JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA
11/7/2019 ANSWER The site is co-located office (WFO NO/BR and LMRFC Slidell). Combined, there are 39 employees. There are 2 bathrooms, one female with 2 stalls (1 handicapped and 1 regular). The male ... 11/7/2019 ANSWER The site is co-located office (WFO NO/BR and LMRFC Slidell). Combined, there are 39 employees. There are 2 bathrooms, one female with 2 stalls (1 handicapped and 1 regular). The male bathroom have 2 stalls (1 handicapped and 1 regular) with a urinal. Both female and male bathrooms have 2 sinks. 11/5/2019 QUESTION AND ANSWER QUESTION: Can you please provide the current contractor's name award amount for: NWWP9919-20-00068_National Weather Service, New Orleans/Baton Rouge? ANSWER: Elite quality Services, LLC in the amount of $72K total for all five years. WORD VERSION AND RESPONSE... READ ENTIRE REQUEST FOR QUOTE AND RESPOND BY CHECKING ALL BLOCKS OR SPACES AND RESPONDING TO THE ENTIRE RFQ BUT IN PARTICULAR INCLUDES THE FAR 52.209-24 COMBINED SYNOPSIS/SOLICITATION JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA (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 NWWP9919-20-00068SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01 (OCT 2019) (DEVIATION 2019-03) (JUNE 2019). (IV) THIS SOLICITATION IS BEING ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. The associated NAICS code is 561720. The small business size standard is $19.5 MILLION. (V) This combined solicitation/synopsis is for purchase of the following commercial services and products Index Oil Price Information Service (OPIS) is found on the internet is referenced for unit pricing of heating fuel and the price submitted for invoicing with the C&G is marked up from the posted pricing and will include the Leaking Underground Storage Tank (LUST) tax. CLIN 0001 - BASE YEAR: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 1001 - OPTION YEAR 1: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 2001 - OPTION YEAR 2: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 3001 - OPTION YEAR 3: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. CLIN 4001 - OPTION YEAR 4: SERVICES, NON-PERSONAL, TO PROVIDE ALL EQUIPMENT, LABOR AND MATERIALS (UNLESS OTHERWISE PROVIDED HEREIN) NECESSARY FOR JANITORIAL SERVICES FOR NEW ORLEANS/BATON ROUGE WFO LOUISIANA IN ACCORDANCE WITH THE STATEMENT OF WORK FOR THE PERIOD OF TWELVE MONTHS. (VI) Description of requirements is as follows - Statements of Need: STATEMENT OF WORK (SOW) DEPARTMENT OF COMMERCE (DOC) NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) WEATHER SERVICE OFFICE (WSO) NEW ORLEANS/BATON ROUGE BASE YEAR 1/1/2020 THROUGH 12/31/2020 PERIOD YEAR 1 - 1/1/2021 THROUGH 12/31/2021 PERIOD YEAR 2 - 1/1/2022 THROUGH 12/31/2022 PERIOD YEAR 3 - 1/1/2023 THROUGH 12/31/2023 PERIOD YEAR 4 - 1/1/2024 THROUGH 12/31/2024 1. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified herein at the following location: National Weather Service Office 62300 Airport Road Slidell, LA 70460-5243 National Weather Service is a 24 hour 7 day operation. 2. Meteorologist in Charge (MIC) Benjamin Schott, Meteorologist-in-Charge (MlC), and Phone (985) 649-0429 ext. 4 - "The official is referred to throughout the Specifications as the MIC", ben.schott@noaa.gov. Pheola E. Vasser, Alternate Contact, Phone: (985) 645-0984 ext.4 and 985-718-3488, pheola.vasser@noaa.gov. If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount or the price of the contract may be reduced to reflect the reduced value of services performed. If the defects in services are not corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements. 3. Equipment, Materials and Supplies All equipment, materials, and supplies (MSDS for chemicals) shall be furnished by the Contractor and properly stored in the areas designated by the MIC including paper towels, bathroom tissue, facial tissue, hand soap, hand sanitizer, deodorizer/sprays, cleaning supplies, and cleaning equipment. All products used are to be environmentally friendly and a list and Material Safety Data Sheets of these products will be supplied to the MIC far approval. The products are to be non-toxic, biodegradable, and made from renewable sources (not petroleum) to promote a healthy and green cleaning environment. NOTE: All paper products shall be made of recovered materials as per EPA guidelines at the following website: http://www.epa.gov/epawaste/conserve/tools/cpg/products/index.htm#paper Materials Safety Data Sheets (MSDS) must be provided by the contractor to the Meteorologist in Charge (MIC) or Administrative Assistant (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, 4. Security Background Investigations Personnel security investigations are required for all contractors entering the site per CAR clause 1352.237-71 Security Processing Requirements - Low Risk (APR 2010) applies to this acquisition. The Certification and Accreditation (C&A) requirements of Clause 48 CFR 1352.239-72 do not apply, and a Security Accreditation Package is not required. 5. Conduct of Work Services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. The contractor shall be responsible for satisfactorily managing and performing programs for cleaning as specified. All equipment, materials and supplies (MSDS for chemicals) shall be furnished by the contractor including paper towels, bathroom tissue, facial tissue, hand soap, hand sanitizer, deodorizer/sprays, cleaning supplies, and cleaning equipment. Bathroom tissue brands will meet EPA recommendations for recovered fiber content. Healthy and environmentally friendly product that are non-toxic, biodegradable and made from renewable sources (not petroleum) shall be used to promote a healthy and green cleaning environment. Inspection and acceptance of work will be done by the MIC or his designated representative. The Contractor must ensure employees are physically able to accomplish the work specified herein. All such employees working on Government premises are subject to all applicable Federal rules and regulations with regard to entering and leaving the building(s). The Contractor must take precautions necessary for the protection against injury of all persons engaged at the site. Applicable Department of Labor and Occupational Safety and Health Standards will be taken into consideration in the performance of this contract. The Contractor will take all reasonable precautions to prevent the escape of fire and to suppress the same. Services under this contract must be performed in such a way that there will be minimal interruption to, or interference with, the normal operation of Government business on the premises. The Contractor should bring any noted defect, disease or insect infestation of the grounds to the attention of the MIC or designate. The Contractor should bring any noted defect, disease or insect infestation of the grounds to the attention of the MIC or designate and services under this contract must be performed in such a way that there will be no interruption to, interference with, the normal operation of Government business on the premises. 6. Square Footage/Site Conditions: The area covered by this contract consists of approximately 12,248 square feet. All rooms in the Weather Service Office buildings will be cleaned as per the scope of work (SOW) listed below except for the Comm/Elec Room and the Equipment Room. A listing of the flooring type and size of' the various rooms to be cleaned as per the SOW are: a. 94 sq. ft. of bare concrete in the Front Entry Vestibule and Stairwell/Storage Room. All glass windows and doors to be cleaned as per SOW. b. 2085 sq. ft. of carpeted area including the Reception/Waiting area, MIC Office, WCM Office, SOO Office, Conference Room, Training Room and Main and Side Corridors. c. 3988 sq. ft. of computer tile flooring including the Primary Operations Area. d. 390 sq. ft. of ceramic tile flooring including the Men's Bathroom and the Women's Bathroom. e. 1705 sq. ft. of linoleum tile flooring in the Kitchen/Ready Room and Electronic Technician building. 7. Cleaning Schedule and Requirements Daily Six Days - Cleaning will take place between 4:00 pm and 8:00am except on the designated day off of Saturday or Sunday. REQUIREMENTS a. Daily six days per week - except on the designated days off Saturday or Sunday. 1. Empty and damp wipe all waste baskets. If plastic bags are inserted in trash cans, damp wiping may be unnecessary. 2. Remove all trash and dispose of in proper containers. 3. Vacuum all carpeting. 4. Clean and disinfect fixtures and doors in the restrooms and break room. 5. Check paper towels, toilet tissue, and air freshener supply in the break room and restrooms and refill if necessary. 6. Dust -mop all tile and computer floors. (Note!! Never use a wet mop or allow standing liquids on computer floor) 7. Sweep outside entryway and remove any windblown debris from both entrances. b. Weekly (once every week) 1. Dust all flat surfaces which include table tops, chairs, file cabinets, window sills, window ledges in the vestibules, etc.; clean glass tops on wood furniture. 2. Wet mop all tile and concrete floors (but not computer floor). 3. Wash entrance windows (vestibule windows) inside and out. 4. Shake dirt out of entry floor mats. 5. Empty trash and wet mop concrete floor in external store room. c. Bi- Weekly (Once every two weeks) 1. Buff the tile floors (not computer floor) d. Monthly (once every month) 1. Spot clean doors, walls and painted surfaces, 2. Dust high ledges, cabinet tops, ventilators, light fixtures and other high areas. 3. Wax tile floors in store room and ET Office. 4. Wax tile floors in restrooms and break room. e. Quarterly (Once every 3 months during December, March, June and September) 1. Wash all windows inside and out. 2. Vacuum draperies and/or dust blinds. f. Semi-Annually (March and September) 1. Shampoo all carpeting (confer with MIC or designated official). g. Special Instructions 1. All sweeping of resilient floor covering shall be done by the dustless pickup method using either the laundered or the disposable type of treated cloths as appropriate. All dusting shall be done by the damp or treated cloth method. 2. All rules concerning safety, smoking and the security of the building shall be observed. 3. The contractor shall remove all waste from the premises, and plastic bags used for disposal of wastepaper trash. All trash must be disposed of in proper containers. 4. COMPUTER FLOOR - USE ONLY DAMP MOP, DAMP MOP WITH MILD DETERGENT WHEN NECESSARY. - Never wax, buff, polish or rinse with water containing wax. The floor surface is designed to cause a "flake-oft" and any build-up of foreign substance can affect the static decay rate of the floor surface. - Never use strong abrasives, scrapers, steel wool or power scrubbers to clean the floor. - Never use excessive amounts of liquid or flood the surface with water. 5. Notify the MIC or designated representative whenever quarterly and semi-annual requirements listed in 2e and 2f are completed. 8. Invoicing The vendor will bill on a monthly basis in arrears. DEPARTMENT OF LABOR WAGE RATES: WD 2015-5189, REVISION NO. 14, DATED 7/16/2019, WHICH CAN BE FOUND ON: WWW.WDOL.GOV (VII) The delivery period of performance: BASE YEAR 1/1/2020 THROUGH 12/31/2020 PERIOD YEAR 1 - 1/1/2021 THROUGH 12/31/2021 PERIOD YEAR 2 - 1/1/2022 THROUGH 12/31/2022 PERIOD YEAR 3 - 1/1/2023 THROUGH 12/31/2023 PERIOD YEAR 4 - 1/1/2024 THROUGH 12/31/2024 (VIII) FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018) (DEVIATION 2019-03) (JUNE 2019), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number Site Visit: All Bidders are strongly encouraged to make a site visit to inspect all proposed work and to acquire all necessary site information to properly prepare the Bid Proposal. Failure of the Contractor to visit the site and acquire all necessary site information to properly prepare the quote shall not be acceptable cause to justify a later request for additional costs after Contract Award. Any questions that come up at the site visit must be provided to Suzanne Romberg-Garrett via email at suzanne.garrett@noaa.gov. No questions will be answered on site. RFQ FAR 52.237-1 SITE VISIT (APR 1984) Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. NOTE: NOT ATTENDING THE SITE VISIT WILL NOT BE AN ACCEPTABLE CAUSE TO JUSTIFY A LATER REQUEST FOR ADDITIONAL FUNDS. To request to be included in a site visit, contact Benjamin Schott at 985-645-0429 ext. 4 or via email at ben.schott@noaa.gov or contact Pheola "Liz" Vasser at 985-645-0984 ext. 4 of pheloa.vasser@noaa.gov. Please make sure to get confirmation acknowledgement from one or both of them for the site visit. "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. mst, November 14, 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 (LTPA) solicitation. 1. Price - Lowest Priced Technically Acceptable. 2. Past Performance - Quotes shall include at least two references relevant to the Offeror's performance to provide the service being solicited. References must include the company name and contact person's name, phone number and email. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. References must include the company name and contact person's name, phone number and email. The Contractors past performance evaluation will be based on responsiveness, quality, and customer services. This is a PASS/FAIL. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after receipt, unless written notice of withdrawal is received before award. (X) THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. "Sensitive technology"- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___________. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ? is, ? is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it ? is, ? is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it ? is, ? is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it ? is, ? is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ? is, ? is not a women-owned small business concern. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It ? is,? is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ? is, ? is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: __________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It ? is, ? is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It ? is, ? is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: __________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it ? is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price:____________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small bus...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »