Catholic Music Services
Combined Synopsis/Solicitation IAW FAR 12.603 Catholic Music Services (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 "St... Combined Synopsis/Solicitation IAW FAR 12.603 Catholic Music Services (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number FA2816-19-Q-0003 (Rev 1) dtd 29 July 2019 is being issued as a "Request for Quote" (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 (iv) THIS ACQUISITION IS A 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 711130 with a size standard not to exceed $11M. (v) The following table lists the CLINs applicable to the requirement, including options: Base Period Option 1 Option 2 Option 3 Option 4 26 Aug 2019 to 25 Feb 2020 26 Feb 2020 to 25 Feb 2021 26 Feb 2021 to 25 Feb 2022 26 Feb 2022 to 25 Feb 2023 26 Feb 2023 to 25 Feb 2024 CLIN CLIN CLIN CLIN CLIN SATURDAY SERVICE 0001 1001 2001 3001 4001 SUNDAY SERVICE 0002 1002 2002 3002 4002 (vi) SMC/PKE located at the Los Angeles AFB intends to award a Firm Fixed Price service contract for Saturday Catholic Musician services and Sunday Catholic Music Director services. The Contractor shall provide all personnel,equipment, labor, tools, vehicles and supervision, necessary to performall liturgical musical and administrative services as defined in the separate Statements of Work (SOW). LAAFB includes Fort MacArthur, Pacific Heights, and Pacific Crest which is located approximately 20 miles south of El Segundo. The period of performance will be as follows: a. one 6-month Base Period beginng 26 Aug 2019 - 25 Feb 2020 b. four 12-month Option Periods as follows: (1) Option 1, 26 Feb 2020 - 25 Feb 2021, (2) Option 2, 26 Feb 2021 - 25 Feb 2022, (3) Option 3, 26 Feb 2022 - 25 Feb 2023 and (4) Option 4, 26 Feb 2023 - 25 Feb 2024 (viii) Award will be conducted and evaluated under the provisions of FAR Part 12 "Acquisition of Commercial Items". The provision 52.212-1 "Instructions to Offerors-Commercial Items" applies to this acquisition. In addition to the requirements for the submission of an offer provided under paragraph (b) of the provision, the offeror may use the "SCHEDULE" of the synopsis/solicitation to submit a quote in response to the RFQ. (1) IAW Para 2.3 of the SOW for Saturday Catholic Musician Services, the Contractor must be trained and experienced in Catholic liturgical music ministry, liturgical planning, and be responsible for providing liturgical musical accompaniment for all Roman Catholic Masses to include weekly choir presentations, solos, or duets, and leading congregational and choir music either directly or through the use of qualified employees or qualified and approved subcontractors. (2) Contractor Qualifications for Saturday Services in IAW Para 2.3.2 of the Statement of Work, are: a. Be an accomplished musician able to sight-read music and able to teach the fundamentals of music, as well as have a grasp of the basics of vocals. A baccalaureate degree or four years' experience with keyboard skills is preferred. b. Must be accomplished in playing for the Catholic Mass liturgical order of service. c. Capable of accompanying a soloist or choir. d. Capable of musically leading the Catholic choir and community in mass. e. Possess at least two years prior experience in leading music in a Catholic worship service. f. Ability to work well with Chaplains and Laypersons from a variety of backgrounds and practices. g. Ability to work with children under the age of 18. (3) IAW Para 2.3 of the SOW for Sunday Catholic Music Director services, the Contractor must be trained and experienced in Catholic liturgical music ministry, liturgical planning, and be responsible for providing liturgical musical accompaniment and directorship for all Roman Catholic Masses to include weekly choir presentations, solos, or duets, and leading congregational and choir music either directly or through the use of qualified employees or qualified and approved subcontractors The provision at 52.212-2 Evaluation - Commercial Item is applicable acquisition. Award will be made to the contractor whose price is the lowest price technically acceptable. (ix) The provision at 52.212-2 Evaluation - Commercial Item is applicable acquisition. Award will be made to the contractor who's quote is lowest price and technically acceptable. (x) Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. If the Offeror has not completed the annual representation and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision". By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in SAM shall render contractor ineligible for award. The Government advises Offerors to complete Offeror Representation and Certifications on line at www.sam.gov prior to submitting an offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition (See Clause for the additional FAR clauses applicable to the acquisition. (xiii) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xiv) All questions regarding this procurement are required to be submitted to the Contract Specialist by 13 Aug 2019, via email at katherine.glover@us.af.mil. Questions received after this date may not be considered by the Government. (xv) Proposals are due by 15 Aug 2019 by 11:59 pm PST . Proposals received after this time may not be considered. The response to this solicitation may be accomplished by electronic methods only. (xvi) Contractor is required to: (1) Sign page 4 of this document; (2) handwrite and or type the offered Dollar amount next to the respective CLINs in the SCHEDULE of this document and (3) email all required documents to the POC listed below. Quotes shall be valid for a minimum of 120 calendar days after quote submission due date. NOTE: The combined synopsis/solicitation has 44 pages. The following individual is the sole Point of Contact (POC) for information and all quote submittals regarding solicitation: Carol Glover, email address Katherine.Glover@us.af.mil or via phone at 310-653-1348. SIGNATURE OF OFFEROR: Typed Name of Offeror to Include Company Name _____________________________________________ _____________________________________________ SCHEDULE CLIN SERVICES QTY UNIT UNIT PRICE EXTENDED PRICE Base Period 0001 SATURDAY CATHOLIC MUSICIAN SVC IAW Attachment 1 Statement of Work dated 29 JUL 2019. 12 EA $ $ 0002 SUNDAY CATHOLIC MUSIC DIRECTOR SVC IAW Attachment 2 Statement of Work dated 29 JUL 2019. 12 EA $ $ TOTAL: $ Option 1 1001 SATURDAY CATHOLIC MUSICIAN SVC IAW Attachment 1 Statement of Work dated 29 JUL 2019. 12 EA $ $ 1002 SUNDAY CATHOLIC MUSIC DIRECTOR SVC IAW Attachment 2 Statement of Work dated 29 JUL 2019. 12 EA $ $ TOTAL: $ Option 2 2001 SATURDAY CATHOLIC MUSICIAN SVC IAW Attachment 1 Statement of Work dated 29 JUL 2019. 12 EA $ $ 2002 SUNDAY CATHOLIC MUSIC DIRECTOR SVC IAW Attachment 2 Statement of Work dated 29 JUL 2019. 12 EA $ $ TOTAL: $ Option 3 3001 SATURDAY CATHOLIC MUSICIAN SVC IAW Attachment 1 Statement of Work dated 29 JUL 2019. 12 EA $ $ 3002 SUNDAY CATHOLIC MUSIC DIRECTOR SVC IAW Attachment 2 Statement of Work dated 29 JUL 2019. 12 EA $ $ TOTAL: $ Option 4 4001 SATURDAY CATHOLIC MUSICIAN SVC IAW Attachment 1 Statement of Work dated 29 JUL 2019. 12 EA $ $ 4002 SUNDAY CATHOLIC MUSIC DIRECTOR SVC IAW Attachment 2 Statement of Work dated 29 JUL 2019. 12 EA $ $ TOTAL: $ 0001 Inspection and Acceptance Location Both Destination Instructions: NONE DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil 0002 Inspection and Acceptance Location SAME AS 0001 Option 1 Line Item 1001 Inspection and Acceptance Location Both Destination Instructions: NONE DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Option 1 Line Item 1002 Inspection and Acceptance Location SAME AS 1001 Option 2 Line Item 2001 Inspection and Acceptance Location Both Destination Instructions: NONE DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Option 2 Line Item 2002 Inspection and Acceptance Location SAME AS 2001 Option 3 Line Item 3001 Inspection and Acceptance Location Both Destination Instructions: NONE DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Option 3 Line Item 3002 Inspection and Acceptance Location Option 4 Line Item 4001 Inspection and Acceptance Location Both Destination Instructions: NONE DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Option 4 Line Item 4002 Inspection and Acceptance Location SAME AS 4001 Deliveries or Performance 0001 Delivery Schedule Ship To Address Place of Performance DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Period of Performance From 26 Aug 2019 to 25 FEB 2020 0002 Delivery Schedule Ship To Address Place of Performance - SAME AS 0001 Period of Performance - SAME AS 0001 1001 Delivery Schedule Ship To Address Place of Performance DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Period of Performance From 26 Feb 2020 to 25 FEB 2021 1002 Delivery Schedule Ship To Address Place of Performance - SAME AS 1001 Period of Performance - SAME AS 1001 2001 Delivery Schedule Ship To Address Place of Performance DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Period of Performance From 26 Feb 2021 to 25 FEB 2022 2002 Delivery Schedule Ship To Address Place of Performance - SAME AS 2001 Period of Performance - SAME AS 2001 3001 Delivery Schedule Ship To Address Place of Performance DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Period of Performance From 26 Feb 2022 To 25 FEB 2023 3002 Delivery Schedule Ship To Address Place of Performance - SAME AS 3001 Period of Performance - SAME AS 3001 4001 Delivery Schedule Ship To Address Place of Performance DoDAAC: F2T0DA Cage: DunsNumber: Duns4Number: CountryCode: USA 61 ABG HC CHAPLAIN DIVISION 325 CHALLENGER WAY STE 1090 AF BPN NO MILSBILLS PROCESSES EL SEGUNDO, CA 90245 4677 United States OfficeCode: TSgt Jonathan Velazquez Telephone: 310-653-5080 Email: jonathan.velazquez@us.af.mil Period of Performance From 26 Feb 2023 To 25 FEB 2024 4002 Delivery Schedule Ship To Address Place of Performance - SAME AS 4001 Period of Performance - SAME AS 4001 CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance OCT 2018 52.204-19 Incorporation of Reference of Representations and Certifications DEC 2014 52.212-1 Instructions to Offerors - Commercial Item OCT 2018 52.212-4 Contract Terms and Conditions - Commercial Items OCT 2018 52.217-5 Evaluation of Options JUL 1990 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification AUG 2018 52.232-23 Assignment of Claims MAY 2014 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7003 Electronic Submission and Processing of Payment Requests and Receiving Reports DEC 2018 CLAUSES INCORPORATED IN FULL TEXT 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) a. Award will be made to the responsible offeror who meets the specifications in the attached Statement of Work (SOW) of this solicitation in accordance with guidance from the Department of Labor, Wage Determination List (Service Act of 1965 - (SCA). The factors used to evaluate offers will be Lowest Price/Technically Acceptable (LPTA). The anticipated award date will be 19 August 2019. (End of Provision) 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. •1. (a) Definitions. As used in this provision- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- •a. (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation", means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended."Sensitive technology"- "Sensitive technology"- •a. (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- • i. (i) To restrict the free flow of unbiased information in Iran; or • ii. (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and •b. (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"- •c. (1) Means a small business concern- • i. (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. (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. •d. (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- •e. (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- • i. (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. (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 •f. (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- •g. (1) Directly by a parent corporation; or •h. (2) Through another subsidiary of a parent corporation "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Veteran-owned small business concern" means a small business concern- •i. (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 •j. (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. Women-owned small business concern means a small business concern- •k. (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 •l. (2) Whose management and daily business operations are controlled by one or more women. •2. (b) •a. (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 •b. (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.] •3. (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. •a. (1) Small business concern. The offeror represents as part of its offer that it ?is, ?is not a small business concern. •b. (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. •c. (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. •d. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, that it ?is, ?is not a small disadvantaged business concern as defined in 13 CFR124.1002. •e. (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. •f. (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. (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. (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. •g. (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. (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. (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. •h. (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. •i. (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:____________________________________ •j. (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. (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. (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. •4. (d) Representations required to implement provisions of Executive Order11246- •a. (1) Previous contracts and compliance. The offeror r...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »