Test Administrator Services
The purpose of this amendment is to: 1. Provide Questions and Answers. 2. Provide revised Performance Work Statement (PWS). Changes are highlighted in red font. See attached PWS_Rev 1. 3. Add Clause 5... The purpose of this amendment is to: 1. Provide Questions and Answers. 2. Provide revised Performance Work Statement (PWS). Changes are highlighted in red font. See attached PWS_Rev 1. 3. Add Clause 5252.242-9001 'Common Access Cards (CAC) for Contractor Personnel in by reference to the combined synopsis/solicitation. All other terms and conditions remain unchanged and in full force and effect. End of Amendment 0001. ----------------------------------------------------------------------------------------------- (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is being issued as a Request for Proposal (RFP). The reference number is FA286019RA006. The solicitation documents are attached to this combined synopsis/solicitation that will be used to submit a proposal. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, Effective: 20 Dec 2018. In addition to the Federal Acquisition Regulation (FAR), The Defense Acquisition Regulation Supplement (DFARS) and the Air Force Federal Acquisition Regulation Supplement (AFFARS) apply. (iv) This acquisition is solicited as a 100% woman-owned small business set-aside (WOSB). The associated NAICS code is 611710, Educational Support Services, with a size standard of $15 million. (v) Offerors shall submit a proposal for all supervision, labor, equipment, and materials necessary to perform test administrator services at Joint Base Andrews - Naval Air Field Washington (JBA-NAFW) for a period of performance of one (1) base year, four (4) option years, and a six-month (6-month) extension of services option. Routine services will be required on an on-call basis on a Part-Time Employee (PTE) frequency. The Contractors shall use the Attachment 2 - Pricing Worksheet to submit offers. See the attached Performance Work Statement (PWS). All responsible sources may submit a proposal, which shall be considered. (vi) The Government anticipates award of a firm fixed-price contract. The Government intends to award one (1) contract as a result of this combined synopsis/solicitation. However, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. (vii) Performance shall begin within five (5) days after contract award. FOB: Destination to Joint Base Andrews - Naval Air Facility, Maryland 20762. (viii) FAR Provisions 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items, and 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this acquisition. The addenda for 52.212-1 and 52.212-2 are incorporated, in full-text, below. Offerors are to include a completed copy of the provision, 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The following FAR, DFARS, and AFFARS clauses and provisions apply to this acquisition, are incorporated, and will remain in full force and effect in any resultant award (full text of clauses and provisions may be accessed electronically at http://farsite.hill.af.mil): 52.204-1, Approval of Contract 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.207-3, Right of First Refusal of Employment 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-5, Evaluation of Options 52.219-1, Small Business Program Representations 52.223-10, Waste Reduction Program 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirement Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7006, Billing Instructions 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternate Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.225-7012, Preference for Certain Domestic Commodities 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items. Offerors responding to this announcement shall submit their proposal in accordance with this clause. The following additions/changes are made to FAR provision 52.212-1, which is incorporated by reference. Information found in this addendum supersedes FAR 52.212-1. 1. Instructions to Offerors - Commercial Items. a. The Government reserves the right to revise or amend the specifications, drawings or the solicitation prior to the Request For Proposal (RFP) closing time. Such revisions or amendments, will be communicated by amendments to this RFP. If such amendments require material changes in quantities or prices, the RFP closing date may be postponed by enough days to enable offerors to revise their proposals. In such cases, the amendment will include an announcement of the new RFP closing date and time. Amendments will be posted on the Internet with the solicitation documents without notice. Offerors are responsible for accessing all amendments prior to proposal submission at www.fbo.gov. All solicitation amendments must be acknowledged and turned in with offer. The government reserves the right to award without discussions. 2. General Information. a. Solicitation number: FA2860-19-R-A006 b. Requests for clarification. Address any questions or concerns you have to the CA. Written requests for clarification may be sent by e-mail to archie.y.warren.civ@mail.mil. No phone calls will be taken. All requests for clarification/questions are due no later than 7 March 2019 at 1:00 PM Eastern Standard Time via email. c. Receipt of offerors. Offers are due no later than 11 March 2019 at 1:00 PM Eastern Standard Time via email. The offeror is solely responsible to make sure their offers are received by the deadline. Late proposals will be processed in accordance with FAR 52.212-1 (f) "Late submission, modifications, revisions and withdrawals of offers." d. Points of Contact - The Contract Administrator (CA) is the point of contact for this acquisition. The CA for this solicitation is Archie Y. Warren who can be reached by phone at (240) 612-5680 or by email at archie.y.warren.civ@mail.mil. A secondary point of contact is 2d Lt Tarha Mazyck, who can be reached via email at tarha.a.mazyck.mil@mail.mil or (240) 612-5628. e. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for sixty (60) calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. 3. Proposal Preparation Instructions. a. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement will result in an offer being considered "non-responsive" and ineligible for award. The offeror shall prepare submissions as set forth in the organizational table below. The titles and contents of the volumes are defined in the below table, all of which shall be within the required page limits and with the number of copies shown below. b. Electronic Mail Offers -Electronic copies shall be submitted in a format readable Microsoft Office Word or Adobe PDF. 4. General Format and Content Offerors shall submit three (3) volumes of material. A complete proposal consists of the following volumes: a. Volume I - Contract Documentation: Fill in the blanks of all provisions to include, the Representations and Certifications in accordance with 52.212-3 and/or SAM website (https://www.sam.gov/portal/SAM/). b. Volume II - Contract Price: Complete the form-fillable Attachment 2, Pricing Worksheet, in its entirety. c. Volume III - Technical Capability: Provide resumes of candidates to perform test administration services that reflect technical requirements outlined in the Addendum to 52.212-2, "Technical Capability Ratings", incorporated herein, and a clear understanding of the Performance Work Statement (PWS) that provide evidence of compliance as requested. (End of Provision Addendum) (ix) FAR 52.212-2 Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) Price; and (2) Technical Capability (See Addendum to 52.212-2.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Addendum to 52.212-2 Evaluation - Commercial Items. Evaluation Process: 1. Price: A price analysis will be conducted to determine price reasonableness and price realism of the proposed Total Evaluated Price (TEP). The Government will evaluate all price for all offers conforming to the solicitation by TEP, from lowest to highest. (a) First, the Government will arrange all proposals conforming to the solicitation by TEP from lowest to highest. An offeror's proposed price will be determined by multiplying the quantities identified in the Pricing Worksheet by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each CLIN. The base period, all option years, and six-month extension of service option will be totaled to determine the overall estimated price to be evaluated. All responsible offers that conform to the solicitation requirement will be ranked, from lowest to highest, according to price. (b) Secondly, having ranked responsible offers from lowest to highest, the Government will review price data, starting with the lowest-priced offer, to determine if the proposed price is realistic, compatible with the scope of effort, are not unbalanced, are neither or excessive nor insufficient for the effort to be accomplished. i. Offerors are specifically advised that, under this evaluation method, the government may determine that an offer is unacceptable if the prices are unbalanced between the initial and each option period. Prices are unbalanced if they are significantly overstated or understated in relation to the actual cost of the work. This may be grounds for eliminating an offer from competition, either on the basis that the offeror does not understand the requirement, or the offeror has made an unrealistic offer. ii. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs (i.e. direct, indirect, overhead and/or profit). (c) Thirdly, a price analysis will be conducted. If determined reasonable and realistic, the Government will perform price analysis as follows: i. All price or financial information required by the RFP and amendments, if applicable, will be reviewed. One or more of the following techniques may be used to perform price analysis: ? Comparison of proposed prices received in response to the solicitation; ? Comparison of prior proposed prices and/or contract prices with current proposed prices received for the same or similar services; ? Comparison with competitive published price lists, published market prices of commodities, similar indexes, and discount or rebate arrangements. ? Comparison of proposed prices with the Independent Government Estimate (IGE). 2. Technical: Technical Capability will be assessed on a pass/fail basis using the offeror's submitted resume for their candidate, and assigned a rating of either "Acceptable" or "Unacceptable". (a) Technical evaluation will begin with the lowest-priced offer that conforms to the solicitation requirements and is determine reasonable and realistic in accordance with the above price evaluation. If the lowest priced offeror receives a Technical Approach rating of "Unacceptable", the Government will evaluate the next eligible offeror (in order of price) until an "Acceptable" rating is achieved or until all offerors are evaluated. Offerors' responses must demonstrate a clear understanding of the Performance Work Statement (PWS) and provide clear evidence of an ability to comply. Note: The PWS shall not be regurgitated or copied. Offerors who simply repeat the PWS will be deemed to have a lack of understanding and comprehension. The Government shall evaluate the offeror's Technical Capability using the following ratings: TECHNICAL CAPABILITY RATINGS DESCRIPTIONS ACCEPTABLE: Offeror has provided clear evidence that they meet the requirements in Section II - Qualifications of the PWS and the Government has an expectation that the offeror will successfully perform the required effort. UNACCEPTABLE: Offeror has not provided clear evidence that they meet the requirements Section II - Qualifications of the PWS and the Government does not have an expectation that the offeror will successfully perform the required effort. (b) The offeror must provide a resume for a candidate that reflects or demonstrates the following qualifications identified in the PWS Section II - Qualifications, and as referenced in Table 1 above. The candidate must meet, at minimum, the following criteria: ? A baccalaureate degree from a regionally accredited college or university; and ? A minimum of three (3) years academic and/or military test administrator experience. In lieu of the 3-yr experience, the Baccalaureate degree must have at least 15 semester hours in testing and measurement, counseling and guidance or a related discipline; and ? Must have at minimum, one (1) year of office or professional work experience in a military or educational environment; and ? Must have at least one (1) year of knowledge and experience as a testing administrator with standardized educational or military testing programs; and ? Must have the capability to type minimum 40 words-per-minute (wpm); and ? Must be proficient in Air Force-approved software to include Air Force Automated Education management System (AFAEMS) to maintain individual student records, Windows Operating System, and Microsoft Word, Excel, Access and PowerPoint applications; and ? Must be fluent in the English language and possess excellent verbal and written communication skills in the English language; and ? Must be able to manage a diverse workload, multi-task and follow directions. (End of Provision Addendum) 52.212-3 - Offeror Representations and Certifications - Commercial Items Offeror Representations and Certifications -- Commercial Items (Nov 2017) 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) Web site located at http://www.sam.gov/portal. 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 posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation 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), as of the date of this offer 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 con...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »