Purchase, Delivery, Tank Rental o Hydrogen for the National Weather Service office in Midland, Texas
COMBINED SYNOPSIS/SOLICITATION Purchase, Delivery, Tank Rental o Hydrogen for the National Weather Service office in Midland, Texas (I) This is a combined synopsis/solicitation for commercial items pr... COMBINED SYNOPSIS/SOLICITATION Purchase, Delivery, Tank Rental o Hydrogen for the National Weather Service office in Midland, Texas (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 NWWP9265-19-00250DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (Aug 2019) and NOAA (Deviation 2019-03) (June 2019). (IV) This procurement is total small business set-aside. The associated NAICS code is 325120. The small business size standard is $7.5M. (V) This combined solicitation/synopsis is for purchase of the following commercial items: 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: 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 __________ 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 __________ 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 __________ 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 __________ 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 __________ 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) (VI) Description of requirements is as follows: HYDROGEN GAS SUPPLY, DELIVERY AND CYLINDER RENTAL APPLIES TO BASE YEAR AND ALL OPTION YEARS DELIVERY PERIOD: Base Year: 9/1/2019 through 8/31/2020 Option Year 1: 9/1/2020 through 8/31/2021 Option Year 2: 9/1/2021 through 8/31/2022 Option Year 3: 9/1/2022 through 8/31/2023 Option Year 4: 9/1/2023 through 8/31/2024 BACKGROUND: 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 Midland, Texas launches weather balloons routinely twice a day at 0500 and 1700 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 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 2500 Challenger Dr. Midland, TX 79706. 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. See Delivery Schedule in Section 6, below, for details. PLACE OF PERFORMANCE All deliveries are to be made to the NWS office at 2500 Challenger Dr. Midland, TX 79706. The point of delivery is at the Upper Air Inflation building, located on the West side of the main building at the top of the driveway past the main office. The hydrogen truck is permitted to use the main driveway for delivery; drop off door is located on the South 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 11 cylinders of hydrogen at a time. This site uses a minimum of 160 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 1,150 CF every week, 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 2,134 CF after each completed delivery. Initial Delivery: The Contractor shall supply a minimum of 2,530 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 week, Monday through Friday between the hours of 0800 and 1500 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 2,530 CF of hydrogen on a weekly 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 2,530 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. INVOICING The Contractor will invoice on a monthly basis in arrears for that month's hydrogen deliveries and related surcharges (i.e. cylinder rental fee, etc.). The invoice must include the following items: a. Name and address of the contractor, which must be the same as that on the Purchase Order b. Invoice date and invoice number c. Purchase Order number and associated line item number from the Purchase Order d. Description, quantity, unit of measure, unit price and extended price of supplies delivered, and date of delivery e. Evidence of delivery by way of receipt signed by NWS representative at the time of delivery f. Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice (a defective invoice is one that does not meet all the above requirements) The invoices may be sent to the following address: National Weather Service 2500 Challenger Dr. Midland, TX 79706 Alternatively, the invoices may be e-mailed to: colleen.rhea@noaa.gov. (VII) Period of performance: Base Period: Twelve months Option Year 1: Twelve months Option Year 2: Twelve months Option Year 3: Twelve months Option Year 4: Twelve months (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2018)(Deviation 2019-03)(JUNE 2019)(Reference) applies to this requirement. 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. 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. E-mail quotes are acceptable and can be sent to Diana.Romero@noaa.gov. 3. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. 5. Complete and return Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) with quote. 6. VENDOR SHALL HAVE AN ACTIVE REGISTRATION IN SYSTEM FOR AWARD MANAGEMENT (SAM) FOUND AT SAM.GOV IN ORDER TO BE ELIGIBLE FOR CONTRACT AWARD. IN ADDITION, VENDOR SHALL ALSO COMPLETE REPRESENTATIONS AND CERTIFICATIONS ELECTRONICALLY IN SAM REPS AND CERTS SHOULD INCLUDE THE NAICS CODE APPLICABLE TO THIS SOLICITATION. (IX) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) (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: 1) Price 2) Past Performance The Government intends to award a firm fixed-price purchase order. Payment of Net 30 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 its receipt, unless a written notice of withdrawal is received before award. (End of provision) 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 veteransor, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at 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. "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. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ?is, ?is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph(c)(1) of this provision.] The offeror represents as part of its offer that it ?is, ?is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ? is, ? is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph(c)(1) of this provision.] The offeror represents, that it ?is, ?is not a small disadvantaged business concern as defined in 13CFR124.1002. (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 50percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph(c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It ?is, ?is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It ? is, ? is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: __________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Representations required to implement provisions of Executive Order11246- (1) Previous contracts and compliance. The offeror represents that- (i) It ? has, ? has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It ? has, ? has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that- (i) It ? has developed and has on file, ? has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It ? has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31http://uscode.house.gov/browse.xhtml;jsessionid=114A3287C7B3359E597506A31FC855B3 U.S.C. 1352). (Applies only i...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »