Scientific Vessel Charter in Columbia Estuary
COMBINED SYNOPSIS/SOLICITATION SCIENTIFIC VESSEL CHARTER TO DEPLOY AND COLLECT SAMPLING GEAR IN THE COLUMBIA ESTUARY FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS) IN HAMMOND, OR (I) This is a combi... COMBINED SYNOPSIS/SOLICITATION SCIENTIFIC VESSEL CHARTER TO DEPLOY AND COLLECT SAMPLING GEAR IN THE COLUMBIA ESTUARY FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS) IN HAMMOND, OR (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 NFFP7300-19-02511NGB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03(JUL 2019)(Deviation 2019-03)(JUN 2019). (IV) This solicitation is being issued as unrestricted for the procurement of supplies. The associated NAICS code is 336612. The small business size standard is 1,000 Employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products: NOAA Fisheries is currently contracted with the US Army Corps of Engineers (USACE) to investigate the effects of dredged sediment deposition on Dungeness crab. The study plan includes safe transit to research sites to deploy and retrieve a variety of equipment and instrumentation, including data logging water quality sensors, acoustic telemetry nodes, underwater video platforms, plankton nets, and research crab pots. The project requires frequent cruises in the Columbia River estuary and nearshore zone during the study window in late summer and autumn, as well as outside this window to retrieve gear as necessary. This SOW outlines requirements for the contracted vessel and crew to perform these missions. (VI) Description of requirements is as follows: Scope Mouth of the Columbia River Dungeness Crab Distribution Study Background NOAA Fisheries is currently contracted with the US Army Corps of Engineers (USACE) to investigate the effects of dredged sediment deposition on Dungeness crab. The study plan includes safe transit to research sites to deploy and retrieve a variety of equipment and instrumentation, including data logging water quality sensors, acoustic telemetry nodes, underwater video platforms, plankton nets, and research crab pots. The project requires frequent cruises in the Columbia River estuary and nearshore zone during the study window in late summer and autumn, as well as outside this window to retrieve gear as necessary. This SOW outlines requirements for the contracted vessel and crew to perform these missions. Objectives NOAA is seeking a scientific charter vessel to deploy and collect scientific sampling gear in the Columbia Estuary and nearshore zone within 20 nm of 46.252 N, 124.103 W. Vessel Requirements The vessel is required to be equipped with a GPS for recording cruise tracks and equipment deployment time/locations, a mechano-electrical cable compatible with a CTD probe, an acoustic Doppler current profiler (ADCP), and a hydraulic winch for instrument casts and deployment and retrieval of instruments and gear. ADCP data and GPS operation log is to be provided to NOAA as an excel file via email as required. The vessel must have sufficient deck space (minimum 220 ft2) with an operational crane/winch to transport, deploy, and retrieve instrumentation. The vessel operator is required to have demonstrated local experience of safe operating conditions around the Columbia River Bar for up to 12 hours per day, and specifically be able conduct four tasks: Task 1) Deploy and retrieve hydroacoustic and video instrument moorings; Task 2) Provide GPS log and water velocity data from onboard instruments; Task 3) Conduct hydroacoustic telemetry surveys; and Task 4) Run precise transect lines towing a submersible benthic video sled. Up to six (6) NOAA scientists will be on board. These tasks are further described below. Work Requirements Specific dates within operational window August 9, 2019 to December 31, 2019 will be determined after contract award in consultation with the vendor. The dates, total number, and duration of cruises are dependent on conditions on the Columbia River Bar and nearshore ocean in accordance of needs of the science program. Therefore, the vendor must be flexible in scheduling and be available within 12 hour notice for loading, transiting to the work sites, completing the missions, and returning to port for unloading within a 12 hour cruise period. Up to 16 cruises are authorized depending on ocean conditions. Staging of science crew and equipment will occur within 10 mi of Hammond, Or. Task 1. Deploy/retrieve acoustic receiver arrays for tagging experiments. The contractor will aid deployment of a series of moorings containing acoustic receivers at pre-determined locations in the CRE and nearshore zone. The number of moorings will be approximately 25. Moorings will be retrieved and instruments secured at the end of the study period. The contractor will assist deploying/retrieving experimental crab pots for tagging experiments. Task 2. GPS and water velocity data collection. The contractor will record vessel onboard activities on GPS and water velocity (via ADCP) and create an electronic data file for delivery to NOAA. Task 3. Conduct hydroacoustic surveys. The contractor will conduct surveys tracking tagged crabs using a mobile acoustic receiver supplied by NOAA. Tracking will be conducted at a grid of predetermined stations. Task 4. Deploy/retrieve underwater video equipment. The contractor will conduct surveys using an underwater video sled designed to survey for benthic organisms. The contractor will deploy/retrieve a series of underwater video monitoring platforms supplied by NOAA to measure sedimentation events. Task 5. Deliverables. Cruises and data delivery will be completed by 31 December 2020. ADCP and GPS data from onboard instruments is to be provided to NOAA as an excel file via email. Special Material Requirements NONE Other Unique Requirements The vessel operator is required to have specific local knowledge of safe operating conditions around the Columbia River Bar. Place of Performance Columbia River and Pacific Ocean. The vessel will pick up and drop off science researchers in the Hammond, Oregon region. Period of Performance The period of performance shall be August 10, 2019 to December 31, 2019 for all Tasks. DATA PRIVACY Should work on this agreement require that personnel have access to Privacy information, personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Data created, obtained and collected during the performance of this agreement is the property of NMFS. Data may not be released by any party without written consent from the NMFS POC (Government Contact). Data must be protected from unauthorized disclosure. Personnel must comply with all Federal, DOC, NOAA, and NMFS policies relating to IT and data security. NON-PERSONAL SERVICE Personnel performing services under this order will be controlled, directed and supervised 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 NMFS will perform the inspection and acceptance of the completed work. DELIVERABLE SCHEDULE: Delivery date for data is December 31, 2019. GREEN PROCUREMENT PROGRAM (GPP): X does not apply is compliant GPP includes Recovered Materials Products, Biobased Products, Energy Efficient Products, Electronic Product Environmental Assessment Tool Products, Water Efficient Products, Alternative Fuels Vehicles/Alternative Fuels/Hybrids, Non-Ozone Depleting Products, Environmentally-Preferable Products and Services, and Waste Prevention and Recycling. (If this procurement should fall under the GPP, but is not compliant, a justification is required with concurrence from the Environmental Designee and OCIO designee, if applicable, and approved by the Head of the Contracting Office (HCO). REQUIREMENTS Specific Vessel Requirements: 1. The recommended vessel will be 50-80 feet. 2. Dry storage area in the main deck house for holding scientific supplies & equipment. 3. Potable fresh water supply adequate for vessel and personal use of crew and scientists. 4. Clean and sanitary accommodations for crew and scientific field party; Head shall be clean and operating appropriately. 5. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, to retain all refuse so it is not disposed at sea. 6. Captain must have prior familiarity of navigating through the Columbia River bar and nearshore ocean. 7. The vessel must possess a Coast Guard certification and the master or an individual in charge of the vessel must ensure that safety drills and instruction are conducted at least once a month (46 CFR 28.270). Safety orientations must be given to each individual on board that has not received the instruction and has not participated in the drills before the vessel can continue to operate. Electronic Equipment Requirements 1. Radios: A VHF set, a single side-band unit. 2. GPS - with 6 channels, sequential capability to track satellites. 3. Radar - minimum range of 15 miles. 4. Depth Sounders - color scope unit with minimum range of 914 m (500 fm) and operating in the 25-50 kHZ range. Crew Requirements 1. The minimum crew shall consist of (1) Captain and one (1) deckhand. 2. The Captain shall have a minimum of five (5) years sea experience with two (2) years as a master of a comparable-sized vessel. 3. Captain and deckhand will assist scientific personnel as needed. 4. The government science party shall consist of 2-6 individuals. The Chief Scientist will be responsible for implementation of the Cruise Plan, compliance to the charter terms, all science equipment, and the conduct and performance of scientific personnel aboard the vessel. Operating Procedures 1. Workday length and hours will be determined by the Chief Scientist in consultation with the Captain. Working days may be up to 12 hours. The decision will be based on the type of activity expected as well as on prevailing weather conditions and the Cruise Plan. The Chief Scientist has the final authority in scientific matters. 2. The Captain may also be asked to provide data on the navigational records. 3. The Chief Scientist and the Captain will meet at least once a day during sampling to discuss operation and resolved problems. They will work together to resolve sampling locations, transits, and scheduling. In the event that they cannot reach agreement on any problem which has the potential for compromising the research or threatens the safety of the Scientific Personnel, the Chief Scientist will direct the vessel to return to port where an acceptable solution will be arranged between the Government and the Contractor. 4. The Captain shall operate the boat in a safe matter for all personnel onboard. The hydraulic winches shall be in good working order. 5. The contractor shall provide for all operation expenses of the vessels incurred during charter days. These expenses will be moorages, fuel, personnel cost, etc. Safety 1. The vessel's Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The U.S. Coast Guard shall possess a certification that is valid for the time period of the charter. The ship shall be operated in accordance with U.S. Coast Guard's Navigation Rules and the U.S. Maritime Regulations at all times. Insurance: During the full period of this contract the Contractor shall maintain the customary full form marine insurance coverage on the vessels including Hull and Machinery and Liability-P&I, taking into account scientific personnel employed on board. The expense of this insurance shall be covered by the contractor, and shall be deemed to be included in the hire payable under this contract. Copies of the insurance policy shall be provided by the contractor as technical information with the quote package. (VII) PERIOD OF PERFORMANCE: DATE OF AWARD THROUGH 9/31/2019 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018) (DEVIATION 2019-03)(JUNE 2019), 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 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 Nick Brown, email nicholas.g.brown@noaa.gov or Faxed to 303-497-6349. 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. (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, price and other factors considered. The following factors shall be used to evaluate offers. All factors have the same value and this is an "all or none" request: 1. Past Performance - quote shall include at least two references for similar services including a name, phone number, full address and e-mail address (if available). The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agencies knowledge of the contractor performance, other government agencies or commercial entities, or past performance databases, and past performance will be based on responsiveness, relevant experience, timeliness and quality. 2. Technical Expertise and Capability - The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Offeror's are required to provide a technical approach, which should address vessel safety, technical skills relevant to work described in the Statement of Need. 3. Price 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. "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 unde 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) Vetera-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 requ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »