PURCHASE AND INSTALL A NEW 80 TON AIR COOLED CHILLER
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SERVICES IN WHICH THE GOVERNMENT INTENDS TO AWARD AN ORDER IN ACCORDANCE WITH FAR PART 13, SIMPLIFIED ACQUISITIONS PROCEDURES. DEPARTMENT OF COMMERCE (DOC)... THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SERVICES IN WHICH THE GOVERNMENT INTENDS TO AWARD AN ORDER IN ACCORDANCE WITH FAR PART 13, SIMPLIFIED ACQUISITIONS PROCEDURES. DEPARTMENT OF COMMERCE (DOC), NATIONAL OCEANIC & ATMOSPHERIC ADMINISTRATION (NOAA), NOAA FISHERIES, NORTHWEST FISHERIES SCIENCE CENTER, HAS A REQUIREMENT FOR A NEW 80 TON AIR COOLED CHILLER TO BE INSTALLED BY VENDOR IN PARRALLEL WITH AN EXISTING CENTURY REFRIGERATION AIR COOLED CHILLER. SEE ATTACHED RFQ AND STATEMENT OF WORK FOR COMPLETE DESCRIPTION OF REQUIREMENTS. ALL INTERESTED CONCERNS MUST SUBMIT A QUOTATION AND DOCUMENTATION DEMONSTRATING THE QUALIFICATIONS TO PROVIDE REQUIREMENTS AS DESCRIBED ABOVE WITHIN FIFTEEN (15) DAYS OF THE PUBLICATION DATE OF THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION HAS BEEN ISSUED. A FIRM-FIXED ORDER IS ANTICIPATED TO BE ISSUED BEFORE AUGUST 31, 2019. ALL RESPONSES MUST BE IN WRITING AND DELIVERY SUZANNE JOHNSTON BY EMAIL AT SUZANNE.JOHNSTON@NOAA.GOV AS INDICATED BY THE RESPONSE DATE IN THE RFQ. ******* EMAILED CORRESPONDENCE OR RESPONSES SHOULD REFERENCE SOLICITATION # 1333MF19RNFFS0003, IN SUBJECT LINE TO ENSURE IT IS SUCCESSFULLY RECEIVED. THIS IS A SIMPLIFIED ACQUISITION WITH AN ESTIMATED VALUE OF LESS THAN $150,000.00 TOTAL. *** ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE MUST BE REGISTERED WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). NO AWARD CAN BE MADE UNLESS CONTRACTOR/VENDER IS REGISTERED IN SAM. FOR ADDITIONAL INFORMATION AND TO REGISTER IN SAM PLEASE ACCESS THE FOLLOWING WEB SITE: HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/. IN ORDER TO REGISTER WITH SAM AND TO BE ELIGIBLE TO RECEIVE AN AWARD FROM THIS ACQUISITION OFFICE, ALL OFFERORS MUST HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. OFFICIAL SOLICITATION, ANY AMENDMENTS, OR UPDATES CAN BE FOUND AT WWW.FBO.GOV, LISTED UNDER SOLICITATION # 1333MF19RNFFS0003 STATEMENT OF NEED 1.0 Organization 1.1 Organization: The Northwest Fisheries Science Center (NWFSC), of the National Oceanic & Atmospheric Administration (NOAA) Fisheries, Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. 1.2 Background and Objective: The Center provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. The Manchester Research Station provides both freshwater and saltwater research facilities, which are utilized by various research groups. This includes net pen facilities, a 2400 gpm pumped seawater system, freshwater and saltwater recirculation systems and effluent treatment with ozone. The facility supports projects involved with ESA listed salmon and steelhead, and economically important marine fish species including sablefish, lingcod and rockfish. Facility maintenance and upgrades are continually needed to support these ongoing projects. Currently our temperature control system (chiller) for the sablefish brood stock and hatchery is near the end of its expected operational life. This chiller was purchased in 2005 and has been in continuous use since that time. This unit uses R22 refrigerant which the EPA has been incrementally phasing out due to ozone depletion concerns. This phase out of R22 is to be complete by January 1st 2020 which will make servicing it prohibitive. In order to maintain proper temperature control for the sablefish project we require a new air cooled chiller that is energy efficient and meets environmental standards. 2.0 REQUIREMENTS Manchester Research Station requires one new 80 ton air cooled chiller to be purchased and installed in parallel with an existing Century Refrigeration 80 hp air cooled chiller. Delivery and installation at NOAA, Northwest Fisheries Science Center, Manchester Research Station, 7305 Beach Dr E. Port Orchard, WA 98366. Working hours are 8:00 am to 4:30 pm. 3.0 Requirement & Deliverables 3.1 One new air cooled chiller designed to chill water/glycol, factory tested, with the following specifications; 3.1.1 Unit shall be rated for 80 nominal tons or greater at 32 F and a net cooling capacity of 65 tons with 25% glycol. 3.1.2 Unit shall be constructed in accordance with the UL 1995 and NEC standards and be UL or ETL labeled. 3.1.3 Unit shall be rated and tested in accordance with AHRI 550/590 and551/591 - Standard for Water Chilling Packages. 3.1.4 Unit shall meet the safety standards of ANSI/ASHRAE 15 - Safety Standard for Refrigerated Systems. 3.1.5 Frame constructed of heavy gauge, galvanized steel with baked on powder coat finish. 3.1.6 Unit electrical supply will be 460VAC/3phase 3.1.7 Single point power connection. 3.1.8 Unit will use hermetically sealed scroll compressors. Each compressor shall have gas and oil equalization connections, overload protection, and crankcase heaters. 3.1.9 Non-ozone depleting 410A refrigerant required. The unit to be fully charged by vendor at installation. 3.1.10 Unit evaporator (heat exchanger) to be constructed of 316L stainless steel. 3.1.11 Chiller must be capable of achieving leaving glycol temperatures to 10°F (-12°C). 3.1.12 Condenser coils to be made of a aluminum or copper with no dissimilar metals and coated with corrosion resistant coating. Coatings can be thermoplastic, phenolic, or epoxy based. 3.1.13 All fans will have variable speed drives on motors. 3.1.14 Electronic flow sensor. 3.1.15 Unit must be capable of operating at high ambient air temperatures. Must be able to operate when temperatures are above 115°F (46°C). Must include sun shield panels and discharge pressure transducers. 3.1.16 Unit must be capable at operating at low ambient temperatures to 0 F (-18C). 3.2 The vendor shall install chiller on existing concrete pad that measures 12.5' wide by 20' long. Vendor will be required to crane lift chiller in place for installation. Vendor to verify distances and load capacities for installation. 3.3 The vendor is responsible for attachment of chiller and plumbing to concrete pad. 3.4 The vendor is responsible for PVC piping, isolation valves, wye strainer, and connecting plumbing to existing glycol reservoir. 3.5 Installation and demonstrated service to running condition. Must have technician OEM certified. Proof of certification required. 3.6 Training on operation to be provided at startup. Two year warranty against defects in materials and workmanship on the entire unit to include shell and core systems. 3.7 Must have certified OEM technician with proof of certification involved in installation. 4.0 Performance and Hours of Operation 4.1 Period of Performance is 180 days from date of award. 4.2 Work shall be performed between 7:00am & 5:00pm Monday thru Friday unless otherwise approved by the COR. Contractor agrees to observe all Federal Holidays, and any other day off work designated by Federal Statute, Executive Order, or Presidential Proclamation: New Year's Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, Christmas, Memorial Day, Presidents Day, Independence Day & Martin Luther King Day. 5.0 Evaluation criteria Vendor to detail out the specifications of unit being offered as well as to provide any and all specification documents and drawings, warranty details, on-going maintenance requirements, suggested maintenance intervals, etc. and any other documents necessary for the government to determine the unit meets requirements, each criteria is of equal value to the other. QUOTES WILL BE EVALUATED BASED ON FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), IN ATTACHED CLAUSES & PROVISIONS. 5.1 Price 5.2 Technical Approach & Capability: Quality of equipment and compatibility with existing glycol system. *The existing system utilizes 25% propylene glycol and vendor must connect unit to glycol reservoir pump located 25ft away. 5.3 Past Performance: Vendor to provide at least 3 references for 3 installations of similar units within the last 3 years. Must have certified OEM technician with proof of certification involved in installation. Vendor to provide proof of certification with bid. 6.0 SECURITY •Personnel performing work must wear visible identification at all times when physically within Government facilities or premises. •Personnel performing work will work primarily [on-site]. •Personnel performing work [will] require access to NOAA facilities. •Personnel performing work [will not] require a PIV or CAC. •Personnel performing work [will not] require a NOAA email address. •Personnel performing work [will not] require use of DOC owned IT Equipment (Laptop, Desktop Computer). •Personnel performing work [will not] require Non-Government IT equipment to interconnect to a DOC network. •Personnel performing work [will not] require access to non-public DOC/NOAA data. 7.0 NON-PERSONAL SERVICE Personnel performing services under this order will be controlled, directed and monitored at all times by management personnel of the contractor. Personnel will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The NOAA Fisheries will perform the inspection and acceptance of the completed work. 8.0 Contracting Officer Representative (COR) The Contracting Officer Representative (COR) will serve as the Government's point of contact for all submissions. The COR will be assigned at the time of award. ? FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition. This will be evaluated on a best value basis. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Quotes shall be fully executed and returned on the Standard Form (SF) 18 or your own company quote form and any acknowledgements of solicitation amendments on the SF 30. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable (preferred) and can be sent to Suzanne Johnston via email suzanne.johnston@noaa.gov. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. All factors have the same value: 1. Price 2. Past Performance - The offeror's past performance on related contracts may be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, communications between contracting parties, and customer satisfaction. Quote shall include at least three references for similar installations from within the past three years, including the phone number, full address, and e-mail address (if available). 3. Technical Approach and Capability - The offeror's approach to providing and performing contract requirements to successfully complete the contract will be evaluated. Bidders to provide detailed specifications of units being offered to include warranties, on-going maintenance requirements, suggested maintenance intervals, etc. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after receipt, unless written notice of withdrawal is received before award. THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3)of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veteransor, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by (i) One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; an (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States Women-owned small business concern means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ?is, ?is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph(c)(1) of this provision.] The offeror represents as part of its offer that it ?is, ?is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ? is, ? is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it ?is, ?is not a small disadvantaged business concern as defined in 13 CFR124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ? is, ? is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It ? is, ? is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ? is, ? is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It ? is, ? is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ? is, ? is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ? is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph(c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It ?is, ?is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It ? is, ? is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order11246- (1) Previous contracts and compliance. The offeror represents that- (i) It ? has, ? has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ? has, ? has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It ? has developed and has on file, ? has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It ? has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item" "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Supplies." (2) Foreign End Products: Line Item No. Country of Origin ______________ ________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25. (g) (1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »