Rigid Hull Inflatable Boat (RHIB) Sponson
Request for Quotation (RFQ) Solicitation Number: M68909-19-Q-7614 Rigid Hull Inflatable Boat (RHIB) Sponson Amphibious Vehicle Test Branch (AVTB) CURRENT THROUGH: FAC 2005-99 DPN 20180928 NMCARS 18-04... Request for Quotation (RFQ) Solicitation Number: M68909-19-Q-7614 Rigid Hull Inflatable Boat (RHIB) Sponson Amphibious Vehicle Test Branch (AVTB) CURRENT THROUGH: FAC 2005-99 DPN 20180928 NMCARS 18-04 Solicitation Number: M68909-19-Q-7614 Notice Type: Combined Synopsis/Solicitation Description This is a combined synopsis/solicitation for Commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and in conjunction with FAR Part 13 and is supplemented with additional information included in this notice. This announcement constitutes the only publication; quotations are being requested and written solicitation will not be issued. Solicitation Number, M68909-19-Q-7614 is issued as a Request For Quotation (RFQ). Items must be Brand Name or Equal (Wing Inflatables) in accordance with FAR 52.211-6. The Amphibious Vehicle Test Branch (AVTB) is seeking offerors able to provide Brand Name equipment or equipment that is equal to the named Wing Inflatables, Inc. in form, fit, and functionality identical to those items listed in the attachment provided in Attachment 1. The associated North America Industrial Classification System (NAICS) code for this procurement is 336612 and the size standard is 1000 employees. The associated Federal Supply Code (FSC) is 1940, Small Craft. This requirement is being posted as a small business set-aside. Only quotations submitted by small businesses will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business will not be considered for award. Description of Equipment/Services: See Attachment 1 for "Description of Line Items". The offeror shall provide to the Government, Brand Name or Equal Material as stated in Attachement 1 with salient physical, functional, and performance characteristics of the brand name products list. Delivery shall be FOB Destination to: Camp Pendleton AVTB Bldg. No. 210536 Krauss Street, Oceanside, CA 92055-5171 The Government will place an order for two (2) each, Rigid Hull Inflatable Boat (RHIB) Sponson; two (2) each Basic Repair Kit; two (2) each Hand Pump (Berry Amendment Compliant). In accordance with FAR 52.217-6 the Government may require two (2) additional Rigid Hull Inflatable Boat (RHIB) Sponson; two (2) additional Basic Repair Kit; and two (2) additional Hand Pumps (Berry Amendment Compliant) at the same price as the original order, for up to three hundred and sixty five (365) days after the initial award. Each order shall include the commercial manufacturer warranty and assembly instruction manuals. The items must be ready for assembly and use upon delivery. If the Government chooses to exercise any optional quantity, a unilateral modification will be issued for the increased quantity. Only new items are acceptable. Reconditioned or used items are not acceptable. Required delivery is 30 calendar days after the date of the contract award for CLIN 0001 and 30 calendar days after receipt of order for CLIN 1001. Inspection and acceptance shall be made at destination. Closing date/time for submission of quotations is March 8, 2019, 12:00 PM Pacific Standard Time . Prices must remain effective for 30 calendar days after closing of the RFQ. Please respond to this RFQ by emailing responses to Indrika Grizzelli. E-mail: indrika.grizzelli@usmc.mil. Please refer to FAR 52.212-1(f) for information related to late quotes. Schedule: Vendors must provide a Firm Fixed Price quote for the requirements herein. Quotes shall include a Unit Price and an Extended Price for the contract line item number (CLIN) in the attached schedule. The RFQ is being solicited as a Brand Name or Equal requirement. Contractor Information. All interested Vendors must be registered in the System for Award Management (SAM), which is the Official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. There are NO EXCEPTIONS. If you are not registered, you may request an application at (866) 606-8220 between the hours of 6 am - 8 pm (Eastern Standard Time) or apply through the SAM website at http://www.sam.gov. The SAM registration must be completed prior to award. Please provide the following Business information: Name of Business Entity: DUNS No.: CAGE Code: Federal Tax ID #: Name of Contact: Phone #: Email Address: Fax #: Please provide the following information: Preferred Payment Terms of Vendor: (If different from Solicitation) Estimated Delivery Date: Do you have access to electronic invoicing through WAWF: Y/N Solicitation Questions. All Questions will be accepted until March 6, 2019, 1200 PM, PST. Questions regarding this RFQ shall be submitted in writing via e-mail to indrika.grizzelli@usmc.mil. Reference, "Solicitation Number: M68909-19-Q-7614 - RHIB Sponson" in the email subject line. Answers to questions will be made accessible to all potential Vendors. Questions or discussions with other Vendors and other government personnel may render a quote invalid. Provisions and Clauses by Reference: 52.204-7 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-4 Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.246-2 Inspection (Jan 2008) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions Provisions and Clauses by Text: 52.204-17 Ownership or Control of Offeror (July 2016) (a) Definitions. As used in this provision- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. "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. (b) The Offeror represents that it [ ] has or [ ] does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (c) and if applicable, paragraph (d) of this provision for each participant in the joint venture. (c) If the Offeror indicates "has" in paragraph (b) of this provision, enter the following information: Immediate owner CAGE code:________________________________________ Immediate owner legal name:_________________________________________ (Do not use a "doing business as" name) Is the immediate owner owned or controlled by another entity?: [ ] Yes or [ ] No. (d) If the Offeror indicates "yes" in paragraph (c) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information: Highest level owner CAGE code:________________________________________ Highest level owner legal name:_________________________________________ (Do not use a "doing business as" name) (End of provision) 52.204-20 Predecessor of Offeror (July 2016) (a) Definitions. As used in this provision-- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "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 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. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark "Unknown"). Predecessor legal name: ______________________________. (Do not use a "doing business as" name). (End of provision) 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) 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) Applies to this acquisition and the following clauses AND instructions are added as addenda: (a) Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM, "Wing Inflatables, Inc. RHIB Sponson" equipment for AVTB. No re-manufactures or gray market items will be acceptable. (b) Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller for the proposed, "Wing Inflatables, Inc. RHIB Sponson". All licensing, warranty, and service associated with "Wing Inflatables, Inc. RHIB Sponson " shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the Marine Corps in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the Marine Corps reserve the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the Marine Corps selection, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a Marine Corp upon discovery of such items. (d) Evaluation criteria for this award will be Lowest Price Technically Acceptable (LPTA). This combined synopsis/solicitation for commercial items is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of commercial items and FAR part 13, simplified acquisition procedures. A single award will be made to the LPTA Offeror. Award will be made to the vendor whose price is lowest amongst all quotes provided and is deemed to be technically acceptable. Having the lowest price does not automatically constitute the premise for award. The lowest priced quote received does not automatically constitute the premise for award. If your quote is the lowest price, but your product does not meet the salient characteristics/specifications as set forth in the solicitation, you will not be awarded the contract. (e) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, if it has not been completed on SAM.gov. (f) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Provision) 52.212-2 Evaluation In Accordance With (IAW) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) a. The Government will award a contract resulting from this solicitation to the responsible Vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Evaluation Factor: The Government will employ the Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government shall make a determination of technical acceptability, based upon meeting salient characteristics outlined as listed on the solicitation. Price (Total) - The total price shall include the quoted price unit and extended prices to include discounts for each CLIN. The total price shall include discount terms, and total Firm-Fixed Price to be eligible for consideration of award. All pricing will remain valid from the date of submission for 30 days. Price will be evaluated based on LPTA. 2. Technical capability will be determined based on contractor's technical data supporting the Brand Name or equal salient characteristics for the Brand Name provided herein. The government's evaluation team shall evaluate the technical data on a pass/fail basis, assigning a rating of Acceptable or Unacceptable. TECHNICAL CAPABILITY RATINGS Acceptable - Pass Unacceptable - Fail Only those quotations determined to be technically capable of performing to the required salient characteristics will be evaluated on price. b. Basis of Award: IAW FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS). A single award will be made to the responsive vendor who meets or exceeds the acceptability standards for no-cost factors and whose quotation represents the best quote to the Government that reflects a complete understanding of the specifications of the requirement. Technical Capability shall be evaluated on an "Acceptable" or "Unacceptable" basis. Only those quotations determined to be technically capable will be evaluated on price and be eligible for award. Quotations should contain the Vendor's best terms on a price and technical capability standpoint. (End of Provision) 52.212-3 Offeror Representations and Certifications -- Commercial Items Offeror Representations and Certifications -- Commercial Items (Nov2017) 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 SAMwebsite. (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...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »