Building Maintenance Support
AMENDMENT 0004 TO ATTACH QUESTION AND ANSWERS 4 MILITARY SEALIFT COMMAND N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE COMBINED SYNOPSIS/SOLICITATION Military Sealift Command Combined Synopsis a... AMENDMENT 0004 TO ATTACH QUESTION AND ANSWERS 4 MILITARY SEALIFT COMMAND N10 - CONTRACTS AND BUSINESS MANAGEMENT DIRECTORATE COMBINED SYNOPSIS/SOLICITATION Military Sealift Command Combined Synopsis and Solicitation Notice Information 1. 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. 2. Solicitation number is N32205-19-Q-2026 and is being issued as a Request for Quotes (RFQ). Quotes are due no later than 12:00 PM Norfolk, VA time on Wednesday, 6 March, 2019. 3. The solicitation document and incorporated provisions and clauses are those in effect through: a. Federal Acquisition Circular: 2019-01, Effective: 20 Dec 2018 b. DFARS Publication Notice (DPN): 20180928, Effective: 26 Oct 2018 4. The associated NAICS code is 561210, Facilities Support Services, and the associated PSC code is Z1AA for this procurement IS BEING SET-ASIDE FOR 8(a) small businesses. The small business size standard is $38,500,000. 5. The attached pricing spreadsheet lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options. Pricing should reflect all costs associated with successful completion of the Performance Work Statement. 6. The Government anticipates a firm-fixed price (FFP) contract will result from this solicitation. The intent is to award the requirement under a base contract and four (4) option years. See attached performance work statement (PWS) for additional requirements. 7. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is incorporated by reference. The provision is amended as follows: 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS a. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. b. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. c. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. e. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: Responsible sources shall provide the following: TECHNICAL QUOTE The Technical Quote must be succinct, well written, and presented in a straightforward manner that clearly demonstrates the relationship of the processes to the resources (e.g., personnel, equipment, supplies and materials, and services) and a complete understanding of the requirements. Statements such as "The Quoter understands," "will comply with the performance work statement," standard procedures will be employed", "well known techniques will be used", and general paraphrasing of the PWS are considered inadequate. TECHNICAL SUB FACTOR 1: STAFFING & MANAGEMENT 1. The Quoter shall provide a brief and precise narrative that describes/explains their staffing approach. This approach shall include proposed labor categories and estimated hours/FTE for each specific, high level task in Section 3 of the PWS. 2. The Quoter shall provide an organizational chart and brief narrative explaining the lines of authority amongst the corporate management, key personnel, non-key personnel, and any subcontractors proposed. 3. The Quoter shall provide their approach to obtaining and maintaining qualified staff throughout the duration of the contract, to include: a. Hiring and retaining qualified full-time and part-time personnel with the knowledge, skills and abilities to perform the work described in the PWS; b. Determining part-time, temporary, and/or overtime labor to perform tasks to include the benefits of such labor and examples of how this type of labor has been used in the past for work similar in size and scope how proposed part-time will maintain continuity of performance; 4. The Quoter shall provide a transition plan outlining actions, plans, procedures and time-lines necessary to ensure a smooth transition starting at contract award to full performance start date. At a minimum the plan shall outline: a. Corporate Headquarters participation and/or assistance during transition; b. How the Quoter's approach minimizes disruption to the current mission; c. A clear understanding of the problems involved in a transition to a follow-on contractor and provides rationale and reasonable solutions to these problems; d. A clear and feasible plan for obtaining favorable determination clearances with MSC security for all employees within a short period of time after contract award. 5. The Quoter shall submit resumes for Lead Maintenance Technicians that meet all of the requirements detailed in Section 9.5, "Key Personnel," of the PWS. TECHNICAL SUB FACTOR 2: TECHNICAL APPROACH The Quoter shall submit a technical approach demonstrating the method to which they will implement and execute all tasks and requirements specified within the PWS. PRICE QUOTE The Quoter shall submit a completed pricing spreadsheet attachment, using the template provided by MSC with this solicitation. PAST PERFORMANCE The past performance evaluation will be accomplished by reviewing aspects of an quoters's recent and relevant past performance. Quoters may provide information for up to three (3) previous Government contracts whose effort is/was recent and relevant to the effort required by this solicitation. a. "Recent" is defined as a contract in-progress or completed within the last three (3) years from the issuance date of this solicitation. If the offeror has not had three (3) Government contracts within the last three (3) years, information on recent and relevant subcontracts and/or commercial contracts may be submitted. b. "Relevant" is defined as a contract or multiple simultaneous contracts cumulatively combined that is of similar scope, magnitude, and complexity to the requirements as set forth in this solicitation. 1) Scope: Experience in the areas defined in the PWS. 2) Magnitude: The measure of similarity of the volume of orders, dollar value, and/or duration of work actually performed under the offeror's submitted contracts to this acquisition. 3) Complexity: The measure of the similarity of technical difficulty, managerial intricacy, and/or required coordination of efforts and disciplines performed by the offeror in its submitted contracts to this acquisition. For complexity, not only will the tasks performed by the offeror be considered, but also the offeror's ability to coordinate tasks (e.g., concurrent performance requirements). Responses to the solicitation are due 12:00 PM Norfolk, VA time on Wednesday, 6 March, 2019. Quotes shall be e-mailed to Mr. Lawren Wolf at lawren.wolf@Navy.mil. Please reference the solicitation number on your quote. Questions regarding this RFQ shall be submitted in writing by 3:00 PM Norfolk, VA time on Wednesday, 20 February, 2019 via e-mail to Lawren Wolf at lawren.wolf@Navy.mil. Primary Point of Contact: Mr. Lawren Wolf 757-341-6546 lawren.wolf@Navy.mil Secondary Point of Contact: Mr. Jason Dyer 757-443-5901 jason.dyer1@Navy.mil The Government will consider all quotes that are timely received. Failure of a quote to address any items listed in the attached submission package may make a quote unacceptable. 8. Site Visit-In accordance with FAR 52.237-1, a site visit will be conducted at Military Sealift Command's Building SP-64 West (large) parking lot at Naval Station Norfolk in Norfolk, VA on Tuesday, 26 February, 2019. The site visit will commence at 9:30 AM and end at 11:30 AM Norfolk, VA local time. Offerors should contact Lawren Wolf (lawren.wolf@Navy.mil) by Monday, 11 February, 2019 at 4:00 PM Norfolk, VA local time, to confirm their attendance and to receive additional information. Nothing may be removed from the site. 9. Provision 52.212-2 Evaluation-Commercial Items (Oct 2014) applies to this acquisition. (a) The Government may award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is the lowest price, technically acceptable quote. The following factors shall be used to evaluate quotes: EVALUATION OF QUOTES Factor I - Technical Quote Technical Sub factor 1 - Staffing & Management Technical Sub factor 2 - Technical Approach Factor II - Price Factor III - Past Performance 1. An overall ‘Acceptable' / ‘Unacceptable' rating will be assigned to each of the non-price factors as a result of the Government's evaluation. Price will not be adjectively rated. 2. A Quoter must be found ‘Acceptable' in each non-price Factor and Sub factor to be considered for award. Any quote with a rating of 'Unacceptable' for any sub-factor will result in the appropriate Factor being rated 'Unacceptable'. Award will not be made to any Quoter rated 'Unacceptable' for any non-price Factor. 3. The Government intends to evaluate Quoters and issue an award using the procedures in FAR subpart 13.5. The Government reserves the right to not issue an award if it is not in the best interest of the Government. The Government reserves the right to award on initial quotes. The Government intends to award without entering discussions or negotiating with any Quoters. However, the Government retains the right to negotiation with as many or as few Quoters as determined in the best interest of the Government. 4. Award shall be made to the lowest priced, technically acceptable offeror. FACTOR I - TECHNICAL QUOTE The technical factor will be evaluated on an acceptable or unacceptable basis. All quotes will be evaluated to determine whether they conform with all minimum technical requirements of the solicitation and satisfy the submission requirements delineated in FAR 52.212-1 ADDENDUM. To receive an acceptable rating, quotes must be found acceptable in all technical sub factors and conform fully to the minimum technical requirements of the solicitation. Technical tradeoffs will not be made and no additional credit will be given for exceeding the minimum requirements of the solicitation. Technical Sub factor 1: Staffing & Management: The Government will evaluate this factor on an acceptable/unacceptable basis as follows: 1. The quote's staffing approach provides all the required information and describes an adequate labor mix, FTE count, recruiting and retention analysis, and narrative that describes a thorough understanding of the requirement. 2. The quote clearly explains the lines of authority amongst the corporate management, key personnel, non-key personnel, and any subcontractors proposed. 3. The quote's approach to obtaining and maintaining qualified staff throughout the duration of the contract demonstrates an understanding of the requirement staffing needs and will be adequate to allow for continuation of services. 4. The quote's transition plan provides all the required information and adequately outlines an understanding of the complexities associated with this requirement. 5. The quote's resumes include all the required information and provided key personnel (Lead Maintenance Technician) that meet the minimum qualifications outlined in the PWS. Technical Sub factor 2: Technical Approach: The Government will evaluate this factor on an acceptable/unacceptable basis as follows: The quote's technical approach provides all the required information and describes a thorough understanding of the requirement. The technical factor will receive one (1) of the adjectival ratings defined below. Technical Acceptable/Unacceptable Ratings Rating Description: Acceptable - Proposal meets the requirements of the solicitation Unacceptable - Proposal does not meet the requirements of the solicitation FACTOR II - PRICE Price Factor. Price will not be scored or rated. Evaluation of price will be performed using one (1) or more price analysis techniques. Unbalanced pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices. Through these techniques, the Government will determine whether prices are reasonable, complete, and balanced. The total evaluated price will be taken from the "total evaluated price" cell on the summary tab on the Price Proposal Spreadsheet. As part of the price evaluation, the Government will evaluate its option to extend services (see FAR clause 52.217-8) by adding six (6) months of the quoter's total option year four to the quoter's total price. Quoters are required only to price the base and option periods. Quoters shall not submit a price for the potential six (6) month extension of services period. The pricing spreadsheet will automatically calculate the 6 month extension pricing based on the Option Year 4 pricing. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing rates of that performance period. Definitions: Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The offeror's proposal is in compliance with the Price Volume instructions in the solicitation. FACTOR III - PAST PERFORMANCE The past performance evaluation will assess the offeror's probability of meeting the solicitation requirements. To develop an overall rating, the Government's evaluation will take into account relevant information submitted by each quoter as part of its quote and the Government's assessment and evaluation of other sources of information. Offerors are cautioned that the Government may use data provided in the quoter's quote and data obtained from other sources. Other sources of information for past performance may include, but are not limited to, Past Performance Information Retrieval System (PPIRS) reports, the Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Report System (ESRS), and other databases. a. The Government will consider the recency and relevancy of past performance information compared to the requirements detailed in the solicitation, the source of the information, the context of the data and general trends in the offeror's performance and any associated risk. I. To be considered recent, the effort must be on-going or must have been completed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. II. To be considered relevant, the recent effort must cover a majority of the tasks identified in the PWS under the complexity of a contract vehicle requiring a broad range of tasks at multiple sites. Cumulative simultaneous contracts may be considered in the absence of one (1) relevant contract vehicle. b. The Government will consider the extent of the quoter's ability to perform a previous contract successfully in the areas of: (a) quality of product or services; (b) timeliness or scheduling of supplies/deliverables; (c) management; and (d) regulatory compliance. c. The Government will consider the company itself, predecessor companies, key personnel who have relevant experience and subcontractor who will perform major or critical aspects of the requirements. d. Assigning Ratings. The past performance factor will be assigned one (1) of the ratings defined below. Past Performance Acceptable/Unacceptable Ratings Rating Description: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. In the case of an quoter without relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Award shall be made to the lowest priced, technically acceptable offeror. To be considered a technically acceptable solution for a service, the quoted service shall meet the solicitation requirements including terms and conditions stated in the solicitation. The quote shall state that all aspects of the technical requirement, including required delivery date, can be met. The Government will evaluate quoted pricing for reasonableness utilizing techniques described in FAR 13.106-3. (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). (End of Provision) 10. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Oct 2018) 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-- "Administrative merits determination" means certain notices or findings of labor law violations issued by an enforcement agency following an investigation. An administrative merits determination may be final or be subject to appeal or further review. To determine whether a particular notice or finding is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Arbitral award or decision" means an arbitrator or arbitral panel determination that a labor law violation occurred, or that enjoined or restrained a violation of labor law. It includes an award or decision that is not final or is subject to being confirmed, modified, or vacated by a court, and includes an award or decision resulting from private or confidential proceedings. To determine whether a particular award or decision is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "Civil judgment" means-- (1) In paragraph (h) of this provision: A judgment or finding of a civil offense by any court of competent jurisdiction. (2) In paragraph (s) of this provision: Any judgment or order entered by any Federal or State court in which the court determined that a labor law violation occurred, or enjoined or restrained a violation of labor law. It includes a judgment or order that is not final or is subject to appeal. To determine whether a particular judgment or order is covered by this definition, it is necessary to consult section II.B. in the DOL Guidance. "DOL Guidance" means the Department of Labor (DOL) Guidance entitled: "Guidance for Executive Order 13673, ‘Fair Pay and Safe Workplaces' ". The DOL Guidance, dated August 25, 2016, can be obtained from www.dol.gov/fairpayandsafeworkplaces. "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. "Enforcement agency" means any agency granted authority to enforce the Federal labor laws. It includes the enforcement components of DOL (Wage and Hour Division, Office of Federal Contract Compliance Programs, and Occupational Safety and Health Administration), the Equal Employment Opportunity Commission, the Occupational Safety and Health Review Commission, and the National Labor Relations Board. It also means a State agency designated to administer an OSHA-approved State Plan, but only to the extent that the State agency is acting in its capacity as administrator of such plan. It does not include other Federal agencies which, in their capacity as contracting agencies, conduct investigations of potential labor law violations. The enforcement agencies associated with each labor law under E.O. 13673 are-- (1) Department of Labor Wage and Hour Division (WHD) for-- (i) The Fair Labor Standards Act; (ii) The Migrant and Seasonal Agricultural Worker Protection Act; (iii) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act; (v) 41 U.S.C. chapter 67, formerly known as the Service Contract Act; (vi) The Family and Medical Leave Act; and (vii) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors); (2) Department of Labor Occupational Safety and Health Administration (OSHA) for-- (i) The Occupational Safety and Health Act of 1970; and (ii) OSHA-approved State Plans; (4) Department of Labor Office of Federal Contract Compliance Programs (OFCCP) for-- (i) Section 503 of the Rehabilitation Act of 1973; (ii) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974; and (iii) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity); (5) National Labor Relations Board (NLRB) for the National Labor Relations Act; and (6) Equal Employment Opportunity Commission (EEOC) for-- (i) Title VII of the Civil Rights Act of 1964; (ii) The Americans with Disabilities Act of 1990; (iii) The Age Discrimination in Employment Act of 1967; and (iv) Section 6(d) of the Fair Labor Standards Act (Equal Pay Act). "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation," means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Labor compliance agreement" means an agreement entered into between a contractor or subcontractor and an enforcement agency to address appropriate remedial measures, compliance assistance, steps to resolve issues to increase compliance with the labor laws, or other related matters. "Labor laws" means the following labor laws and E.O.s: (1) The Fair Labor Standards Act. (2) The Occupational Safety and Health Act (OSHA) of 1970. (3) The Migrant and Seasonal Agricultural Worker Protection Act. (4) The National Labor Relations Act. (5) 40 U.S.C. chapter 31, subchapter IV, formerly known as the Davis-Bacon Act. (6) 41 U.S.C. chapter 67, formerly known as the Service Contract Act. (7) E.O. 11246 of September 24, 1965 (Equal Employment Opportunity). (8) Section 503 of the Rehabilitation Act of 1973. (9) The Vietnam Era Veterans' Readjustment Assistance Act of 1972 and the Vietnam Era Veterans' Readjustment Assistance Act of 1974. (10) The Family and Medical Leave Act. (11) Title VII of the Civil Rights Act of 1964. (12) The Americans with Disabilities Act of 1990. (13) The Age Discrimination in Employment Act of 1967. (14) E.O. 13658 of February 12, 2014 (Establishing a Minimum Wage for Contractors). (15) Equivalent State laws as defined in the DOL Guidance. (The only equivalent State laws implemented in the FAR are OSHA-approved State Plans, which can be found at www.osha.gov/dcsp/osp/approved_state_plans.html). "Labor law decision" means an administrative merits determination, arbitral award or decision, or civil judgment, which resulted from a violation of one or more of the laws listed in the definition of "labor laws". "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 o...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »