Olympus Bronchoscope Equipment
Solicitation N6264519Q0036 __________________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with ... Solicitation N6264519Q0036 __________________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, and FAR 13.5 Simplified procedures for certain commercial items. This announcement constitutes the only solicitation. A written Combined /Synopsis solicitation on an SF1449 will not be issued. The solicitation number is N6264519Q0036. The solicitation is issued as a request for quotes (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2019-03 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisition.gov/far . The NAICS code is 339112, with a small business size of 1,000 employees. The services will be posted on the GPE as a Small Business Set Aside requirement. This is a solicitation for quotes. The Naval Medical Logistics Command intends on awarding a single Stand Alone contract as a result of this solicitation in support of Naval Medical Center Portsmouth, VA. ESSENTIAL CHARACTERISTICS Bronchoscope, Flexible, Video/Ultrasound [25-705] System The Naval Medical Logistics Command has a requirement for one (1) Bronchoscope, Flexible, Video/Ultrasound [25-705] System for Naval Medical Center (NMC) Portsmouth's Pulmonology Clinic and Gastroenterology Clinic. The Endobronchial Ultrasound (EBUS) shall be indicated for use in the diagnosis of cancer, infections, inflammatory conditions, lung masses, and evaluation of gastrointestinal (GI) tumors utilizing radial techniques. The EBUS system shall have the ability to maintain a minimum workload of five (5) monthly procedures. The EBUS system shall be compatible with the currently-installed navigational bronchoscopy equipment, listed in Table 1. The EBUS system shall be compatible with the currently-installed Gastroenterology equipment, listed in Table 1. The EBUS system shall be capable of concurrent usage with the equipment listed in Table 1 for the diagnosis of peripheral lung nodules and lesions. The unit shall be capable of Endobronchial Ultrasound-Guided Transbronchial Needle Aspirate (EBUS-TBNA) to biopsy various tissues without requiring the patient to undergo an operation. Table 1: NMC Portsmouth Equipment Common Model Manufacture ECN Serial Number (SN) SPiN System Veran Medical Technologies 129805 82502170313 CV190 Olympus America Inc. 125687 7505558 CV190 Olympus America Inc. 125685 7505111 CV190 Olympus America Inc. 125684 7505104 CV190 Olympus America Inc. 125683 7505088 CV190 Olympus America Inc. 125686 7505113 Aspirator/ Irrigator Olympus America Inc. 114109 2614437 Aspirator/ Irrigator Olympus America Inc. 123914 21504252 Aspirator/ Irrigator Olympus America Inc. 123913 21504258 Aspirator/ Irrigator Olympus America Inc. 92072 9807346 Cart Olympus America Inc. 125727 21517058 Video Colonoscope Olympus America Inc. 125702 2513578 Video Colonoscope Olympus America Inc. 125705 2518308 Video Colonoscope Olympus America Inc. 125704 2518194 Video Colonoscope Olympus America Inc. 125703 2510735 Video Colonoscope Olympus America Inc. 125701 2513452 Video Colonoscope Olympus America Inc. 125700 2513451 Video Colonoscope Olympus America Inc. 125699 2513366 Video Colonoscope Olympus America Inc. 125698 2513456 Video Colonoscope Olympus America Inc. 125697 2513463 Video Colonoscope Olympus America Inc. 125696 2513450 Video Colonoscope Olympus America Inc. 125695 2513460 Video Colonoscope Olympus America Inc. 125693 2513571 Video Colonoscope Olympus America Inc. 125706 2518214 Video Colonoscope Olympus America Inc. 125694 2513212 Video Colonoscope Olympus America Inc. 125707 2518295 Duodenoscope Olympus America Inc. 67570 2601281 Duodenoscope Olympus America Inc. 123892 2102131 Duodenoscope Olympus America Inc. 129866 2720448 Duodenoscope Olympus America Inc. 129865 2720531 Duodenoscope Olympus America Inc. 129864 2720536 GI lower tract endoscope ultrasound Olympus America Inc. 110917 1110312 Gastroscope Olympus America Inc. 67568 2600400 Gastroscope Olympus America Inc. 67569 2601269 Gastroscope Olympus America Inc. 67597 2600716 Gastroscope Olympus America Inc. 67563 2612194 Gastroscope Olympus America Inc. 110916 1111813 Gastroscope Olympus America Inc. 125715 2527087 Gastroscope Olympus America Inc. 125713 2527132 Gastroscope Olympus America Inc. 125711 2527074 Gastroscope Olympus America Inc. 125709 2527069 Gastroscope Olympus America Inc. 125720 2510289 Gastroscope Olympus America Inc. 125718 2510222 Gastroscope Olympus America Inc. 125716 2527068 Gastroscope Olympus America Inc. 125915 2500786 Gastroscope Olympus America Inc. 125721 2501408 Gastroscope Olympus America Inc. 125710 2527146 Gastroscope Olympus America Inc. 125719 2510253 Gastroscope Olympus America Inc. 125708 2527076 Gastroscope Olympus America Inc. 125714 2527080 Gastroscope Olympus America Inc. 125717 2527081 Gastroscope Olympus America Inc. 125712 2527067 Light Source Olympus America Inc. 125692 7552323 Light Source Olympus America Inc. 125691 7552681 Light Source Olympus America Inc. 125689 7552678 Light Source Olympus America Inc. 125688 7552679 Light Source Olympus America Inc. 125690 7552717 Monitor Olympus America Inc. 67514 7615054 Monitor Olympus America Inc. 67617 7615526 Monitor Olympus America Inc. 67616 7615538 Monitor Olympus America Inc. 67614 7615530 Monitor Olympus America Inc. 125725 7531502 Monitor Olympus America Inc. 125722 7531490 Monitor Olympus America Inc. 125726 7531500 Monitor Olympus America Inc. 125723 7531496 Monitor Olympus America Inc. 125724 7531499 Ultrasonic Scanning System Olympus America Inc. 110915 1121504 The vendor shall provide an EBUS system, accessories, cables and adaptors/connectors, including all components listed in Table 2, for full system functionality. The electrical requirements are 110 V and 60 Hz. The vendor shall provide onsite operational training. The vendor shall provide two (2) operational and two (2) service manuals, each in English. Table 2: EBUS Components Description Quantity Minimum Requirements Ultrasound Processor 1 An ultrasound processor capable of integration with the radial probe EBUS (RP-EBUS) and endoscopic ultrasound (EUS) for GI needs Guide Sheath Kit (GSK) 7 Single-use GSK compatible with 2.0 mm or larger bronchoscope including a guide sheath, biopsy forceps, cytology brush, ET stopper and US Stopper Mobile Workstation 1 Compact cart for the storage of the EBUS system. The cart shall be capable of variable monitor positioning and cable management. The cart shall include an arm mount, keyboard tray and a minimum of one (1) drawer. Probe Driving Unit 1 Probe driving unit capable of powering various RP-EBUS probes with high frequencies. The unit shall be capable of dual-plane reconstruction which combines radial and linear images Probe Driving Arm 1 Articulating support arm for EBUS probes EBUS-TBNA Needles 5 21 gauge needle for large tissue biopsy EBUS-TBNA Needles 5 22 gauge needle for small lymph node biopsy FLEX TBNA Needle 4 TBNA needle shall be capable of tissue sampling of peripheral lesions. The TBNA needle tip shall be capable of spiral laser cuts on the needle surface RP-EBUS 2 Ultra-thin RP-EBUS capable of producing a real-time 360° image to the long axis of the scope for the confirmation of lesion location. The RP-EBUS shall not require CT-guided transthoracic needle aspiration (TNNA) for functionality. The RP-EBUS shall have a frequency of 20 MHz. The RP-EBUS shall be compatible with the GSK. Xenon Light Source 1 Endoscopic light source with Narrow Band Imaging (NBI) capabilities Video Processor 1 Video processor for endoscopic procedures with NBI capabilities High-Definition (HD) liquid crystal display (LCD) Monitor 2 Minimum of 26-inch full-HD LCD monitor. One (1) monitor shall be utilized on the bronchoscopy tower. One (1) monitor shall be utilized on the GI Rollstand. Workstation GI Set 1 Workstation GI Carbon dioxide (CO2) standard insufflation unit GI Rollstand 1 Rollstand including a monitor mount Bronchoscope Kit 1 The bronchoscope kit shall include: One (1) ultra-thin bronchoscope capable of imaging the peripheral lung regions. One (1) 1.5 mm biopsy forceps. One (1) autoclavable cleaning brush. Cytology Brush 2 Cytology brush with covered sheath, having a maximum brush diameter of 2.0 mm Cytology Brush 2 Cytology brush with covered sheath, having a maximum brush diameter of 3.0 mm Bronchoscope 1 Slim bronchoscope capable of accessing the peripheral airways. The bronchoscope shall have a maximum outer diameter of 4.2 mm Cleaning Brush 1 Channel-cleaning brush for bronchoscopes Biopsy Forceps 1 Alligator Jaw-Step biopsy forceps with a minimum working length of 115cm Biopsy Forceps 1 Oval biopsy forceps with a minimum working length of 115cm Footswitch 1 Foot switch for ultrasound processor Keyboard Accessory 1 Keyboard arm capable of being side-mounted to the mobile cart Color Video Printer 1 HD printing with accurate reproduction of HD Television (TV), Standard Definition (SD) TV, and Serial Digital Interface (SDI) signals Printer Paper 1 A5 color print pack (200 sheets and 2 ribbon packages) Accessories NA The system shall include all cables/adaptors/connectors for full system functionality The system, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. These requirements shall apply even if delivery is requested outside of the United States of America. Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Upon delivery, the contractor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. The vendor shall be responsible of de-installation and removal of current equipment. If interim storage is required, the vendor shall make arrangements for the storage. The vendor is also responsible for the initial instrument operational and performance validations. ADMINISTRATIVE INFORMATION The point of contact for administrative concerns for this requirement at Naval Medical Logistics Command, 693 Neiman Street, Fort Detrick, MD 21702 is Curtis E. Cardoza curtis.e.cardoza.civ@mail.mil. The Contracting Officer hereby designates the following individual as Technical Liaison (TL) for this contract: NAME Jesus Saenz (757) 953-6069 (Naval Medical Center Portsmouth) Other Administrative Instructions: Quoters must be registered in the SAM database to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov; provide DUNS number; Cage Code and TIN. CONTRACTOR SUPPORT NOTICE: NAVY USE OF SUPPORT CONTRACTOR FOR CONTRACT CLOSEOUT FUNCTIONS Naval Medical Logistics Command uses two private contractors in support of the contract closeout process. Those companies are Contracting Resources Group (CRG) of Federal Hill, MD, doing business under the authority of the Small Business Administration's 8(a) program, and the Ability One Program, doing business under the authority of the Javits-Wagner O'Day Act(41 U.S.C. § 47). The contract closeout process includes activities such as processing DE obligation modifications, obtaining contractor and requiring activity concurrence, preparing the DD-Form 1594 (Contract Completion Statement), and preparing closed files for archiving. Support contractors may perform additional administrative duties, including filing and processing simple administrative modifications. Performing these functions require the contractor employees to have access to the contract file. Therefore, information you provide to the Government or information already in the possession of the Government may be viewed by these support contractors in the course of performing contract close-out functions. The information that may be made available to the contractor may include pricing and technical quotes and performance information. Naval Medical Logistics Command has signed Non-Disclosure Agreements with each support contractor employee and has required both contractors to provide a Conflict of interest Mitigation Plan to ensure these employees are firewalled from all business development activity. By submission of a quote in response to this solicitation, the offeror and its subcontractors consent to access of their business sensitive/confidential or proprietary data by the Government's support contractor personnel in order to perform close out services SUPPLIES See Table 2. Special Notes Addendum to 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018) Delivery Address - Naval Medical Center Portsmouth Naval Medical Center Portsmouth Pulmonary and Gastroenterology Clinic 620 John Paul Circle Portsmouth, VA 23708 This section specifies the format and content that Offerors shall use in this Request for Quote (RFQ). Offerors shall submit a quote that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Any quote which does not provide, as a minimum, that which is required in the solicitation may be determined to be substantially incomplete and not warrant any further consideration. •(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 339112 and 1,000 employees. Quotes shall be submitted by email only as an MS Word or Adobe PDF attachment to Curtis E. Cardoza at curtis.e.cardoza.civ@mail.mil. Quotes are due by 4:00 pm local time on 19 August 2019. Any questions must be addressed to curtis.e.cardoza.civ@mail.mil by email only no later than 4:00 pm am local time on 16 August 2019. No phone calls accepted. All Offerors shall provide the following company details on its cover page: •· Complete company name and address •· Company Point of Contact (POC) •· Email •· Phone Number •· Cage Code •· DUNS number Additional Information •· Quoters shall provide the unit and total price on the pricing sheet above. •· Price discount terms; if any. •· A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically) •· Acknowledgment of Solicitation Amendments. •· Completed copy of provision FAR 52.209-11. •· The quoter agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. Conformance to Essential Characteristics Offerors shall submit a quote including all necessary documentation demonstrating that its supplies meets all of the requirements within the Essential Characteristics. Past Performance Information If possible, offerors shall provide past performance data for all similar contracts for the last two years, up to 3 data points for delivery starting with the most recent contracts for which delivery occurred at least 6 months prior to the closing of this solicitation. The data shall include the following: •· Organization/Location •· Person of Contact (POC) (Including Phone Number, Email Address) •· Value of the Contract (Note:: Rounding to the nearest $5000 is acceptable) •· Compliance of the POC to be contacted as a reference The Government reserve the right to utilize other information not provided by the vendor and will evaluate information readily available. It is the responsibility of the offeror to ensure names and phone numbers of point of contact (POCs) are verified and accurate. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance (FAR 15.305(a)(2)(iv)). The offeror will receive a neutral rating. Price Evaluation Factors Fair and Reasonableness: The degree to which the contractor's total proposed price represents a fair and reasonable price including any additional components that must be purchased to make the system fully functional. (End of Provision) 52.212-2 Evaluation-Commercial Items (Oct 2014) The Government will conduct a Best Value source selection process using the policies and procedures of FAR part 12.203, Procedures for Solicitation, Evaluation, and Award, 13.106-2, Evaluation of Quotations or Quoters, and FAR part 13.106-3, Award and Documentation. Quote: The quoter's submission shall be in the form prescribed by, and shall contain response to each to each of the areas identified above in (The Addendum to FAR 52.212-1). The quote shall clearly indicate, with sufficient details, the vendor's capability to meet ALL of the requirements as stated above in the Statement of Need. Any quote which does not provide, as a minimum, that which is required in the solicitation may be determined to be substantially incomplete and not warrant any further consideration. Evaluation: Quoters will be evaluated based on conformance to essential characteristics, past performance, and price evaluation factors. BASIS OF AWARD Award will be made to the responsible quoter whose quotation conforms to all solicitation requirements, such as terms and conditions, representations and certifications, technical/quality requirements, and also provide the best value to the Government based on the results of price and non-price factors. Non Price factors are significantly more important than price factors. In addition, the Contracting Officer will determine if the proposed price is deemed fair and reasonable and is the best value quote that can fulfill the needs of Naval Medical Center Portsmouth. FAR and DFARS Provisions & Clauses: Clauses Incorporated by Reference FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors--Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-18, Availability of Funds FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.242-15, Stop Work Order DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7003, Agency Office of the Inspector General DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7021, Trade Agreements; DFARS 252.227-7015, Technical Data-Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act- Balance of Hexavalent Chromium DFARS 252.243-7001, Pricing of Contract Modifications DEC (1991) FAR Provision Clauses Incorporated by Full Text 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (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) FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (6) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (7) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation," means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1) (i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b) (2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »