
SP0520
    Defense Industrial Supply Center, Product Verification Testing 
Acquisition, 700 Robbins Avenue, Philadelphia, PA 19111-5096
SP0599
    Defense Industrial Supply Center--FCIM, 700 Robbins Avenue, 
Philadelphia, PA 19111-5096
SP0600
UA
    Defense Fuel Supply Center, 8725 John J. Kingman Road, Suite 
2533, Fort Belvoir, VA 22304-6160
SP0700
UB
    Defense Construction Supply Center, P.O. Box 3990, Columbus, OH 
43216-3990
SP0701
    Defense Construction Supply Center, Directorate of Contracting 
and Production, ATTN: DDCO TTC, Bldg 122, Columbus, OH 43216-5000
SP0710
YL
    Defense Construction Supply Center, Commercial Activities and 
Service Branch, P.O. Box 16704, Columbus, OH 43216-5010
SP0720
YM
    Defense Construction Supply Center, Wood Products Branch, P.O. 
Box 16704, Columbus, OH 43216-5010
SP0730
WZ
    Defense Construction Supply Center, Military Interdepartmental 
PR MIPR Division, P.O. Box 3990, Columbus, OH 43216-5000
SP0740
XJ
    Defense Construction Supply Center, High Demand Group (MINI-
ICP), P.O. Box 3990, Columbus, OH 43216-5000
SP0750
UB
    Defense Construction Supply Center, Contracts Division I, P.O. 
Box 16704, Columbus, OH 43216-5010
SP0760
UB
    Defense Construction Supply Center, Contracts Division II, P.O. 
Box 16704, Columbus, OH 43216-5010
SP0770
UB
    Defense Construction Supply Center, Contracts Division III, P.O. 
Box 16704, Columbus, OH 43216-5010
SP0780
    Defense Construction Supply Center, Government Furnished 
Property Acct, 

[[Page 61624]]
P.O. Box 16704, Columbus, OH 43216-5000
SP0799
    Defense Construction Supply Center--FCIM, P.O. Box 3990, 
Columbus, OH 43216-5000
SP0833
VS
    Defense National Stockpile Center, 8725 John J. Kingman Road, 
Suite 3339, Fort Belvoir, VA 22060-6223
SP0834
VT
    Defense National Stockpile Center, Zone 1--Management Office, 
Room 19-116, 26 Federal Plaza, New York, NY 10278-5000
SP0835
VU
    Defense National Stockpile Center, Zone 2--Management Office, 
3200 Sheffield Avenue, Hammond, IN 46327-5000
SP0836
VY
    Defense National Stockpile Center, Zone 3--Management Office, 
819 Taylor Street, Fort Worth, TX 76102-5000
SP0900
UD
    Defense Electronics Supply Center, 1507 Wilmington Pike, Dayton, 
OH 45444-5000
SP0905
    Defense Electronics Supply Center, Passive Devices Division, 
1507 Wilmington Pike, Dayton, OH 45444-5198
SP0910
U7
    Defense Electronics Supply Center, Base Contracting Section, 
1507 Wilmington Pike, Dayton, OH 45444-5000
SP0920
W4
    Defense Electronics Supply Center, 1507 Wilmington Pike, Dayton, 
OH 45444-5198
SP0930
    Defense Electronics Supply Center, Switches Division, 1507 
Wilmington Pike, Dayton, OH 45444-5198
SP0935
    Defense Electronics Supply Center, Connectors Division, 1507 
Wilmington Pike, Dayton, OH 45444-5198
SP0960
    Defense Electronics Supply Center, Active Devices Division, 1507 
Wilmington Pike, Dayton, OH 45444-5198
SP0970
    Defense Electronics Supply Center, ADP/Communications Division, 
Dayton, OH 45444-5198
SP0980
    Defense Electronics Supply Center, Tailored Logistics 
Acquisitions, 1507 Wilmington Pike, Dayton, OH 45444-5198
SP0999
    Defense Electronics Supply Center--FCIM, 1507 Wilmington Pike, 
Dayton, OH 45444-5160
SP3100
WX
    Defense Distribution Region East (DDRE), Office of Contracting, 
New Cumberland, PA 17070-5001
SP3200
TV
    Defense Distribution Region West (DDRW), Office of Contracting, 
Building S-4, Lathrop, CA 95330-5000
SP3500
UN
    Defense Distribution Region East (DDRE), Office of Contracting, 
New Cumberland, PA 17070-5001
SP4400
X1
    Defense Reutilization Marketing Service, Federal Center, 74 
Washington Avenue North, Battle Creek, MI 49017-3092
SP4410
X1
    Defense Reutilization Marketing Service, Special Contracts 
Division, ATTN: DRMS-PP, Federal Center, 74 Washington Avenue North, 
Battle Creek, MI 49017-3092
SP4700
YK
    Defense Logistics Agency, ADP Telecommunications Contracting 
Office, 8725 John J. Kingman Road, Suite 2533, Fort Belvoir, VA 
22060-6221
SP4800
    Defense Logistics Agency, Office of Small and Disadvantaged 
Business Utilization, 8725 John J. Kingman Road, Suite 2533, Fort 
Belvoir, VA 22060-6221
SBL00A
MJ
    DCMAO Brussels/Emb, PSC 82, Box 002, APO AE 09724
SCN01A
WV
    DCMAO Canada, 275 Bank Street, Suite 200, Ottawa, ON Canada K2P
SGR18A
    DCMAO Frankfurt, CMR 410, Box 761, APO AP 09096
SJP10A
Y9
    DCMAO 6TSUGI Japan, PSC 477, Box 39, APO AP 96306-2739
SKR08A
R1
    DCMAO Korea, Unit 2000, APO AE 96214-5000
SM104A
XC
    DCMAO Kuala Lumpur, American Embassy, APO AP 96535-5000
SPH07A
    DCMAOR Manila, APO CA, San Francisco, CA 96440
SPR01A
QF
    DCMAO Puerto Rico, P.O. Box DLA (NSGA), FPO AA 34053-0007
SPR02A
    DCMAOR Alverca, Alverca Portugal, APO PO 09726
SSR01A
YE
    DCMAO Israel, Unit 228, APO AE 09830-7228
STR02A
TQ
    DCMAO Ankara, Unit 9050, APO AE 09822-9050
SUK12A
VN
    DCMAO United Kingdom, Unit 4790, APO AE 09449-4790
S0102A
WA
    DPRO Pemco Aeroplex, Inc., P.O. Box 12447, Birmingham, AL 35202-
2447
S0302A
WY
    DCMAO Phoenix, The Monroe School, 215 North 7th Street, Phoenix, 
AZ 85034-1012
S0304A
TR
    DPRO McDonnell Douglas Helicopter, 5000 East McDowell Road, 
Mesa, AZ 85025-9797
S0305A
SR
    DPRO Hughes, Tucson, P.O. Box 1137 M/S E-4, Tucson, AZ 85734-
1337
S0506A
WL
    DCMD West, 222 North Sepulveda Boulevard, El Segundo, CA 90245-
4320
S0507A
XR
    DCMAO San Francisco, 1250 Bayhill Drive, San Bruno, CA 94066-
3070
S0512A
YC
    DCMAO Van Nuys, 6230 Van Nuys Boulevard, Van Nuys, CA 91401-2713
S0513A
UG
    DCMAO Santa Ana, 34 Civic Center Plaza, P.O. Box C 12700, Santa 
Ana, CA 92712-2700
S0514A
VH
    DCMAO San Diego, 7675 Dagget Street, Suite 200, San Diego, CA 
92111-2241
S0520A
VR
    DPRO United Defense, California, 1125 Coleman Avenue, P.O. Box 
367, San Jose, CA 95103-0367
S0523A
YG
    DPRO Westinghouse, 401 East Hendy Avenue, P.O. Box 3499, M/S 11-
7, Sunnyvale, CA 94088-3499
S0530A
X9
    DPRO McDonnell Douglas, Space Systems Company, 5301 Bolsa 
Avenue, Huntington Beach, CA 92647-2048
S0533A
XG
    DPRO Hughes, Fullerton, 1901 West Malvern Street, P.O. Box 3310, 
Fullerton, CA 92634-3310
S0539A
QT
    DPRO Hughes, Los Angeles, P.O. Box 92463, Los Angeles, CA 90009-
2463
S0540A
RB
    DPRO Rockwell, Anaheim, 3370 Miraloma Avenue, M/S AB02A, 
Anaheim, CA 92803-3110
S0542A
RY

[[Page 61625]]

    DPRO Rockwell, Canoga Park, 6633 Canoga Avenue, Canoga Park, CA 
91303-2790
S0543A
QX
    DPRO Lockheed, Sunnyvale, P.O. Box 3504, Sunnyvale, CA 94088-
3504
S0544A
TC
    DPRO Douglas, Long Beach, 3855 Lakewood Boulevard, Long Beach, 
CA 90846-0001
S0545A
S6
    DPRO TRW, Redondo Beach, One Space Park, Redondo Beach, CA 
90278-1078
S0546A
QR
    DPRO Northrop, Hawthorne, One Northrop Avenue, Hawthorne, CA 
90250-3296
S0602A
VK
    DCMAO Denver, Orchard Place 2, Suite 200, 5975 Greenwood Plaza 
Boulevard, Englewood, CO 80111-4715
S0605A
RE
    DPRO Martin Marietta, Denver, P.O. Box 179, Denver, CO 80201-
0179
S0701A
WB
    DCMAO Hartford, 130 Darlin Street, East Hartford, CT 06108-3234
S0702A
UP
    DCMAO Stratford, 555 Main Street, Stratford, CT 06497-7593
S0703A
XT
    DPRO Hamilton Standard, 1 Hamilton Road, Windsor Locks, CT 
06096-0463
S0707A
LF
    DPRO UTC Sikorsky Aircraft Division, Stratford, CT 06497-7553
S0708A
T5
    DPRO Pratt & Whitney, East Hartford, 400 Main Street, East 
Hartford, CT 06108-0969
S1002A
WW
    DCMAO Orlando, 3555 Maguire Boulevard, Orlando, FL 32803-3726
S1005A
XL
    DPRO Martin Marietta, Orlando, 5600 Sand Lake Road, MP49, 
Orlando, FL 32819-8907
S1009A
V1
    DPRO Harris, Melbourne, 1425 Troutman Boulevard, NE, Palm Bay, 
FL 32905-4102
S1011A
T2
    DPRO Pratt & Whitney, West Palm Beach, P.O. Box 109600, West 
Palm Beach, FL 33410-9600
S1102A
UL
    DCMD South, 805 Walker Street, Marietta, GA 30060-2789
S1103A
Y1
    DCMAO Atlanta, 805 Walker Street, Marietta, GA 30060-2789
S1109A
Z4
    DCMAO Clearwater, 1100 Cleveland Street, Suite 200, Clearwater, 
FL 34615-4822
S1110A
Z5
    DPRO Grumman, St. Augustine, 5000 US Highway 1, North, P.O. 
Drawer 3447, St. Augustine, FL 32085-3447
S1111A
RK
    DPRO Lockheed Aeronautical Systems Co.--Georgia, 86 South Cobb 
Drive, Bldg B-2, Marietta, GA 30063-0260
S1201A
Z9
    DCMAO Residency, Honolulu, Box 64110, Camp HM Smith, Honolulu, 
HI 96861-4110
S1211A
U8
    DCMC Aircraft Program Management Office, 805 Walker Street, 
Marietta, GA 30060-2789
S1221A
X5
    DPRO Grumman, P.O. Box 9650, Melbourne, FL 32902-9650
S1403A
YP
    DCMAO Chicago, O'Hare International Airport, P.O. Box 66911, 
Chicago, IL 60666-0911
S1501A
WG
    DCMAO Indianapolis, Building 1, Fort Benjamin Harris, IN 46249-
5701
S1505A
X2
    DPRO Magnavox, 1616 Directors Row, Fort Wayne, IN 46808-1286
S1701A
YD
    DCMAO Wichita, U.S. Courthouse, Suite B-34, 401 North Market, 
Wichita, KS 67202-2095
S1702A
RP
    DPRO Boeing Military Airplanes, P.O. Box 7723, Wichita, KS 
67277-7723
S1903A
    DPRO Michoud, 13800 Old Gentilly Hwy, Building 350, P.O. Box 
29503, New Orleans, LA 70189-0503
S2102A
7H
    Defense Contract Management Residency, 895 Oceanic Drive, P.O. 
Box 1488, Annapolis, MD 21401-1488
S2103A
S2
    DPRO Westinghouse Electric--Baltimore, P.O. Box 1693, M/S 1265, 
Baltimore, MD 21203-1693
S2202A
UT
    DCMD Northeast, 495 Summer Street, Boston, MA 02210-2184
S2203A
XX
    DPRO GTE Government Systems Corp, 200 First Avenue, Needham, MA 
02194-9123
S2205A
XF
    DPRO Raytheon, Spencer Laboratory, Wayside Avenue, Burlington, 
MA 01803-0901
S2206A
Y3
    DCMAO Boston, 495 Summer Street Boston, MA 02210-2138
S2207A
7Q
    DPRO GE Aircraft Engines, Lynn, 1000 Western Avenue, Lynn, MA 
01910-0445
S2208A
NJ
    DPRO Martin Marietta Defense Systems, 100 Plastics Avenue, 
Pittsfield, MA 01201-3696
S2209A
SQ
    DPRO Textron Defense Systems, 201 Lowell Street, Wilmington, MA 
01887-2941
S2303A
VW
    DCMAO Grand Rapids, Riverview Center Building, 678 Front Street, 
NW, Grand Rapids, MI 49504-5352
S2305A
Y7
    DCMAO Detroit, McNamara Federal Building, 477 Michigan Avenue, 
Detroit, MI 48226-2579
S2401A
WQ
    DCMAO Twin Cities, 2305 Ford Parkway, St. Paul, MN 55116-1893
S2402A
WD
    DPRO Honeywell/Alliant Techsystems, Honeywell Plaza, 2701 4th 
Avenue, South Minneapolis, MN 54408-1792
S2404A
UR
    DCMAO Baltimore, 200 Towsontown Boulevard, West, Towson, MD 
21204-5299
S2603A
XS
    DCMAO St Louis, 1222 Spruce Street, St. Louis, MO 63103-2811
S2606A
JZ
    DPRO McDonnell Douglas, St. Louis, P.O. Box 516, St. Louis, MO 
63166-0516
S3001A
YS
    DPRO Lockheed Sanders, Inc., Daniel Webster Highway, South, P.O. 
Box 868, Nashua, NH 03061-0868
S3101A
WT
    DCMAO Springfield, 955 South Springfield Avenue, Springfield, NJ 
07081-3170
S3102A
UU
    DPRO Allied Signal, Route 46, Teterboro, NJ 07608-1173
S3109A
WC
    DPRO GEC/Kearfott, 164 Totowa Road, MS 11A30, Wayne, NJ 07474-
0975
S3110A
X7
    DPRO GE Aerospace, Marne Highway and Borton Landing Road, 
Moorestown, NJ 08057-3095
S3304A
XQ

[[Page 61626]]

    DPRO Link Flight Simulation, Kirkwood Plant, P.O. Box 1237, 
Binghamton, NY 13902-1237
S3306A
XU
    DCMAO Syracuse, 615 Erie Boulevard West, Syracuse, NY 13204-2408
S3309A
VX
    DCMAO Garden City, 605 Stewart Avenue, Garden City, NY 11530-
4761
S3314A
YN
    DPRO Harris, 6801 Jericho Turnpike, Syosset, NY 11791-4465
S3315A
YR
    DPRO IBM, Route 17C, Owego, NY 13827-1298
S3316A
KK
DPRO Grumman Aerospace, Bethpage,
    Bethpage, NY 11714-3593
S3317A
NH
    DPRO Unisys, Great Neck, Long Island, Great Neck, NY 11020-7001
S3602A
SB
    DPRO GE Aircraft Engines, Evendale, Mail Drop N-1, Cincinnati, 
OH 45215-6303
S3603A
VB
    DCMAO Cleveland, A J Celebrezze Federal Building, 1240 East 
Ninth Street, Cleveland, OH 44199-2063
S3605A
VL
    DCMAO Dayton, Gentile Station, 1001 Hamilton Street, Dayton, OH 
45444-5300
S3613A
YB
    DPRO Westinghouse, Cleveland, 18901 Euclid Avenue, Cleveland, OH 
44117-1388
S3615A
YH
    DPRO Williams International, c/o Williams International 
Corporation, 2280 West Maple Road, Walled Lake, MI 48088-0200
S3616A
X6
    DPRO Loral, 1210 Massillon Road, Akron, OH 44315-0001
S3618A
YF
    DPRO General Dynamics, Lima, 1155 Buckeye Road, Lima, OH 45804-
1898
S3620A
VA
    Defense Contract Management Command, International Contracts 
Division, 2000 Hamilton Street, Dayton, OH 45444-5410
S3910A
XA
    DCMD Mid-Atlantic, P.O. Box 7478, Philadelphia, PA 19101-7478
S3911A
XD
    DCMAO Pittsburgh, 1612 Federal Building, 1000 Liberty Avenue, 
Pittsburgh, PA 15222-4190
S3912A
XM
    DCMAO Reading, 45 South Front Street, Reading, PA 19602-1094
S3915A
X3
    DCMAO Philadelphia, P.O. Box 7699, Philadelphia, PA 19101-7699
S3916A
TU
    DPRO Boeing Helicopters, P.O. Box 16859, Philadelphia, PA 19142-
0859
S4201A
XY
    DPRO United Defense L.P., P.O. Box 15512, York, PA 17405-1512
S4402A
Z7
    DCMAO Dallas, 1200 Main Street, Dallas, TX 75202-4399
S4404A
XN
    DCMAO San Antonio, 615 East Houston, P.O. Box 1040, San Antonio, 
TX 78294-1040
S4407A
WN
    DPRO E-Systems, Inc., P.O. Box 6379, Greenville, TX 75403-6379
S4408A
XZ
    DPRO Texas Instruments, Inc., P.O. Box 660246, MS 256, Dallas, 
TX 75266-0246
S4418A
W1
    DPRO Bell Helicopter Textron, P.O. Box 1605, Fort Worth, TX 
76101-1605
S4419A
SL
TH
    DPRO Lockheed, Fort Worth, P.O. Box 371, Fort Worth, TX 76101-
0371
S4420A
WP
    DPRO Loral/Vought Systems, P.O. Box 655907, M/S 4915, Dallas, TX 
75265-5907
S4503A
R6
    DPRO Thiokol, P.O. Box 524, Mail Stop Z-10, Brigham City, UT 
84302-0524
S4801A
XW
    DCMAO Seattle, Building 5D, Naval Station Puget Sound, Seattle, 
WA 98115-5010
S4804A
SP
    DPRO Boeing, Seattle, P.O. Box 3707, Seattle, WA 98124-2207
S4807A
WM
    DPRO, Stewart and Stevenson, Inc., 5000 Interstate 10 West, P.O. 
Box 457, Sealy, TX 77474-0457
S4804A
SP
    DPRO Boeing, Seattle, P.O. Box 3707, Seattle, WA 98124-2207
S4807A
WM
    DPRO, Stewart and Stevenson, Inc., 5000 Interstate 10 West, P.O. 
Box 457, Sealy, TX 77474-0457

    160. Appendix G to Chapter 2 is amended by revising Part 7, 
entitled ``Defense Information Systems Agency Activity Address 
Numbers'' to read as follows:

PART 7--DEFENSE INFORMATION SYSTEMS AGENCY ACTIVITY ADDRESS NUMBERS

DCA100
VC
    Defense Information Systems Agency, Contract Management 
Division, ATTN: PM, 701 South Courthouse Road, Arlington, VA 22204-
2199----(ZD10)
DCA200
VP
    Defense Commercial Communications Office, Directorate of Plans 
and Policy, ATTN: DITCO-RP, 2300 East Drive, Scott AFB, IL 62225-
5406----(ZD11)
DCA300
1F
    DITCO-PAC/RUS, ATTN: RU, 99-080 Kauhale Street, Building C, 
Suite 2, Aiea, HI 96701-4104----(ZD13)
DCA400
WK
    DECCO--Europe, ATTN: RS, Unit 4235, Sembach Air Base, APO AE 
09136----(ZD14)
DCA500
KH
    DECCO--Alaska, ATTN: RT, 9864 L Street, Suite 201, Elmendorf 
AFB, AK 99506-2615----(ZD15)
DCA600
Y5
    DISA/DITPRO, Office of Acquisition, ATTN: OA, 148 Redman Street, 
Fort Ritchie, MD 21719-3201----(ZD16)

    161. Appendix G to Chapter 2 is amended by revising Part 8, 
entitled ``Defense Mapping Agency Activity Address Numbers'' to read as 
follows:

PART 8--DEFENSE MAPPING AGENCY ACTIVITY ADDRESS NUMBERS

DMA100
BQ
    Defense Mapping Agency, Acquisition and Technology Procurement, 
ATTN: PCA/D-88, 4600 Sangamore Road, Bethesda, MD 20816-5003----
(ZM100)
DMA201
Y2
    Defense Mapping Agency, Micro Purchasing Operations (East), 
ATTN: PCC-E/D-6, 4600 Sangamore Road, Bethesda, MD 20816-5003----
(ZM21)
DMA202
Z2
    Defense Mapping Agency, Micro Purchasing Operations (West), 
ATTN: PCC-W/L-13, 3200 South Second Street, St. Louis, MO 63118-
3399----(ZM22)
DMA301
V2
    Defense Mapping Agency, Operations Group Procurement (East), 
ATTN: PCG-E/D-5, 4600 Sangamore Road, Bethesda, MD 20816-5003----
(ZM31)
DMA302
YQ
    Defense Mapping Agency, Operations Group Procurement (West), 
ATTN: PCG-

[[Page 61627]]
W/L-13, 3200 South Second Street, St. Louis, MO 63118-3399----(ZM32)
DMA401
BY

    Defense Mapping Agency, Installations Procurement (East), ATTN: 
PCI-E/D-6, 4600 Sangamore Road, Bethesda, MD 20816-5003----(ZM41)
DMA402
    Defense Mapping Agency, Installations Procurement (West), ATTN: 
PCI-W/L-13, 3200 South Second Street, St. Louis, MO 63118-3399----
(ZM42)

    162. Appendix G to Chapter 2 is amended by revising in Part 9, 
entitled ``Defense Nuclear Agency Activity Address Numbers'' the ATTN 
line and the address in the activity address number ``DNA002--0N to 
read: ``ATTN: Acquisition Management Office (FCA), 1680 Texas Street, 
S.E., Kirtland AFB, NM 87115-5669 (ZD31).''
    163. Appendix G to Chapter 2 is amended by revising Part 10, 
entitled ``Miscellaneous Defense Activities Activity Address Numbers'' 
to read as follows:

PART 10--MISCELLANEOUS DEFENSE ACTIVITIES ACTIVITY ADDRESS NUMBERS

MDA112
E0
    T-ASA, Sacramento Contracting Office, 3116 Peacekeeper Way, 
McClellan AFB, CA 95652-1068----(ZP12)
MDA113
VE
    T-ASA, March Contracting Office, 1363 Z Street, March AFB, GA 
92518-2717----(ZP13)
MDA114
VV
    T-ASA, Alexandria Contracting Office, 601 North Fairfax Drive, 
Suite 311, Alexandria, VA 22314-2007----(ZP14)
MDA410
DR
    DoDDS, ATTN: Procurement Division, 4040 North Fairfax Drive, 8th 
Floor, Arlington, VA 22203-1635----(ZK10)
MDA412
9Y
    DoDDs, European Procurement Office, Unit 29649, Box 4000, APO AE 
09096----(ZK12)
MDA414
Y4
    DoD Education Activity, Education Supplies Procurement Office, 
ATTN: DGSC-ED, 8000 Richmond Highway, Richmond, VA 23297-5320----
(ZK14)
MDA416
YT
    DoD Education Activity, Pacific Procurement Office, PSC 556, Box 
796, FPO, AP 96386-0796----(ZK16)
MDA904
    Maryland Procurement Office, ATTN: N363, 9800 Savage Road, Fort 
George G. Meade, MD 20755-6000----(ZD04)
MDA905
B4
    Uniformed Services University of the Health Sciences, ATTN: 
Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD 
20814-4799----(ZD05)
MDA906
    Office for the Civilian Health & Medical Program of the 
Uniformed Services (CHAMPUS), ATTN: Contract Management Division, 
Building 222, East Harlow Avenue, FAMC, Aurora, CO 80045-6900----
(ZD06)
MDA907
    Purchasing and Contracting Office, Menwith Hill Station, APO AE 
09210----(ZD07)
MDA908
2X
    Virginia Contracting Activity, ATTN: DAP, P.O. Box 46563, 
Washington, DC 20050-6563----(ZD50)
MDA928
    Armed Forces Radiobiology, Research Institute, ATTN: Acquisition 
Management Office, 8901 Wisconsin Avenue, Bethesda, MD 20889-5603--
--(ZD28)
MDA946
    WHS Contracting Office, Real Estate Facilities Directorate, 
ATTN: Director, Procurement & Contracts, 1155 Defense Pentagon, Room 
1D198, Washington, DC 20301-1155----(ZD46)
MDA972
WS
    ARPA Contract Management Office, 3701 North Fairfax Drive, 
Arlington, VA 22203----(ZD72)

    164. Appendix G is to Chapter 2 is amended by adding ``Part 14, 
United States Special Operations Command Activity Address Numbers'' to 
read as follows:

PART 14--UNITED STATES SPECIAL OPERATIONS COMMAND ACTIVITY ADDRESS 
NUMBERS

USZA22
2U
    USSOCOM Headquarters, Directorate of Procurement, 7701 Tampa 
Point Boulevard, MacDill AFB, FL 33621-5323----(ZA22)
USZA24
    USSCOCOM, 24th STS, ATTN: MS-Z, Pope AFB, NC 28308-5000----
(ZA24)
USZA90
    USSOCOM, JSOC, P.O. Box 70329, Fort Bragg, NC 28307-5000----
(ZA90)
USZA91
    USSOCOM, SOTF, ATTN: Contracting, P.O. Box 70660, Fort Bragg, NC 
28307-5000----(ZA91)
USZA92
1F
    USSOCOM, USASOC, ATTN: AOCO, Fort Bragg, NC 28307-5200----(ZA92)
USZA95
1A
    USSOCOM, TAKO, Contracting Division, ATTN: AMSAT-D-TK, 4300 
Goodfellow Boulevard, St. Louis, MO 63120----(ZA95)
USZA92
1F
    US Special Operations Command--USASOC, ATTN: AOCO, Fort Bragg, 
NC 28307-5200----(ZA92)
USZA95
1A
    US Special Operations Command--TAKO, Contracting Division, ATTN: 
AMSAT-D-TK, 4300 Goodfellow Boulevard, St. Louis, MO 63120----(ZA95)

[FR Doc. 95-29187 Filed 11-29-95; 8:45 am]
BILLING CODE 5000-04-M