Aircraft Maintenance Platforms/Stands
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Aircraft Maintenance Platforms/Stands. This is... The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Aircraft Maintenance Platforms/Stands. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR subpart 13.5, Simplified Procedures for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This requirement is a 100% Small Business Set-Aside. This is a Request for Quotation numbered FA2823-19-Q-0024. The North American Industry Classification System (NAICS) code for this acquisition is 332312 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. DESCRIPTION OF FIRM FIXED PRICE (FFP) REQUIREMENT: Items must be delivered no later than 16 AUG 2019, but expedited shipment is encouraged. CLIN Description QTY Unit Price Extended Price CLIN 0001 Phase Dock/Fuel Shop Full-Wing Wrap and Aft-Tail Section Passive Fall Protection System Aircraft Maintenance Platforms/Stands for F-15C/D/E aircraft. FOB-Destination Firm-Fixed Price (FFP) Deliver by 16 AUG 19 IUID IAW DFARS 252.211-7003 2 Each [one (1) for Phase Dock and one (1) for Fuel Shop] CLIN 0002 Phase Dock/Fuel Shop Full-Wing Wrap and Aft-Tail Section Passive Fall Protection System Aircraft Maintenance Platforms/Stands for F-16C/D aircraft. FOB-Destination Firm-Fixed Price Deliver by 16 AUG 19 IUID IAW DFARS 252.211-7003 2 Each [one (1) for Phase Dock and one (1) for Fuel Shop] CLIN 0003 On-Site Set-up/Assembly at customer facility on Eglin AFB, FL 32542, with One-Time Daily Use/Pre-Inspection Training with Pre-Inspection Checklist FOB-Destination Firm-Fixed Price (FFP) Deliver by 16 AUG 19 1 Each These are the minimum requirements/salient characteristics that are key to successful contract performance: 1. Stands must be Lightweight/Easy to Maneuver in Hangar for One or Two Technicians; Stands must be on Wheels/Casters with Ability to Lock and Brake in-place. 2. Stands must have Wheel Brakes and Wheel Locks for Each Wheel. 3. Must have Adjustable Height within plus (+) or minus (-) 12 inches from a Median Height of 105 inches for the F-15C/D/E. 4. Must have Adjustable Height within plus (+) or minus (-) 12 inches from a Median Height of 65 inches for F-16C/D. 5. Each Stand must have one (1) Accessible Adjustable Reel-Type Static Grounding/Bonding Cable Attachment Mounted to Bottom of Stand. 6. Platforms/Stands must have Slip-Resistant Walkway and Stairs. 7. Must have Adjustable Stairway/Platform with Hand Railing for Wing Tip Access Only for Each Wing, to include an Adjustable Stairway/Platform for the Aft-Tail Section, for a total of three (3) Stairways. 8. Wing Tip Access Stairways/Platforms must be positioned adjacent to the Wing Tip with Stairway Access from the Trailing Edge of the Wing (Rear/Trailing Edge of Wing is Preferred Direction for Stairways) or the Front Leading-Edge of the Wing (Front/Leading Edge of Wing is Least Preferred Direction for Stairways, but is acceptable); Top of Stairs/Platforms must provide for a Transition Area/Platform Area that provides a turn at 90-degrees onto the Wing Surface. 9. All Maintenance Platforms/Stands Design must meet applicable Occupational Safety and Health Administration (OSHA) and American National Standards Institute (ANSI) requirements. OSHA guidance for Fall Protection is contained in 29 Code of Federal Regulations (CFR) 1910. 10. All Maintenance Platforms/Stands Design must meet the following Air Force Manual (AFMAN) 91-203, Air Force Occupational Safety, Fire, and Health Standards, requirements: i. Must have Securely-Fixed-to-Stand Protective Guardrails, Midrails and Toe Boards (or equivalent) Installed on All Open Sides, Except the Side Facing the Aircraft when it is within 14 inches of the Working Surface (No guardrails are necessary for side of platform/stand that faces aircraft). ii. Toe Boards must be 4 inches in Height. 11. All Maintenance Platforms/Stands must have Protective Padding/Rubberized Bumper to Prevent Damage to Aircraft where Stand Contact/Possible Contact may occur at Any Point on the Airframe. (Sliders are Optional. If Sliders are used, the Sliders must have a Locking Mechanism with the Ability to Lock in Place once Positioned for Safety). 12. All Bolts/Nuts/Pins etc. must be Securely Fastened and Installed in such a way to Prevent Objects from becoming Loose and Creating a Potential Foreign Object Debris (FOD) Hazard. 13. Must Provide Assembly of Equipment upon Arrival to our Location. 14. Must Provide Familiarization, Operating, Daily-Use/Pre-Inspection Training. 15. Must Provide Daily/Pre-Use Inspection Criteria/Inspection Checklist. 16. Must have a Warranty covering Equipment Failure, Safety Recalls, Manufacturing Defects that will Inhibit Proper Use of Equipment. 17. Each Stand must be Painted to Assist with Corrosion Prevention. This Includes all Surfaces of the Stand itself, Excluding Wheels or Casters, Locks or Braking Systems and/or Mechanisms/Hardware attached to the Stand, such as Adjustment Locks/Levers. There is No Preference with the Stands being Painted with either a Coating System or with a Paint, as Long as it is Not just Bare Metal. Each Stand must be Painted/Coated with a Subdued Color. The only Acceptable Choices of Color are: Light or Dark Gray, Blue, Black, or Dark Green. 18. This Requirement Does Not Require Vertical Stabilizer/Tail Maintenance Platforms/Stands. 19. This Requirement Does Not Require Personal Fall Arrest Lanyards of any kind. Quoted firm fixed price should include FOB Destination and annotate the delivery timeframe. Quote must state if FOB-Destination shipping is provided. If FOB-Origin is quoted, the price of shipping must be included in the quote. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Meets the requirements of the solicitation. Unacceptable Does not meet the requirements of the solicitation. Quoted price should include FOB Destination and remain valid for a minimum of 60 days. Requested final delivery date is no later than 16 AUG 2019 (see above schedule), but expedited delivery schedules are accepted and encouraged. Quoted prices must be in US Dollars. Specific Instructions: a. All offerors are required to complete and submit Attachment 1 of this solicitation IAW FAR 52.209-7, Information Regarding Responsibility Matters. b. All offerors are required to complete and submit Attachment 2 of this solicitation IAW DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. c. IAW FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018); to include Alternate I (Oct 2014) if applicable; offerors shall complete and submit either paragraph (b) of this provision or paragraphs (c) through (u) if applicable. d. IAW FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation, offerors shall complete and submit as applicable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the responsible offeror whose quote, conforming to the solicitation, provides the lowest evaluated price for a product meeting or exceeding the acceptability standards set forth in the specifications (Lowest Priced Technically Acceptable Approach LPTA). Offerors will be evaluated in accordance with FAR 13.106-2(b). Offerors must submit quotations for all items listed. Partial offers and offers for refurbished products will not be considered for award. DELIVERY ADDRESS: Eglin AFB, FL 32542 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 22 Jan 2019, DFARS DPN 20190215, and AFFARS AFAC 2018-0525. The North American Industry Classification System (NAICS) code is 332312, with a Small Business Size Standard of 500 employees. A firm-fixed price contract will be awarded. PROVISIONS/CLAUSES: Provisions and clauses may be obtained via the internet through the following website: http://farsite.hill.af.mil/ CLAUSES INCORPORATED BY REFERENCE The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.203-3 Gratuities. Apr 1984 FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions. Oct 2010 FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights Apr 2014 FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. Jan 2017 FAR 52.204-4 Printed or Copied Double-sided on Postconsumer Fiber Content Paper May 2011 FAR 52.204-16 Commercial and Government Entity Code Reporting. Jul 2016 FAR 52.204-18 Commercial and Government Entity Code Maintenance. Jul 2016 FAR 52.204-22 Alternative Line Item Proposal. Jan 2017 FAR 52.204-7 System for Award Management. Oct 2018 FAR 52.212-1 Instructions to Offerors--Commercial Items. Oct 2018 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Oct 2018 FAR 52.232-39 Unenforceability of Unauthorized Obligations. Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Dec 2013 FAR 52.247-34 F.O.B. Destination. Nov 1991 The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whitstleblower Rights. Sep 2013 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product. Apr 1992 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. May 2016 DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. Oct 2015 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. Mar 2018 DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. Jan 2018 DFARS 252.223-7008 Prohibition of Hexavalent Chromium. Jun 2013 DFARS 252.225-7001 Buy American and Balance of Payments Program. Dec 2017 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. Dec 2016 DFARS 252.225-7012 Preference for Certain Domestic Commodities. Dec 2017 DFARS 252.225-7048 Export Controlled Items Jun 2013 DFARS 252.226-7001 Utilization of Indian Organizations, Indian-owned Economic Enterprises, and Native Hawaiian Small Business Concerns Sep 2004 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec 2018 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7001 Pricing of Contract Modifications Dec 1991 DFARS 252.243-7002 Requests for Equitable Adjustment Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea-Basic Feb 2019 CLAUSES INCORPORATED BY FULL TEXT The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by full text: 52.209-7 - Information Regarding Responsibility Matters (Oct 2018) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management which can be accessed via https://www.sam.gov (see 52.204-7). (End of provision) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Oct 2018), with Alternate I (Oct 2014) 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. "Forced or indentured child labor" means all work or service- (6) 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 (7) 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- (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. "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- (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. "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 the 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 is to 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. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (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. (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 on...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »