Nonpersonal services for Kihei facility security and alarm system upgrad
REPOSTING UNRESTRICTED SIZE AND SCOPE HAS BEEN UPDATED CHANGE IN SCOPE ARE THE FOLLOWING: The security cameras are removed. The fire and security intrusion system requirements are the same and there a... REPOSTING UNRESTRICTED SIZE AND SCOPE HAS BEEN UPDATED CHANGE IN SCOPE ARE THE FOLLOWING: The security cameras are removed. The fire and security intrusion system requirements are the same and there are no camera systems within the scope. COMBINED SYNOPSIS/SOLICITATION Nonpersonal services for Kihei facility security and alarm system upgrade. This will also include a Base and 1 to 4 option year(s) for services listed in the statement of work. All option years will be considered, but the award may possibly not include all 4 option years. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCNM7100-19-01040SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 (MAY 2019) (DEVIATION 2017-02) (AUG 2017). (IV) This solicitation is being issued as unrestricted. The associated NAICS code is 561621. The small business size standard is $20.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products CLIN 0001, TASK 1: Services, non-personal, to upgrade Security and Fire Alarm System Update current security and fire alarm systems with the equipment so all three buildings are standardized in accordance with the attached statement of work (SOW) for the Kihei Facility Security and Alarm System Upgrade. Completion is due by 9/30/2019. tiny_mce_marker __________________ CLIN 0002, TASK 2: Services, non-personal, to install smoke and/or heat detectors in the Conference Room Building in accordance with the attached statement of work (SOW). CLIN 0003: Base Year: Nonpersonal services for Kihei Facility Security and Alarm System and maintenance of security and fire systems. tiny_mce_marker ________ per month and extended tiny_mce_marker ________ for 12 month period, 10/1/2019 through 9/30/2020. CLIN 1003: Option Year 1: Nonpersonal services for Kihei Facility Security and Alarm System and maintenance of security and fire systems. tiny_mce_marker ________ per month and extended tiny_mce_marker ________ for 12 month period, 10/1/2020 through 9/30/2021. CLIN 2003: Option Year 1 Nonpersonal services for Kihei Facility Security and Alarm System and maintenance of security and fire systems. tiny_mce_marker ________ per month and extended tiny_mce_marker ________ for 12 month period, 10/1/2021 through 9/30/2022. CLIN 3003: Option Year 1: Nonpersonal services for Kihei Facility Security and Alarm System, and maintenance of security and fire systems. tiny_mce_marker ________ per month and extended tiny_mce_marker ________ for 12 month period, 10/1/2022 through 9/30/2023. CLIN 4003: Option Year 1: Nonpersonal services for Kihei Facility Security and Alarm System and maintenance of security and fire systems. tiny_mce_marker ________ per month and extended tiny_mce_marker ________ for 12 month period, 10/1/2023 through 9/30/2024. CLIN 0004: This is an option which may or may not be included in the final award, but will be considered in the evaluation of the quote. This would be for nonpersonal services to upgrade the outdoor security camera system. tiny_mce_marker __________________ OVERALL ESTIMATED 5 YEAR TOTAL BASED ON THE ESTIMATED USAGE AND PRICES QUOTED tiny_mce_marker __________________ TO INCLUDE ALL APPLICABLE FEDERAL, STATE AND LOCAL TAXES) (VI) Description of requirements is as follows: The following will be attached: • Conference_Room_Building • HIHWNMS_Summary • Visitor_Center_Building • Wet_lab_building • Word version of solicitation I. BACKGROUND The Hawaiian Islands Humpback Whale National Marine Sanctuary (HIHWNMS) Kihei Campus is located at 726 South Kihei Road, Kihei, HI, 96753. The campus consists of three buildings: the Visitor Center Building, the Wet Lab Building and the Conference Room Building (See Photo 1). The functions of the buildings include a visitor center, offices, conference room, storage, a bunk room, and wet lab facilities. The security and fire alarm system for the Kihei Campus needs to be upgraded and replaced in order to consolidate the systems for the three buildings. The security and fire alarm system would be monitored by the contractor and/or by the Department of Homeland Security through the Federal Protective Service. No fire alarm system exists for the large public conference room or storage area in the Conference Room Building and this needs to be added on. II. SCOPE OF WORK HIHWNMS will choose tasks and options from the quotes, and the Contractor will perform the tasks and options in accordance with this statement of work. For all work tasks and any options therein, the Contractor shall provide the following in their quote: cost of supplies, man hours, hourly rate, timeline to complete job including any time for ordering/delivery/shipping/receiving/drying of paint/etc. A. The Contractor must: 1) Upgrade the security and fire alarm systems so that everything is compatible and can be maintained and repaired by one contractor. 2) Combine security and fire alarm systems in three separate buildings into one comprehensive system. 3) Establish maintenance plan for security and fire systems. 4) Install additional smoke detectors. 5) The security and fire alarm system shall be able to be monitored by the installing company or by the Department of Homeland Security. 6) Improve overall site security and fire readiness by providing recommendations as needed to streamline, update, and upgrade existing security and fire alarm system. B. Specific Work Tasks For all work tasks and any options therein, the Contractor shall provide the following in their quote: cost of supplies, man hours, hourly rate, timeline to complete job including any time for ordering/delivery/shipping/receiving/drying of paint/etc. HIHWNMS will choose tasks and options from the quotes and the Contractor will perform the work of those tasks and options in accordance with this statement of work. TASK NO. 1: SECURITY AND FIRE DETECTION SYSTEM Update current security and fire alarm systems with equipment so that all three buildings are standardized. 1. Use existing equipment if compatible. a. Equipment such as the existing fire panel (Simplex Grinnell model 4008) if used, shall be compatible with a new intrusion security system. Each piece of existing and new equipment must be assessed for system compatibility and warrantied for one year. 2. Items required for an integrated system include, but are not limited to the following: a. Network Fire and Alarm Panel Kit b. Panels shall be wired such that they can be expanded in the future if needed. c. Door/Window Sensors d. Motion Detectors e. Transmitters f. Keypads in the following locations: i. Visitor's Center Building - Upstairs ii. Visitor's Center Building - Downstairs iii. Conference Room Bldg. Office iv. Conference Room Bldg. Conference Room v. Conference Room Bldg. Garage vi. Conference Room Bldg. Storage Room vii. Wet Lab Building Main Entrance (See References for list existing of alarm zones.) 3. The alarm system shall use dedicated analog lines managed by Hawaiian Telcom for monitoring purposes. The security and fire alarm system shall be able to be monitored by an alarm monitoring company or by the Department of Homeland Security through the Federal Protective Service. 4. Provide training for on-site personnel upon installation. 5. Warranty of no less than one year shall be provided for all systems. TASK NO 2. : SMOKE OR HEAT DETECTORS. 1. Install new smoke and or heat detectors in the Conference Room Building, specifically the main conference room, the storage area, and garage. If other detectors are necessary around the site; install and integrate into the fire detection system. 2. Warranty of no less than one year shall be provided for all systems. TASK NO 3. : MAINTENANCE AND MONITORING OF SECURITY AND FIRE DETECTION SYSTEM 1. Annual monitoring of the security and fire alarm system including notification of police and/or fire and the provided NOAA on-site contacts immediately after an alert is received. If monitoring can be done by the Department of Homeland Security this task does not need to be provided. 2. Maintenance and repair of the above security and fire alarm system. A schedule for maintenance shall be provided, as well as an annual cost estimate based on hourly labor charges and part/equipment replacements. Must be able to respond within 24-hours with on-site support for troubleshooting and repairs to security and fire alarm system. OPTION 1: INSTALL DURESS BUTTONS 1. Install duress buttons in consultation with NOAA. a. One duress button shall be placed in the Visitor Center. b. One duress button shall be placed in Wet Lab Building. c. One duress button shall be placed in the Conference Room. III. IT Security Requirements The Certification and Accreditation (C&A) or Assessment and Authorization (A&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. The contractor must consider IT Security controls throughout the lifecycle of this contract as outlined in NIST Special Publication 800-64 (http://csrc.nist.gov/publications/nistpubs/800-64-Rev2/SP800-64-Revision2.pdf). The contractor will not have access to any government owned equipment or be furnished government privileged information. The contractor is prohibited from installing any wireless network or other remote access devices. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes the security capabilities, the design and development processes and the testing and evaluation procedures used by the product or services being provided for this acquisition. The contractor must provide all supporting documentation or a reference to obtain the necessary material which describes all product or service updates and enhancements as they are implemented. IV. REFERENCES A. Map of Kihei Campus: (A) Visitor Center Building (B) Conference Room Building including garage, and (C) Wet Lab Building. B. List of Existing Alarm Zones on Kihei Campus: See attached Existing Alarm Zones. (VII) INSTALLATION IS DUE BY 9/30/2019 AND THE BASE PERIOD OF PERFORMANCE FOR NONPERSONAL SERVICES IS 10/1/2019 THROUGH 9/30/2020 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition. This is a Best Value Acquisition. 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. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number Site Visit: All Bidders are strongly encouraged to make a site visit to inspect all proposed work and to acquire all necessary site information to properly prepare the Bid Proposal. Failure of the Contractor to visit the site and acquire all necessary site information to properly prepare the quote shall not be acceptable cause to justify a later request for additional costs after Contract Award. Any questions that come up at the site visit must be provided to Suzanne Romberg-Garrett via email at suzanne.garrett@noaa.gov. No questions will be answered on site. RFQ FAR 52.237-1 SITE VISIT (APR 1984) Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. CAR 1352.213-70- TECHNICAL APPROACH AND CAPABILITY. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. NOTE: NOT ATTENDING THE SITE VISIT WILL NOT BE AN ACCEPTABLE CAUSE TO JUSTIFY A LATER REQUEST FOR ADDITIONAL FUNDS. To request a site visit, you may contact Sara Thompson at Sara.Thompson@NOAA.GOV or by calling 808-879-2818 X226. Make sure you get an acknowledgement of your request. "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". CAR 1352.215-72 INQUIRIES (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO SUZANNE.GARRETT@NOAA.GOV. QUESTIONS ARE TO BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST 7/12/2019. Any responses to questions will be made in writing (preferred via email), without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) 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. This is a Best value. 1. Technical Capability - quote shall include documentation demonstrating the offeror meets the requirements or exceeds the specified requirements in the statement of work. 2. Past Performance - Offeror's quote shall include at least two current references including contact name, telephone, full address, and an email address that can provide information pertaining to the offeror's performance of relevant work. Contractors past performance evaluation will be based on responsiveness, quality, and customer service. This is a PASS/FAIL. If no references are provided, this will be a neutral rating for the past performance. 3. Price. The Government intends to award a firm-fixed price order on a best value basis on an all or none basis with payment terms of Net 30. 4. Duns number _____________________. 5. Provided yes if your company is actively registered in the required System For Award Management (sam.gov) _____________________. 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. (X) 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. "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"- (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 veterans or, 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 with 13 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 at 13 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 CFR 124.104(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. "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; and (2) The management and daily business operations of which are controlled by one or more veterans. "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. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "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 least 51 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. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), 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. (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 CFR 124.1002. (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 Order 11246- (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 U.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 ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »