Hydrogen purchase, tank rental and delivery for two locations, Jacksonville, FL and Fort Worth, TX. Please quote either locations or both locations.
SEE ATTACHMENT FOR WORD VERSION AND QUOTE RESPONSES COMBINED SYNOPSIS/SOLICITATION Hydrogen purchase, tank rental and delivery for two locations, Jacksonville, FL and Fort Worth, TX. Please quote eith... SEE ATTACHMENT FOR WORD VERSION AND QUOTE RESPONSES COMBINED SYNOPSIS/SOLICITATION Hydrogen purchase, tank rental and delivery for two locations, Jacksonville, FL and Fort Worth, TX. Please quote either locations or both locations. One award per location will be made. (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 NWWP9206-19-00241_00249srg. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JULY 2019) (DEVIATION 2019-03) (JUNE 2019). (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 325120. The small business size standard is 1000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products. If a fill in space is not applicable or the cost is zero, or rolled into another unit listed, please clarify this clearly so the space does not show as non-responsive: QUOTE RESPONSE FOR HYDROGEN GAS SUPPLY AND CYLINDER RENTAL TO THE JACKSONVILLE, FL, NATIONAL WEATHER SERVICE NWWP9206-19-00241 CLIN 0001: Base Year: Delivery is from 9/1/2019 through 8/31/2020. Purchase and delivery of hydrogen gas supply and cylinder rental to the Jacksonville, FL, National Weather Service a. ___________CF per cylinder b. ___________# maximum cylinders to be provided c. Hydrogen tiny_mce_marker__________ per cylinder d. Delivery tiny_mce_marker__________ per cylinder e. Hazmat tiny_mce_marker__________ per cylinder f. Rental tiny_mce_marker__________ per cylinder per day g. Additional fees: ___________________ CLIN 1001: Option Year 1: Delivery is from 9/1/2020 through 8/31/2021. Purchase and delivery of hydrogen gas supply and cylinder rental to the Jacksonville, FL, National Weather Service a. ___________CF per cylinder b. ___________# maximum cylinders to be provided c. Hydrogen tiny_mce_marker__________ per cylinder d. Delivery tiny_mce_marker__________ per cylinder e. Hazmat tiny_mce_marker__________ per cylinder f. Rental tiny_mce_marker__________ per cylinder per day g. Additional fees: ___________________ CLIN 2001: Option Year 2: Delivery is from 9/1/2021 through 8/31/2022. Purchase and delivery of hydrogen gas supply and cylinder rental to the Jacksonville, FL, National Weather Service a. ___________CF per cylinder b. ___________# maximum cylinders to be provided c. Hydrogen tiny_mce_marker__________ per cylinder d. Delivery tiny_mce_marker__________ per cylinder e. Hazmat tiny_mce_marker__________ per cylinder f. Rental tiny_mce_marker__________ per cylinder per day g. Additional fees: ___________________ CLIN 3001: Option Year 3: Delivery is from 9/1/2022 through 8/31/2023. Purchase and delivery of hydrogen gas supply and cylinder rental to the Jacksonville, FL, National Weather Service a. ___________CF per cylinder b. ___________# maximum cylinders to be provided c. Hydrogen tiny_mce_marker__________ per cylinder d. Delivery tiny_mce_marker__________ per cylinder e. Hazmat tiny_mce_marker__________ per cylinder f. Rental tiny_mce_marker__________ per cylinder per day g. Additional fees: ___________________ CLIN 4001: Option Year 4: Delivery is from 9/1/2023 through 8/31/2024. Purchase and delivery of hydrogen gas supply and cylinder rental to the Jacksonville, FL, National Weather Service a. ___________CF per cylinder b. ___________# maximum cylinders to be provided c. Hydrogen tiny_mce_marker__________ per cylinder d. Delivery tiny_mce_marker__________ per cylinder e. Hazmat tiny_mce_marker__________ per cylinder f. Rental tiny_mce_marker__________ per cylinder per day g. Additional fees: ___________________ 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) QUOTE RESPONSE FOR HYDROGEN GAS SUPPLY AND CYLINDER RENTAL TO THE FORT WORTH, TX, NATIONAL WEATHER SERVICE NWWP9259-19-00249 CLIN 0001: Base Year: Delivery is from 9/1/2019 through 8/31/2020. Purchase and delivery of hydrogen gas supply and cylinder rental to the Fort Worth, TX, National Weather Service h. ___________CF per cylinder i. ___________# maximum cylinders to be provided j. Hydrogen tiny_mce_marker__________ per cylinder k. Delivery tiny_mce_marker__________ per cylinder l. Hazmat tiny_mce_marker__________ per cylinder m. Rental tiny_mce_marker__________ per cylinder per day n. Additional fees: ___________________ CLIN 1001: Option Year 1: Delivery is from 9/1/2020 through 8/31/2021. Purchase and delivery of hydrogen gas supply and cylinder rental to the Fort Worth, TX, National Weather Service h. ___________CF per cylinder i. ___________# maximum cylinders to be provided j. Hydrogen tiny_mce_marker__________ per cylinder k. Delivery tiny_mce_marker__________ per cylinder l. Hazmat tiny_mce_marker__________ per cylinder m. Rental tiny_mce_marker__________ per cylinder per day n. Additional fees: ___________________ CLIN 2001: Option Year 2: Delivery is from 9/1/2021 through 8/31/2022. Purchase and delivery of hydrogen gas supply and cylinder rental to the Fort Worth, TX, National Weather Service h. ___________CF per cylinder i. ___________# maximum cylinders to be provided j. Hydrogen tiny_mce_marker__________ per cylinder k. Delivery tiny_mce_marker__________ per cylinder l. Hazmat tiny_mce_marker__________ per cylinder m. Rental tiny_mce_marker__________ per cylinder per day n. Additional fees: ___________________ CLIN 3001: Option Year 3: Delivery is from 9/1/2022 through 8/31/2023. Purchase and delivery of hydrogen gas supply and cylinder rental to the Fort Worth, TX, National Weather Service h. ___________CF per cylinder i. ___________# maximum cylinders to be provided j. Hydrogen tiny_mce_marker__________ per cylinder k. Delivery tiny_mce_marker__________ per cylinder l. Hazmat tiny_mce_marker__________ per cylinder m. Rental tiny_mce_marker__________ per cylinder per day n. Additional fees: ___________________ CLIN 4001: Option Year 4: Delivery is from 9/1/2023 through 8/31/2024. Purchase and delivery of hydrogen gas supply and cylinder rental to the Fort Worth, TX, National Weather Service h. ___________CF per cylinder i. ___________# maximum cylinders to be provided j. Hydrogen tiny_mce_marker__________ per cylinder k. Delivery tiny_mce_marker__________ per cylinder l. Hazmat tiny_mce_marker__________ per cylinder m. Rental tiny_mce_marker__________ per cylinder per day n. Additional fees: ___________________ 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: BACKGROUND FOR JACKSONVILLE, FL, NATIONAL WEATHER SERVICE NWWP9206-19-00241 The National Weather Service (NWS) is a 24 hour, 365 day operation, and is a public safety agency. The primary mission of the NWS is the protection of life and property. The NWS in Jacksonville, FL is located on 13701 FANG Drive, Jacksonville, FL 32218. The office launches weather balloons routinely twice a day at 0700 and 1900 Central Time. Each balloon requires approximately 75 cubic feet (CF) of hydrogen. Instrumentation is attached to each balloon which provides measurements of temperature, humidity, wind speed and direction, and height. This data is transmitted worldwide and used to make weather forecasts out to 10 days. OBJECTIVE The objective of the NWS is to receive and keep on-site an adequate supply of hydrogen gas (no less than 2,300 CF, up to 4,800 CF) in individual cylinders to perform the weather balloon launches on schedule. Two cylinders of helium will be needed in rare instances of failure of hydrogen delivery system. SCOPE The Contractor is responsible for supplying hydrogen to the NWS upper air building located at 13701 Fang Drive, Jacksonville, FL 32218. The total amount of hydrogen to be delivered for the 12 month period of this requirement will be a minimum of 54,000 CF, up to a maximum of 70,000 CF. The hydrogen will be supplied at regular intervals throughout the period, provided as individual cylinders, delivered approximately every week. Two cylinders of helium will be delivered or replaced at least once per year or as needed. See Delivery Schedule in Section 6, below, for details. PLACE OF PERFORMANCE All deliveries are to be made to the NWS office at 13701 Fang Drive, Jacksonville, FL 32218. The point of delivery is at the Upper Air Inflation building, located on the West side of the main building on a separate driveway. The hydrogen truck is permitted to use the driveway for delivery; drop off door is located on the East side of the inflation building. REQUIREMENTS Site Storage and Usage: All hydrogen must be provided in individual cylinders as the facility is not arranged to allow for other configurations. The Government has space at the delivery point to receive and store up to 22 cylinders of hydrogen at a time. This site uses a minimum of 150 CF of hydrogen, every day of the year. Actual use has the potential to vary if the Government has to launch extra balloons. The Government anticipates using 2,800 CF every 2 weeks, but need to keep an additional store of hydrogen on site in case of additional unforeseen launches. The intent is that the Government will be replenished to the maximum of approximately 4,200 CF after each completed delivery. Initial Delivery: The Contractor shall supply a minimum of 4,200 CF of hydrogen on September 1, 2019. The actual amount of supplied will vary based on the size of the cylinders. The hydrogen will be contained in no more than 22, 197 CF capacity individual cylinders. Two tanks of cylinders of helium (197 CF) shall also be supplied. Delivery Schedule: Deliveries shall be made every week, Monday through Friday between the hours of 0800 and 1700 local time. This is a strict time slot as the balloon launches must not be delayed or interrupted in order to receive the delivery. Balloon launches occur twice a day, every day of the year, regardless of holidays. Therefore, the delivery schedule needs to be maintained regardless of holidays. If a holiday falls on a scheduled delivery day and the Contractor is not able to complete a regularly scheduled delivery, the Contractor shall make arrangements in advance for an alternate delivery date. The Contractor will contact the NWS office if a delivery is going to be delayed for any other reason. If the Contractor is unable to find a reasonable supply in time to fill the requirement, the NWS reserves the right to purchase hydrogen from another supplier outside of this contract. If additional deliveries are required prior to the next regularly scheduled delivery, the NWS will contact the Contractor and request the additional delivery, with delivery to be completed within three calendar days of being contacted. The delivery schedule shall be arranged with the Upper Air Program Point-of Contact, Meteorologist-In-Charge (MIC), or Administrative Support Assistant (ASA) upon contract award (see section 9 below for contact information). Transition Period: If this contract is awarded to other than the incumbent Contractor, then prior to the first day of the contract, the new Contractor and one of the agency points of contact, listed in section 9 below, shall establish the delivery schedule, including coordinating the initial delivery to coincide with the pickup of cylinders by the former contractor. Likewise, upon completion of this contract, if the new follow-on contract is awarded to other than the current Contractor, the current Contractor shall participate in the transition coordination efforts in order to minimize the risk of a missed balloon launch due to the hydrogen being unavailable at the launch site. The end-of-contract transition period may include a lighter delivery in the final weeks of the contract. Recurring Deliveries: The point of delivery is not staffed except for during the balloon launches. The Contractor shall supply hydrogen gas to the Place of Performance in accordance with the coordinated date and time schedule The Contractor will replenish back to 4,200 CF of hydrogen on a every week basis in accordance with the arranged schedule, replacing all empty hydrogen cylinders with full hydrogen cylinders. The Contractor shall pick up the empty cylinders in the same trip. If additional deliveries are required prior to the next regularly scheduled delivery, the NWS will contact the Contractor and request the additional delivery, with delivery to be completed within three business days of being contacted. The Contractor shall contact NWS personnel at this location when arriving for a delivery. The loading area is located on the South side of the inflation building. The loading area will remain clear of obstructions and all safety rules shall be followed. Cylinders can be rolled from a truck lift gate to its delivery point. All equipment necessary for loading and unloading the hydrogen shall be provided by the Contractor. The Contractor shall ensure the bottles are securely strapped to the stand at delivery and placed in an orderly/neat and clean fashion with cap loose and nozzle facing out. The Contractor shall ensure Full tags are placed on the new cylinders. The Contractor shall perform the deliveries in such a manner that there will be minimal interruption to or interference with the normal operation of Government business on the premises. NWS personnel will not assist with loading or unloading of cylinders. Evidence of Delivery: The Driver shall provide evidence of delivery by way of receipt signed by an NWS representative at the time of delivery. A copy of the signed receipt shall be left with the NWS representative, and a copy shall also be attached to the associated invoice when mailed. Compliance: If any of the deliveries do not conform to contract requirements (i.e. a delivery results in less than full replenishment of hydrogen to 4,200 CF), the Government reserves the right to require the Contractor to bring the delivery into conformity with contract requirements, at no increase in contract amount (i.e. without additional delivery charges). SAFETY AND SECURITY All rules concerning safety, not smoking and the security of the property must be observed at all times. Materials Safety Data Sheets (MSDS) must be provided by the Contractor to the MIC or ASA at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. BACKGROUND FOR FORT WORTH, TX NATIONAL WEATHER SERVICE NWWP9259-19-00249 The National Weather Service (NWS) is a 24 hour, 365 day operation, and is a public safety agency. The primary mission of the NWS is the protection of life and property. The NWS in Fort Worth, TX launches weather balloons routinely twice a day at 0500 and 1700 Central Standard Time. Each balloon requires approximately 75 cubic feet (CF) of hydrogen. Instrumentation is attached to each balloon which provides measurements of temperature, humidity, wind speed and direction, and height. This data is transmitted worldwide and used to make weather forecasts out to 10 days. OBJECTIVE The objective of the NWS is to receive and keep on-site an adequate supply of hydrogen gas (no less than 600 CF, up to 4,500 CF) in individual cylinders to perform the weather balloon launches on schedule. SCOPE The Contractor is responsible for supplying hydrogen to the NWS upper air building located at 3401 Northern Cross Blvd Fort Worth, TX 76137. The total amount of hydrogen to be delivered for the 12 month period of this requirement will be a minimum of 54,000 CF, up to a maximum of 70,000 CF. The hydrogen will be supplied at regular intervals throughout the period, provided as individual cylinders, delivered approximately every two weeks. See Delivery Schedule in Requirements section below for details. PLACE OF PERFORMANCE All deliveries are to be made to the NWS office at 3401 Northern Cross Blvd Fort Worth, TX 76137. The point of delivery is at the Upper Air Inflation building, located on the East side of the main building. The hydrogen truck is permitted to use the main driveway for delivery; drop off door is located on the East side of the inflation building (red arrow on below picture of the facilities). REQUIREMENTS Site Storage and Usage: All hydrogen must be provided in individual cylinders as the facility is not arranged to allow for other configurations. The Government has space at the delivery point to receive and store up to 22 cylinders of hydrogen at a time. This site uses a minimum of 150 CF of hydrogen, every day of the year. Actual use has the potential to vary if the Government has to launch extra balloons. The Government anticipates using 2,100 CF every 2 weeks, but need to keep an additional store of hydrogen on site in case of additional unforeseen launches. The intent is that we will be replenished to our maximum of approximately 4,334 CF after each completed delivery. Initial Delivery: The Contractor shall supply a minimum of 4,334 CF of hydrogen on March 1, 2018. The actual amount of supplied will vary based on the size of the cylinders. The hydrogen will be contained in no more than 30, 197 CF capacity individual cylinders. Delivery Schedule: Deliveries shall be made every other week, Monday through Friday between the hours of 0800 and 1700 local time. This is a strict time slot as the balloon launches must not be delayed or interrupted in order to receive the delivery. Balloon launches occur twice a day, every day of the year, regardless of holidays. Therefore, the delivery schedule needs to be maintained regardless of holidays. If a holiday falls on a scheduled delivery day and the Contractor is not able to complete a regularly scheduled delivery, the Contractor shall make arrangements in advance for an alternate delivery date. The Contractor will contact the NWS office if a delivery is going to be delayed for any other reason. If the Contractor is unable to find a reasonable supply in time to fill the requirement, the NWS reserves the right to purchase hydrogen from another supplier outside of this contract. If additional deliveries are required prior to the next regularly scheduled delivery, the NWS will contact the Contractor and request the additional delivery, with delivery to be completed within three calendar days of being contacted. The delivery schedule shall be arranged with the Upper Air Program Point-of Contact, Meteorologist-In-Charge (MIC), or Administrative Support Assistant (ASA) upon contract award (see section 9 below for contact information). Transition Period: If this contract is awarded to other than the incumbent Contractor, then prior to the first day of the contract, the new Contractor and one of the agency points of contact, listed in section 9 below, shall establish the delivery schedule, including coordinating the initial delivery to coincide with the pickup of cylinders by the former contractor. Likewise, upon completion of this contract, if the new follow-on contract is awarded to other than the current Contractor, the current Contractor shall participate in the transition coordination efforts in order to minimize the risk of a missed balloon launch due to the hydrogen being unavailable at the launch site. The end-of-contract transition period may include a lighter delivery in the final weeks of the contract. Recurring Deliveries: The point of delivery is not staffed except for during the balloon launches. The Contractor shall supply hydrogen gas to the Place of Performance in accordance with the coordinated date and time schedule The Contractor will replenish back to 4,334 CF of hydrogen on a every other week basis in accordance with the arranged schedule, replacing all empty hydrogen cylinders with full hydrogen cylinders. The Contractor shall pick up the empty cylinders in the same trip. If additional deliveries are required prior to the next regularly scheduled delivery, the NWS will contact the Contractor and request the additional delivery, with delivery to be completed within three business days of being contacted. The Contractor shall contact NWS personnel at this location when arriving for a delivery. The loading area is located on the South side of the inflation building. The loading area will remain clear of obstructions and all safety rules shall be followed. Cylinders can be rolled from a truck lift gate to its delivery point. All equipment necessary for loading and unloading the hydrogen shall be provided by the Contractor. The Contractor shall ensure the bottles are securely strapped to the stand at delivery and placed in an orderly/neat and clean fashion with cap loose and nozzle facing out. The Contractor shall perform the deliveries in such a manner that there will be minimal interruption to or interference with the normal operation of Government business on the premises. NWS personnel will not assist with loading or unloading of cylinders. Evidence of Delivery: The Driver shall provide evidence of delivery by way of receipt signed by an NWS representative at the time of delivery. A copy of the signed receipt shall be left with the NWS representative, and a copy shall also be attached to the associated invoice when mailed. Compliance: If any of the deliveries do not conform to contract requirements (i.e. a delivery results in less than full replenishment of hydrogen to 4,334 CF), the Government reserves the right to require the Contractor to bring the delivery into conformity with contract requirements, at no increase in contract amount (i.e. without additional delivery charges). SAFETY AND SECURITY All rules concerning safety, not smoking and the security of the property must be observed at all times. Materials Safety Data Sheets (MSDS) must be provided by the Contractor to the MIC or ASA at each office, where the information will be kept on file in accordance with applicable guidelines of the OSHA Hazard Communications Standard. Requirements pertaining to recordkeeping will be strictly followed, with copy(s) provided to MIC as necessary and upon request. ? (VII) All deliveries are to be made to the NWS office at 13701 Fang Drive, Jacksonville, FL 32218 and All deliveries are to be made to the NWS office at 3401 Northern Cross Blvd Fort Worth, TX 76137, respectively. (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 "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/7/31/2019. 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 lowest priced technically acceptable (LPTA) requirement evaluation of all associated quoted costs. 1. Price - This pricing must follow the regulations, laws and statute. Provide a breakdown of all rates for all parts of the cost of purchase and delivery. Please provide a description of how your pricing is determined and Index site you are using. 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 whi...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »