Nonpersonal services for snow removal at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845
COMBINED SYNOPSIS/SOLICITATION Nonpersonal services for snow removal at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 (I) This is a combine... COMBINED SYNOPSIS/SOLICITATION Nonpersonal services for snow removal at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 (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 NWWV9904-19-00060SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (JAN 2019) (DEVIATION 2017-02) (AUG 2017). (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561730. The small business size standard is $7.5 million. CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 in accordance with the statement of work for the period of eight months (9/15/2019 - 5/15/2020) CLIN 1001 - Option Year 1; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 in accordance with the statement of work for the period of eight months (9/15/2020 - 5/15/2021) CLIN 2001 - Option Year 2; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 in accordance with the statement of work for the period of eight months (9/15/2021 - 5/15/2022) CLIN 3001 - Option Year 3; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 in accordance with the statement of work for the period of eight months (9/15/2022 - 5/15/2023) CLIN 4001 - Option Year 4; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Snow Removal Services at the Anchorage Weather Forecast Office (WFO Main Building) at 6930 Sand Lake Road, Anchorage, AK 99502-1845 in accordance with the statement of work for the period of eight months (9/15/2023 - 5/15/2024) (VI) Description of requirements is as follows: ANCHORAGE WEATHER FORECAST OFFICE (ANC WFO) SNOWPLOWING LOCATION: The contractor shall be responsible for satisfactorily managing and performing snow removal as specified herein for the following location: National Oceanic & Atmospheric Administration National Weather Service Anchorage Weather Forecast Office (ANC WFO) 6930 Sand Lake Road Anchorage, AK 99502-1845 The Anchorage Forecast Office (WFO Main Building) is open 24 hours a day 365 days per year. There are three shift changes per day: 8:00 AM, 4:00 PM, and 12:00 Midnight. The majority of people work Monday-Friday 8:00 AM to 4:00 PM. The Facilities Building is open Monday-Friday 6:00 AM to 5:00 PM. The Inflation Building is open twice a day 1:00 AM and 1:00 PM. This will require the contractor to permit access to the building at these times. When possible, the plowing should be done before the normal work day Monday-Friday 8:00 AM to 4:00 PM or after shift changes. This will help to minimize the number of cars obstructing the parking lot. PURPOSE: The contractor shall furnish all management, supervision, labor, materials, supplies and equipment (including heavy equipment and snow shovels) to provide efficient snow and ice removal services at the National Weather Service Forecast Office located at 6930 Sand Lake Road, Anchorage, AK. The contractor shall remove snow and ice by plowing, blowing, brushing, sweeping, shoveling, or other suitable means not harmful to the traffic surface as necessary in order to produce and maintain safe passage of pedestrians and vehicles. The contractor shall apply sand, ice melt, etc., as necessary to treat existing or developing unsafe conditions to produce safe passage of pedestrians and vehicles. TECHNICAL SPECIFICATIONS: If award is made before the first snowfall, the contractor will install snow poles to define the edges of the parking lot, roads and fire hydrant. The snow poles will be removed in spring after the last snow has melted. Snow poles and attaching fasteners will be provided by the National Weather Service. Snow removal is expected after a 3 inch accumulation of snowfall or if authorized personnel call for additional snow removal or for an icing problem. Snow and ice removal services will be considered "automatic" and "on-call". It shall be the contractor's responsibility to monitor weather forecasts and conditions and automatically initiate removal services unless an authorized person calls for additional services. All doorways and sidewalks (the full width) will be kept clear of snow and ice. This includes: the sidewalks on the North and West sides of the WFO main building, the sidewalk attached to the main entrance, the sidewalk that connects the WFO main building to the facilities building, and the sidewalk that encircles the generator room. Ice melt will be used to keep the sidewalks from getting slippery from ice or compacted snow. The parking lots, work areas and roadways will be kept free of snow. These areas will also be sanded when they become slippery due to ice or compacted snow. The path to the flagpole needs to be shoveled and kept clear of snow and ice. The dumpster entrance must be kept clear of snow and ice for ease of access. The fire hydrant will be kept clear of snow for ease of access. The work area located on the south and west sides of the facilities building will have the snow removed from all of the level area. The level area extends approximately 45 feet out from the building. The snow will also be cleared from the doorways of the two hazardous material storage sheds located on the west side of the facilities building. The inflation building has doors on all four sides of the building which need to be kept clear of ice and snow. Two of the doors are roll-up types, one is a standard entrance door and the fourth door is a double door. The level ground around the inflation building needs to be kept clear of snow. The level ground extends in a radius approximately 45 feet around the building. The road to the inflation building and the inflation building doors need to be plowed and cleared before 1:00 am and 1:00pm. This can be done independently of clearing the other areas. The small gravel road to the NOAA Weather Radio should be cleared of snow. Snow staking will be at the discretion of the snow removal company when/if the snow storage areas require such. After the last snowfall has melted in the spring all sand will be swept from the asphalt portions of the parking lots and all sidewalks. SPECIAL CONDITIONS: 1. The door that exists on the south side of the building does not have a sidewalk that leads to the parking lot. If the snow depth exceeds 24 inches - upon special request a path will need to be cleared to the parking lot from this door. The Vendor will be held harmless as to any damage that may occur to the lawn underneath this path. It just needs to be walkable. It does not have to be cleared down to the grass. 2. Whenever the snow begins to melt, a puddle forms on the driveway near the entrance/exit to Sand Lake Road. Extra work is required to keep the south side of the driveway free from ice- damming so proper draining can occur. 3. All doorways and entrance walkways for the WFO main building and facilities building will be kept clear of snow and ice. 4. Snow removal services may include but are not limited to: hand shoveling, hand sweeping, snowplowing by truck, sanding, loader use, snow storage, and application of approved ice melt. SECURITY BACKGROUND INVESTIGATIONS: Personnel security investigations are not required as the contractors will only need to enter the building during regular business hours or accompanied by an official escort. DELIVERABLE SCHEDULE: Approximately from award through May 15 of each dependent on snowfall and snowmelt. Period of performance has been extended to allow for the possibility of another record snowfall similar to the previous year. OBSERVANCE OF LEGAL HOLIDAYS AND SITE CLOSURE INFORMATION: The Contractor hereby agrees to observe the following Federal holidays, plus any other day off work designated by Federal Statute, by Executive Order, or by Presidential proclamation: New Year's Day Labor Day Martin Luther King's Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day When any holiday falls on a Saturday, the preceding Friday is observed; when any holiday falls on a Sunday, the following Monday is observed. All personnel assigned to this contract shall limit their observation of holidays to those set forth above. In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the MIC. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the Manager In Charge (MIC) or Alternate MIC for guidance. (VII) Services to be provided but the period of performance provided above. (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. Quotes shall be fully executed and returned on the Standard Form (SF) 18 or your own company quote form and any acknowledgements of solicitation amendments on the SF 30. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable (preferred) and can be sent to Suzanne Romberg-Garrett, email suzanne.garrett@noaa.gov or faxed to 303-497-3163. 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 should be received no later than 4:00 P.M. MDT/MST, April 29, 2019. Any responses to questions will be made in writing, 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. 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. CAR 1352.213-70- Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. NOTE: NOT ATTENDING THE SITE VISIT WILL NOT BE AN ACCEPTABLE CAUSE TO JUSTIFY A LATER REQUEST FOR ADDITIONAL FUNDS. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT. (IX) FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be Lowest Priced Technically Acceptable (LPTA). All factors have the same value: 1. Proof of capability of 2 references including point of contact name, email, phone, and name of company. This is a pass or fail. 2. Price A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after receipt, unless written notice of withdrawal is received before award. (X) THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "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 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 Order 11246- (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 (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »