Vessel Charter for White Abalone Survey and Rockfish Collection
COMBINED SYNOPSIS/SOLICITATION VESSEL CHARTERS FOR WHITE ABALONE SURVEY AND ROCKFISH COLLECTION FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS), OUT OF LA JOLLA, CALIFORNIA. (I) This is a combined sy... COMBINED SYNOPSIS/SOLICITATION VESSEL CHARTERS FOR WHITE ABALONE SURVEY AND ROCKFISH COLLECTION FOR THE NATIONAL MARINE FISHERIES SERVICE (NMFS), OUT OF LA JOLLA, CALIFORNIA. (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 NFFR7000-19-02303NGB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02(MAY 2019)(Deviation 2017-01)(AUG 2017). (IV) This solicitation is being issued as a small business set-aside for supplies. The associated NAICS code is 487210. The small business size standard is $7.5 Million. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products: ***Contracts may be awarded on an individual task basis*** TASK 1: WHITE ABALONE SURVEY 1) VESSEL CHARTER FOR WHITE ABALONE SURVEY TO INCLUDE FUEL, OIL, INSURANCE AND MEALS IN ACCORDANCE WITH THE STATEMENT OF WORK. 2) CHARTER VESSEL STANDBY AND MOBILIZATION TIME IN ACCORDANCE WITH THE STATEMENT OF WORK. 3) CRANE RENTAL TASK 2: ROCKFISH COLLECTION VESSEL CHARTER FOR CAPTURE AND TRANSPORT OF ROCKFISH (COWCOD AND BOCACCIO) FROM THE 43 FATHOM AND NINE-MILE BANK AND SETUP OF HYPERBARIC CHAMBERS ON THE DECK OF THE SHIP IN ACCORDANCE WITH THE STATEMENT OF WORK. (VI) Description of requirements is as follows: TASK 1: STATEMENT OF WORK San Clemente White Abalone Survey NOAA/NATIONAL MARINE FISHERIES SERVICE SOUTHWEST FISHERIES SCIENCE CENTER Fisheries Resources Division I. Background/Overview: NOAA's National Marine Fisheries Service (NMFS) Southwest Fisheries Science Center (SWFSC) will be conducting an underwater survey at San Clemente Island using a remotely operated vehicle (ROV) that addresses NOAA's mission to monitor the recovery of federally endangered white abalone (Haliotis sorenseni). Our desired actions are to: 1) continue to monitor trends in key demographic variables of abalone populations at San Clemente Island (e.g., abundance, density, size range); and 2) use the information collected to revise or amend existing recovery, restoration and management plans for abalone species. The information obtained from this study is essential for designing the lowest risk restoration program that yields the highest recovery potential for abalone species, especially the critically endangered white abalone, a species featured in the NMFS White Abalone Recovery Plan and the State's Abalone Recovery and Management Plan (ARMP). II. Scope of Work We require nine (9) commercial passenger fishing vessel days (plus mobilization/demobilization days) to conduct ROV surveys of white abalone around San Clemente Island located offshore of San Diego, CA. Surveys will be conducted by the SWFSC using equipment provided. The CPFV crew will assist with the mobilization/demobilization, deployment, tending, and recovery of ROV equipment aboard the vessel. III. Requirements • Requirement 1: As many as two charter trips (9 days at sea, total) to conduct ROV surveys at San Clemente Island. • Requirement 2: As many as four (4) mobilization and demobilization days (two for each of the charter trips) for loading, set-up, and unloading of survey equipment. IV. Period of Performance Date of award to 30 March 2020. V. Place of Performance Abalone surveys will occur at San Clemente Island offshore of San Diego, CA. The fishing vessel should be based out of San Diego Bay or Mission Bay for convenient access to the fishing sites and minimize the logistics of transporting survey equipment to/from the Southwest Fisheries Science Center. The research team will depart from San Diego and transit to the survey sites at San Clemente Island. The specific locality of survey sites will be disclosed after the contract has been awarded; generally speaking, all accessible areas on the western boundary of SCI will be surveyed, pending Navy activities in the area (see Figure 1). VI. Deliverable Schedule Ideally the survey shall be conducted between October and December 2019 when weather conditions are typically best for ROV surveys and vessel availability is typically greatest. At sea work may be postponed if weather does not permit operations during that time. If necessary, the survey may be completed in early 2020, up to the end of the period of performance. Even though single-day trips may be necessary due to weather, all offerors must be able to complete all nine (9) days at sea consecutively, if necessary. VII. Government-Furnished Property (GFP) The SWFSC will provide a complete ROV system with Doppler velocity log (DVL), CTD, paired lasers, video and still cameras, and USBL tracking system, and all other related survey equipment and spares. VIII. Security Requirements There are no unique security requirements associated with contract. The vessel may be required to come alongside the pier in Wilson Cove to receive and return radios used to correspond with the range coordinator (SCORE) on San Clemente Island if unable to obtain the radios in advance. IX. Applicable Standards There are no Applicable Standards related to this project. X. Special Requirements 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. XI. Required Knowledge and Experience: This is a highly technical survey operation, and therefore the vessel must be able to meet handling requirements as stipulated in requirements sections below, and also in the Vessel Characteristics Form (supplied separately). Successful demonstration of prior performance in this area of research is also highly desirable. Technical requirements: • Vessel must have a current Coast Guard safety inspection and Ocean Route Certification. • Vessel shall be a commercial passenger vessel or research vessel; the length of the vessel shall be between 65 and 100 ft., the beam width greater than 18 ft., the ability to cruise at 8 knots or higher, and carry fuel and provisions for at least nine (9) days. • Vessel shall be equipped with a winch that accommodates 100 m of 3/8 in. stainless steel cable, and a port- or starboard-facing A-frame to deploy the cable over the side. • Vessel shall have a davit capable of lifting a 650 lb. ROV over the side to effectively conduct all described work. • Required electronic equipment include a primary and backup GPS, plotter, and two radars in addition to a computer for accessing satellite weather information, satellite phone, VHF and SSB radio, multiple fish finders at separate frequencies, sonar, depth sensor, and water temperature sensor. • A work area and table inside the vessel where laptop computers can be used is required. At least four 110v outlets must be provided to charge batteries and plug in personal laptop computers. • A dedicated 50-A, three-phase 208 VAC outlet must be available to power the ROV. • A minimum of 250 cubic feet of below deck storage for equipment and manuals is required. Deck space to handle the ROV and tether reel must be available (minimum 225 square feet open deck space). • The vessel must have a through-hull sea chest that will mount a directional transceiver to track the ROV. • Additional, specific vessel requirements are listed on the Vessel Characteristics Form. Some additional information is provided herein. Operational requirements: • The vessel should be located in San Diego County, near the SWFSC, to minimize shipping and travel cost, and to provide quick access to the survey area when weather conditions are optimal. • Skippers shall have at least 5 years' experience in conducting ROV surveys. A minimum of 2 crew members shall have at least 3 years' experience each in launching and recovering an ROV in moderate seas. • During survey operations, the vessel shall be capable of maintaining course while maneuvering at less than 1.0 knots. • Vessel is required to have 2 main and 1 auxiliary (generators) engines. The contractor is responsible for providing fuel (reimbursable by Government). • Access to freshwater on deck is required. Berthing requirements: • The vessel shall be capable of accommodating at least seven (7) fishery scientists/observers in addition to a minimum crew of four (4; including 2 captains) needed to deploy and retrieve the ROV, and conduct all piloting operations during a 24 h day. • The vessel shall have a marine head (toilet) and shower facilities that are clean and sanitary. Bunks, linens and blankets, shall be provided to scientists. Sleeping quarters, work spaces, and galley shall be adequately ventilated and free from tobacco smoke. • Vessel shall be capable of carrying provisions for at least nine (9) days at sea for all personnel. • The charter is required to provide three (3) meals, water and non-alcoholic drinks, and a light snack each day for all personnel. ? XII. Survey Area Figure 1: Remotely operated vehicle (ROV) survey areas around San Clemente Island. Transect surveys will be conducted between 30 and 60 m depth (blue shaded areas on the W side of the island). XIII. Survey Procedures • Survey operations will be coordinated with the US Navy's operational schedule at the various survey sites around the island. • Survey equipment will be provided and installed by the SWFSC at the beginning of the survey period and will remain on board until all surveys have been completed. The A-frame, davit, and winch will be provided and installed by the survey vessel. • Cruises will begin with enough lead time to arrive at the sampling locality at dawn of the first survey day. • Duration of each survey transect will be approximately 1 hours. • As many as 10 transects may be completed per day during daylight hours (sunrise to sunset). XIV. Vendor Cost Estimate A contract period will be up to one year with as many as nine (9) consecutive days at sea for ROV surveys. The contract will also cover up to four (4) days of mobilization/demobilization time for to load and unload gear using an overhead crane at the beginning and end of the survey. The SWFSC will deliver ROV equipment to the mobilization site. XV. Financial Disbursements The contractor can invoice after successful completion of one or more days of survey, or after successful completion of the entire survey. Invoices may bill for partial days. TASK 2: STATEMENT OF WORK Rockfish Collection Charters NOAA/NATIONAL MARINE FISHERIES SERVICE SOUTHWEST FISHERIES SCIENCE CENTER (Fisheries Resources Division) XVI. Background/Overview: Over the past several years our research group at NOAA Fisheries has worked with the recreational fishing fleet to address issues associated with rockfish barotrauma, catch-and-release mortality, and the effectiveness of release / descending devices in releasing rockfish bycatch. The results of this research have contributed to changes in recreational fishing depth restrictions and changes in mortality estimates for species such as the Cowcod (Sebastes levis), which heavily influence groundfish management decisions here in Southern California. We seek to build off of our previous research and collaborations with the commercial passenger fishing vessel (CPFV) fleet to further refine catch-and-release mortality estimates through examining rockfish sensitivity to hypoxia (low level of dissolved oxygen), which appears to be one of the primary determinants of rockfish survival following catch and release for species such as Cowcod. We require use of a CPFV to collect two historically overfished rockfishes, Cowcod and Bocaccio (S. paucispinis) for simulated catch and release (barotrauma) experiments at the Southwest Fisheries Science Center in order to determine their sensitivity to hypoxia pre and post capture and to define survival rates under variable environmental conditions. XVII. Scope of Work We require six commercial passenger fishing vessel trips to collect Cowcod and Bocaccio from banks located offshore of San Diego, CA. Fish will be captured using standard recreational take methods that will limit fish injury associated with capture, and allow fish to be quickly transferred into hyperbaric chambers for transport back to the Southwest Fisheries Science Center. The CPFV crew will help in fishing operations and in the recompression of captured fish using specialized hyperbaric chambers that the researchers will provide. XVIII. Requirements • Requirement 1: Work with researchers to setup of two to four hyperbaric chamber on the deck of the boat for successful rockfish transport. Hyperbaric chambers will need to be fed continuously with 9-10 °C water (see Commercial Passenger Fishing Vessel requirements for more details) • Requirement 2: Six charters to offshore banks (43 fathom and nine mile bank) for the successful capture and transport of ten Cowcod and six Bocaccio rockfish. Fish must be greater than 45 cm in length. XIX. Period of Performance August 1 2019 to July 31 2020. XX. Place of Performance Fish capture efforts should occur at our study site on the 43-fathom bank or the nine-mile bank offshore of San Diego, CA. The fishing vessel should be based out of San Diego Bay or Mission Bay for access to the fishing sites and minimizing the transport distance of fish back to the Southwest Fisheries Science Center. XXI. Deliverable Schedule Ideally all fish will be collected in the Fall of 2019, but we recognize that fish availability and fishing conditions are variable. XXII. Government-Furnished Property (GFP) None. Hyperbaric chambers will be provided by the government, but they are not government property. (VII) PERIOD OF PERFORMANCE: Task 1: Date of Award - 03/30/2020 Task 2: 8/1/2019 - 07/31/2020 (VIII) 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 Nick Brown, email nicholas.g.brown@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. (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: In determining which proposal provides the best value to the Government, non-price (technical) evaluation factors are somewhat more important than evaluated price. For evaluation purposes, evaluation of the technical/non-price factors, Technical Capability and Past Performance are of equal importance. 1. Price 2. Technical Capability - Preparation and submission of attachments 1, 2, 3 and 4 are required. The vendor's response to these forms, as well as the specifications in the Statement of Work, will be evaluated to determine technical capability. 3. Ability to provide two references, if requested. (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 representatio...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »