Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

G -- Catholic Priest - Performance Work Statement - Wage Determination

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q0CH3185A010
 
Point of Contact
Warren C. Rehrer, Phone: 302-677-5028, Andre Lopez, Phone: 302-677-5220
 
E-Mail Address
warren.rehrer@us.af.mil, andre.lopez.1@us.af.mil
(warren.rehrer@us.af.mil, andre.lopez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination_19 August 2013 Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q0CH3185A010 and this solicitation is being issued as a Request For Quotes. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Requirements contract of Base Period with Four Option Years. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-69 and Defense Acquisition Circular 20130808. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 561110, size standard $7 Million. Funds are not presently available for this requirement. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available. Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below and the contractor must show proof of a valid ordination and maintain faculties from their bishop or religious order in accordance with PWS paragraph 2.1. Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of the Government. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 26 August 2013 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 22 August 2013 at (1:00PM) EST. POC information: Warren Rehrer, A1C, USAF 302-677-5028 Warren.rehrer@us.af.mil ALT POC: Andre Lopez, TSgt, USAF 302-677-5104 Andre.lopez.1@us.af.mil The contractor shall perform the services listed below: 0001- Auxillary Catholic Priest in accordance with attached Performance Work Statement. Period of Performance - 1 October 2013 - 30 September 2014 0002- Option Year 1 Period of Performance - 1 October 2014 - 30 September 2015 0003- Option Year 2 Period of Performance - 1 October 2015 - 30 September 2016 0004- Option Year 3 Period of Performance - 1 October 2016 - 30 September 2017 0005- Option Year 4 Period of Performance - 1 October 2017 - 30 September 2018 Attachement 1: Performance Work Statement Attachment 2: Wage Determination The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Provision 52.204-7, Central Contractor Registration Provision 52.212-1 - Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) Provision 52.222-25 Affirmative Action Compliance The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) Provision 52.225-25, Prohibition on Engaging in Sanctioned Activites relating to Iran - Certification Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-13, Central Contractor Registration Maintenance Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Administrative Assistant $20.49 - 36.25% (End of Clause) 52.222-50, Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.217-5, Evaluation of Options Clause 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 Days. Clause 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five Years. Clause 52.223-5, Pollution Prevention and Right-to-Know Information Clause 52.223-10, Waste Reduction Program Clause 52.232-18, Availibility of Funds Clause 52.232-39, Unenforceability of Unauthorized Obligations Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.242-15, Stop Work order Clause 52.245-1, Government Property Clause 52.245-9, Use and Charges Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DOD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A System for Award Management Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Clause 252.232-7003 Electronic Submission of Payment Requests. Clause 252.232-7006, Wide Area Work Flow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ___________________________________________________________ ___________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ___________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Clause 252.232-7010, Levies on Contract Payments Clause 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (a) Definitions. As used in this clause- "Government-furnished property" is defined in the clause at FAR 52.245-1, Government Property. "Serially-managed item" means an item designated by DoD to be uniquely tracked, controlled, or managed in maintenance, repair, and/or supply systems by means of its serial number. (b) The Contractor shall tag, label, or mark Government-furnished property items identified in the contract as subject to serialized item management (serially-managed items). (c) The Contractor is not required to tag, label, or mark Government-furnished property previously tagged, labeled, or marked. (End of clause) Clause 252.245-7002, Reporting Loss of Government Property (a) Definitions. As used in this clause- "Government property" is defined in the clause at FAR 52.245-1, Government Property. "Loss of Government property" means unintended, unforeseen, or accidental loss, damage, or destruction of Government property that reduces the Government's expected economic benefits of the property. Loss of Government property does not include purposeful destructive testing, obsolescence, normal wear and tear, or manufacturing defects. Loss of Government property includes, but is not limited to- (1) Items that cannot be found after a reasonable search; (2) Theft; (3) Damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or (4) Destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair. "Unit acquisition cost" means- (1) For Government-furnished property, the dollar value assigned by the Government and identified in the contract; and (2) For Contractor-acquired property, the cost derived from the Contractor's records that reflect consistently applied, generally acceptable accounting principles. (b) Reporting loss of Government property. (1) The Contractor shall use the Defense Contract Management Agency (DCMA) eTools software application for reporting loss of Government property. Reporting value shall be at unit acquisition cost. The eTools "LTDD of Government Property" toolset can be accessed from the DCMA home page External Web Access Management application at http://www.dcma.mil/aboutetools.cfm. (2) Unless otherwise provided for in this contract, the requirements of paragraph (b)(1) of this clause do not apply to normal and reasonable inventory adjustments, i.e., losses of low-risk consumable material such as common hardware, as agreed to by the Contractor and the Government Property Administrator. Such losses are typically a product of normal process variation. The Contractor shall ensure that its property management system provides adequate management control measures, e.g., statistical process controls, as a means of managing such variation. (3) The Contractor shall report losses of Government property outside normal process variation, e.g., losses due to- (i) Theft; (ii) Inadequate storage; (iii) Lack of physical security; or (iv) "Acts of God." (4) This reporting requirement does not change any liability provisions or other reporting requirements that may exist under this contract. (End of clause) Clause 252.245-7003, Contractor Property Management System Administration (a) Definitions. As used in this clause- "Acceptable property management system" means a property system that complies with the system criteria in paragraph (c) of this clause. "Property management system" means the Contractor's system or systems for managing and controlling Government property. "Significant deficiency" means a shortcoming in the system that materially affects the ability of officials of the Department of Defense to rely upon information produced by the system that is needed for management purposes. (b) General. The Contractor shall establish and maintain an acceptable property management system. Failure to maintain an acceptable property management system, as defined in this clause, may result in disapproval of the system by the Contracting Officer and/or withholding of payments. (c) System criteria. The Contractor's property management system shall be in accordance with paragraph (f) of the contract clause at Federal Acquisition Regulation 52.245-1. (d) Significant deficiencies. (1) The Contracting Officer will provide an initial determination to the Contractor, in writing, of any significant deficiencies. The initial determination will describe the deficiency in sufficient detail to allow the Contractor to understand the deficiency. (2) The Contractor shall respond within 30 days to a written initial determination from the Contracting Officer that identifies significant deficiencies in the Contractor's property management system. If the Contractor disagrees with the initial determination, the Contractor shall state, in writing, its rationale for disagreeing. (3) The Contracting Officer will evaluate the Contractor's response and notify the Contractor, in writing, of the Contracting Officer's final determination concerning- (i) Remaining significant deficiencies; (ii) The adequacy of any proposed or completed corrective action; and (iii) System disapproval, if the Contracting Officer determines that one or more significant deficiencies remain. (e) If the Contractor receives the Contracting Officer's final determination of significant deficiencies, the Contractor shall, within 45 days of receipt of the final determination, either correct the significant deficiencies or submit an acceptable corrective action plan showing milestones and actions to eliminate the significant deficiencies. (f) Withholding payments. If the Contracting Officer makes a final determination to disapprove the Contractor's property management system, and the contract includes the clause at 252.242-7005, Contractor Business Systems, the Contracting Officer will withhold payments in accordance with that clause. (End of clause) Clause 252.245-7004, Reporting, Reutilization, and Disposal (a) Definitions. As used in this clause- (1) "Demilitarization" means the act of eliminating the functional capabilities and inherent military design features from DoD personal property. Methods and degree range from removal and destruction of critical features to total destruction by cutting, tearing, crushing, mangling, shredding, melting, burning, etc. (2) "Export-controlled items" means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations [(ITAR)] (22 CFR parts 120-130). The term includes- (i) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, etc.; and (ii) "Items," defined in the EAR as "commodities," "software," and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (3) "Ineligible transferees" means individuals, entities, or countries- (i) Excluded from Federal programs by the General Services Administration as identified in the System for Award Management Exclusions located at https://www.acquisition.gov; (ii) Delinquent on obligations to the U.S. Government under surplus sales contracts; (iii) Designated by the Department of Defense as ineligible, debarred, or suspended from defense contracts; or (iv) Subject to denial, debarment, or other sanctions under export control laws and related laws and regulations, and orders administered by the Department of State, the Department of Commerce, the Department of Homeland Security, or the Department of the Treasury. (4) "Scrap" means property that has no value except for its basic material content. For purposes of demilitarization, scrap is defined as recyclable waste and discarded materials derived from items that have been rendered useless beyond repair, rehabilitation, or restoration such that the item's original identity, utility, form, fit, and function have been destroyed. Items can be classified as scrap if processed by cutting, tearing, crushing, mangling, shredding, or melting. Intact or recognizable components and parts are not "scrap." (5) "Serviceable or usable property" means property with potential for reutilization or sale "as is" or with minor repairs or alterations. (b) Inventory disposal schedules. Unless disposition instructions are otherwise included in this contract, the Contractor shall complete SF 1428, Inventory Schedule B, within the Plant Clearance Automated Reutilization Screening System (PCARSS). Information on PCARSS can be obtained from the plant clearance officer and at http://www.dcma.mil/ITCSO/CBT/PCARSS/index.cfm. (1) The SF 1428 shall contain the following: (i) If known, the applicable Federal Supply Code (FSC) for all items, except items in scrap condition. (ii) If known, the manufacturer name for all aircraft components under Federal Supply Group (FSG) 16 or 17 and FSCs 2620, 2810, 2915, 2925, 2935, 2945, 2995, 4920, 5821, 5826, 5841, 6340, and 6615. (iii) The manufacturer name, make, model number, model year, and serial number for all aircraft under FSCs 1510 and 1520. (iv) Appropriate Federal Condition Codes. See Appendix 2 of DoD 4000.25-2, Military Standard Transaction Reporting and Accounting Procedures manual, edition in effect as of the date of this contract. Information on Federal Condition Codes can be obtained at http://www.DLA.Mil/J-6/DLMSO/Elibrary/Manuals/Milstrap/AP2_Index.asp. (2) If the schedules are acceptable, the plant clearance officer shall complete and send the Contractor a DD Form 1637, Notice of Acceptance of Inventory. (c) Proceeds from sales of surplus property. Unless otherwise provided in the contract, the proceeds of any sale, purchase, or retention shall be- (1) Forwarded to the Contracting Officer; (2) Credited to the Government as part of the settlement agreement; (3) Credited to the price or cost of the contract; or (4) Applied as otherwise directed by the Contracting Officer. (d) Demilitarization, mutilation, and destruction. If demilitarization, mutilation, or destruction of contractor inventory is required, the Contractor shall demilitarize, mutilate, or destroy contractor inventory, in accordance with the terms and conditions of the contract and consistent with Defense Demilitarization Manual, DoDM 4160.28-M, edition in effect as of the date of this contract. The plant clearance officer may authorize the purchaser to demilitarize, mutilate, or destroy as a condition of sale provided the property is not inherently dangerous to public health and safety. (e) Classified Contractor inventory. The Contractor shall dispose of classified contractor inventory in accordance with applicable security guides and regulations or as directed by the Contracting Officer. (f) Inherently dangerous Contractor inventory. Contractor inventory dangerous to public health or safety shall not be disposed of unless rendered innocuous or until adequate safeguards are provided. (g) Contractor inventory located in foreign countries. Consistent with contract terms and conditions, property disposition shall be in accordance with foreign and U.S. laws and regulations, including laws and regulations involving export controls, host nation requirements, Final Governing Standards, and Government-to-Government agreements. The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (h) Disposal of scrap. (1) Contractor with scrap procedures. (i) The Contractor shall include within its property management procedure, a process for the accountability and management of Government-owned scrap. The process shall, at a minimum, provide for the effective and efficient disposition of scrap, including sales to scrap dealers, so as to minimize costs, maximize sales proceeds, and, contain the necessary internal controls for mitigating the improper release of non-scrap property. (ii) The Contractor may commingle Government and contractor-owned scrap and provide routine disposal of scrap, with plant clearance officer concurrence, when determined to be effective and efficient. (2) Scrap warranty. The plant clearance officer may require the Contractor to secure from scrap buyers a DD Form 1639, Scrap Warranty. (i) Sale of surplus Contractor inventory. (1) The Contractor shall conduct sales of contractor inventory (both useable property and scrap) in accordance with the requirements of this contract and plant clearance officer direction. (2) Any sales contracts or other documents transferring title shall include the following statement: ``The Purchaser certifies that the property covered by this contract will be used in (name of country). In the event of resale or export by the Purchaser of any of the property, the Purchaser agrees to obtain the appropriate U.S. and foreign export or re-export license approval. (j) Restrictions on purchase or retention of Contractor inventory. (1) The Contractor may not knowingly sell the inventory to any person or that person's agent, employee, or household member if that person- (i) Is a civilian employee of the DoD or the U.S. Coast Guard; (ii) Is a member of the armed forces of the United States, including the U.S. Coast Guard; or (iii) Has any functional or supervisory responsibilities for or within the DoD's property disposal/disposition or plant clearance programs or for the disposal of contractor inventory. (2) The Contractor may conduct Internet-based sales, to include use of a third party. (3) If the Contractor wishes to bid on the sale, the Contractor or its employees shall submit bids to the plant clearance officer prior to soliciting bids from other prospective bidders. (4) The Contractor shall solicit a sufficient number of bidders to obtain adequate competition. Informal bid procedures shall be used, unless the plant clearance officer directs otherwise. The Contractor shall include in its invitation for bids, the sales terms and conditions provided by the plant clearance officer. (5) The Contractor shall solicit bids at least 15 calendar days before bid opening to allow adequate opportunity to inspect the property and prepare bids. (6) For large sales, the Contractor may use summary lists of items offered as bid sheets with detailed descriptions attached. (7) In addition to mailing or delivering notice of the proposed sale to prospective bidders, the Contractor may (when the results are expected to justify the additional expense) display a notice of the proposed sale in appropriate public places, e.g., publish a sales notice on the Internet in appropriate trade journals or magazines and local newspapers. (8) The plant clearance officer or representative will witness the bid opening. The Contractor shall submit, either electronically or manually, two copies of the bid abstract. (9) The following terms and conditions shall be included in sales contracts involving the demilitarization, mutilation, or destruction of property: (i) Demilitarization, mutilation, or destruction on Contractor or subcontractor premises. Item(s) ______ require demilitarization, mutilation, or destruction by the Purchaser. Insert item number(s) and specific demilitarization, mutilation, or destruction requirements for item(s) shown in Defense Demilitarization Manual, DoDM 4160.28-M, edition in effect as of the date of this contract. Demilitarization shall be witnessed and verified by a Government representative using DRMS Form 145 or equivalent. (ii) Demilitarization, mutilation, or destruction off Contractor or subcontractor premises. (A) Item(s) ______ require demilitarization, mutilation, or destruction by the Purchaser. Insert item number(s) and specific demilitarization, mutilation, or destruction requirements for item(s) shown in Defense Demilitarization Manual, DoDM 4160.28-M, edition in effect as of the date of this contract. Demilitarization shall be witnessed and verified by a Government representative using DRMS Form 145 or equivalent. (B) Property requiring demilitarization shall not be removed, and title shall not pass to the Purchaser, until demilitarization has been accomplished and verified by a Government representative. Demilitarization will be accomplished as specified in the sales contract. Demilitarization shall be witnessed and verified by a Government representative using DRMS Form 145 or equivalent. (C) The Purchaser agrees to assume all costs incident to the demilitarization and to restore the working area to its present condition after removing the demilitarized property. (iii) Failure to demilitarize. If the Purchaser fails to demilitarize, mutilate, or destroy the property as specified in the contract, the Contractor may, upon giving 10 days written notice from date of mailing to the Purchaser- (A) Repossess, demilitarize, and return the property to the Purchaser, in which case the Purchaser hereby agrees to pay to the Contractor, prior to the return of the property, all costs incurred by the Contractor in repossessing, demilitarizing, and returning the property; (B) Repossess, demilitarize, and resell the property, and charge the defaulting Purchaser with all costs incurred by the Contractor. The Contractor shall deduct these costs from the purchase price and refund the balance of the purchase price, if any, to the Purchaser. In the event the costs exceed the purchase price, the defaulting Purchaser hereby agrees to pay these costs to the Contractor; or (C) Repossess and resell the property under similar terms and conditions. In the event this option is exercised, the Contractor shall charge the defaulting Purchaser with all costs incurred by the Contractor. The Contractor shall deduct these costs from the original purchase price and refund the balance of the purchase price, if any, to the defaulting Purchaser. Should the excess costs to the Contractor exceed the purchase price, the defaulting Purchaser hereby agrees to pay these costs to the Contractor. (End of clause) Clause 252.247-7023, Transportation of Supplies by Sea, Alt III Clause 5352.201-9101 Ombudsman Clause 5352.223-9001, Health and Safety on Government Installations Clause 5352.242-9000, Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q0CH3185A010/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN03154252-W 20130821/130819235901-3de0aa1fb799c376b2722300e49dce23 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.