Wildland Fire Boots BPA
Combo Synopsis W912JV-19-Q-2000 Action Code: Combined Synopsis/Solicitation Notice Class Code: 84 - Clothing, Individual Equipment and Insignia Subject: Wildland Fire Boots Solicitation Number: W912JV... Combo Synopsis W912JV-19-Q-2000 Action Code: Combined Synopsis/Solicitation Notice Class Code: 84 - Clothing, Individual Equipment and Insignia Subject: Wildland Fire Boots Solicitation Number: W912JV-19-Q-2000 Posted Date: 2-6-19 Set-Aside: Total Small Business Response Date: 21 February 2019 @ 2:00 pm PST Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Place of Performance: USPFO for Oregon ATTN: USPFO-P, PO Box 14350 Salem, OR 97309-5047 US DESCRIPTION OF AGREEMENT The purpose of this agreement is to provide a means of purchasing boots meeting the National Fire Protection Agency (NFPA) 1977 standard on an as needed basis in connection wildland fire training. The vendor shall size and deliver boots if and when requested by the Contracting Officer or his/her Authorized Caller (identified in the call authorization letter). Boots will be delivered on the same day as sizing. If there are sizes that are not on hand at time of fitting, those boots will be delivered within 48 hours. INFORMATION TO OFFERORS This solicitation will be set aside for Small Business (SB) concerns. As a result of this solicitation, there will be One (1) BPA agreement issued to small businesses. Registration at www.sam.gov is required. If not registered, please do so. Step-by-step help information on how to register is detailed on the website, along with frequently asked questions (FAQs). Lack of registration in the SAM Database may make an offeror ineligible for award. Completion of the required FAR 52.212-3 Alt. I, Offeror Representations and Certifications - Commercial Items is required. When you complete your SAM registration, the link to complete your Reps and Certs is also available. Please do not hesitate to contact me or the SAM web site if you need assistance or have questions. In accordance with FAR Part 29.3, State and Local Taxes, and per Title 4 of the US Code 104-107, the Government Is exempt from paying local and state taxes. Exempt Tax Identification Number 91-0828090. Questions will not be accepted after 15 February 2019. General Contract Information: Delivery Date__________________________________________________________ Quoter's Name (Printed) _________________________________________________ Quoter's Contact Telephone Number_______________________________________ Quoter's Email Address_________________________________________________ Federal Tax Identification No. ____________________________________________ CAGE Code __________________________________________________________ DUNS No. ___________________________________________________________ Is your company registered on-line in SAM (www.sam.gov)? YES NO PERIOD OF PERFORMANCE (EST.): 01 MAR 2018 through 01 MAR 2021, the BPA will be reviewed annually by the Contracting Officer. EXTENT OF OBLIGATION: The government will be obligated only to the extent of authorized purchases actually made under this Blanket Purchase Agreement (BPA) by authorized personnel (Contracting Officer/Authorized Caller). EVALUATION FACTORS: 1. PRICING: Pricing will be per boot, per size. Pricing will be established by placing the pricing of One (1) sample size of an order to be placed at later date and time into the attached Pricing Guide in the Specifications below TABLE 1 below. 2. WARRANTY: Standard warranty for a defective product must be provided. PLACING ORDERS: A call is defined as the placing of a reservation (orally or written) for boots or a group of boots for sizing and delivery on a specific date and location. Only the persons listed on Personnel Authorized to Place Calls letter from the Contracting Officer may make reservations. Small purchase orders may be used against this BPA. For orders under the micro purchase threshold ($10,000), a Government Purchase Card (GPC) may be utilized. NOTICE OF INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THIS BLANKET PURCHASE AGREEMENT AND DOLLAR LIMITATIONS: Any warranted contracting officer of the Oregon National Guard is authorized to make purchases under this agreement. Any GPC holder is authorized to make purchases under the micro purchase threshold ($10,000) with appropriate documentation. PURCHASE LIMITATIONS: BPA Total Ceiling is for $525,000. NOTIFICATION: Two (2) week notice will be provided to the contractor, and a specific date and location identified for delivery of the shipments will be provided for the sizing and delivery of the boots. In each case, vendor will ensure proper fitting of boots. If the boots do not fit an individual, the contractor will size for proper fit and supply a pair that fits within 48 hours. The Government will issue a Call Order no more than 14 days prior to fitting. The Authorized Caller may provide and estimated quantity of numbers and sizes. REVIEW: This Agreement shall be reviewed by the Contracting Activity at least annually before the anniversary of its effective date and revised as necessary to conform to the requirements of the Federal Acquisition Regulation and applicable supplements or to statutory requirements. Any change shall be effective only through written modification to this Agreement and not by individual Calls issued hereunder, Modifications to this Agreement shall have no retroactive effect on Calls previously issued. CANCELLATIONS/TERMINATIONS: This Agreement may be cancelled/terminated it its entirety at no cost to either party. The party desiring to cancel/terminate this Agreement shall serve to the other party a written notice of such intent at least thirty (30) calendar days prior to the effective date of the cancellation/termination. The parties agree that the cancellation shall have no effect on any Call not completed by the effective date of the cancellation/termination. BPA CALL ORDER PROCESS: Upon identification of a requirement within the scope of this BPA, the Contracting Activity shall send a task order to the BPA Holder(s) with task order pricing establishing in the BPA. The task order will include Technical Specifications which will detail quantities and estimate sizes required, and when and where it is to be delivered. The BPA Holder will respond to that task order. INVOICE: An itemized invoice shall be submitted via WAWF for purchases that exceed the micro purchase threshold. PAYMENT MADE BY: WAWF or Government Purchase Card depending on the size of the order BPA ADMINISTRATION: All issues regarding the terms and conditions, payment and collection of debts should be referred to the Contracting Officer (in writing or by email): USPFO for Oregon P&C 1776 Militia Way Salem, OR, 97309 PH: 503-584-3773 richard.a.harvey5.civ@mail.mil phillip.l.chik2.civ@mail.mil STATEMENT OF WORK Section 1 GENERAL 1.0 General: 1.1 Background: The Oregon National Guard (ORNG) provides Defense Support to Civil Authorities (DSCA) during declared emergencies to the State of Oregon. Every year, the ORNG prepares to provide DSCA in preparation for the wildland fire season. The ORNG and the Oregon Department of Forestry (ODF) enter an agreement, prior to the start of the wildland fire season, to have Soldiers and Airmen ready to respond to wildland fires. In order to maintain readiness, the ORNG must supply Soldiers and Airmen with boots meeting the National Fire Protection Agency (NFPA) 1977 standard. 1.2 Ordering Period: The Ordering Period will be take place on separate boot deliveries. Ordering will begin from a period starting in March 2019 and ending in March 2021. All orders will be communicated to the contractor with a minimum of Two (2) weeks' notice in order to ensure adequate time to affect delivery. All deliveries must be made at the date and time specified in the Two (2) weeks' notice specified. 1.3 General Information: 1.3.1 Place of Delivery: The contractor shall provide product delivery between the hours of 0700-1700 or as otherwise specified on the Two (2) week notice between March, 2019 and March 2021. Delivery location will be specified in the order. Possible locations are Camp Rilea, which is located at 33168 Patriot Way, Warrenton, OR. Deliveries shall also be made to the Oregon Department of Public Safety Standards (DPSST) which is located at 4190 Aumsville Hwy SE, Salem, OR. The contractor shall at all times maintain an adequate work force for the uninterrupted delivery of all products as defined in the Specifications of this requirement. 1.3.2 Unscheduled gate closures by the Security Police may occur at any time causing all personnel entering or exiting a closed installation to experience a delay. This cannot be predicted or prevented. Contractors are not compensated for unexpected closures or delays. Vehicles operated by contractor personnel are subject to search pursuant to applicable regulations. Any moving violation of any applicable motor vehicle regulation may result in the termination of the contractor employee's installation driving privileges. 1.3.3 The contractor's employees shall become familiar with and obey the regulations of the installation; including fire, traffic, safety and security regulations while on the installation. Contractor employees should only enter restricted areas when required to do so and only upon prior approval. All contractor employees shall carry proper identification with them at all times, and shall be subject to such checks as may be deemed necessary. The contractor shall ensure compliance with all regulations and orders of the installation which may affect performance. The Government reserves the right to direct the removal of an employee for misconduct, security reasons, or any overt evidence of communicable disease. Removal of contractor employees for reasons stated above does not relieve the Contractor from responsibility for total performance of this contract. 1.3.4 Security Requirements. The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the COR. The contractor and all associated subcontractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.3.5 iWATCH Training: The contractor and all associated subcontractors with an area of performance within an Army-controlled installation, facilities or area shall brief all employees on the local iWATCH program. This local developed training shall be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR or the KO. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance. The contractor shall report completion for each contractor employee and subcontractor employee to the COR within 15 calendar days after completion of training. 1.3.6 Requirements: The contractor shall provide the following: 1.3.7 Equipment: The main two sizing events and delivery will be for delivery ranging from 50 to 350 pairs of boots to Camp Rilea, OR and for sizing and delivery of up to 50 to 350 pairs of boots to the Salem, OR DPSST headquarters. Two (2) week notice will be provided to the contractor, and a specific date identified for delivery of the shipments will be provided for the delivery of the boots. In each case, vendor will ensure proper fitting of boots. If the boots do not fit an individual, the contractor will size for proper fit and supply a pair that fits within 48 hours. Smaller orders may be made against this BPA during the period of performance. Specific size and quantity amounts are included in Technical Exhibit 1. Section 2 DEFINITIONS 2.0 Definitions and Acronyms: 2.1 Definitions: 2.1.1 Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 Deliverable: Anything that can be physically delivered and includes non-manufactured things such as training certificates, warranties or technical pamplets. 2.1.4 Physical Security: Actions that prevent the loss or damage of Government property. 2.2 Acronyms: AEI Army Enterprise Infostructure AR Army Regulation AT/OPSEC Antiterrorism/Operational Security BI Background Investigation CM Contract Manager CMRA Contractor Manpower Reporting Application COR Contracting Officer Representative DA Department of the Army DD254 Department of Defense Contract Security Classification Specification DFARS Defense Federal Acquisition Regulation Supplement DoD Department of Defense DSCA Defense Support to Civil Authorities FAR Federal Acquisition Regulation GFP/M/E/S Government Furnished Property/Material/Equipment/Services HQDA Headquarters, Department of the Army HSPD Homeland Security Presidential Directive IA Information Assurance IS Information System(s) KO Contracting Officer NFPA National Fire Protection Association NGB National Guard Bureau NWCG National Wildfire Coordinating Group ORNG Oregon National Guard OCI Organizational Conflict of Interest PII Personally Identifiable Information PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SM Service Member (Soldier and Airmen) SSN Social Security Number TE Technical Exhibit USD(I) Under Secretary of Defense for Intelligence TABLE 1 NOTE: THESE ARE ESTIMATES AND ACTUAL QUANTITIES AND SIZES WILL BE PROVIDED ON EACH DELIVERY ORDER. SIZE March Max Qty. Price per boot. 5 1 5.5 2 6 4 6.5 2 7 8 7.5 18 8 22 8.5 27 9 44 9.5 40 10 44 10.5 22 11 20 11.5 5 12 6 12.5 2 13 2 13.5 2 14 2 14.5 2 15 2 TOTAL 280 PRICE TOTAL $ PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov at Wide Area Work Flow (WAWF) at http://wawf.eb.mil IBR FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Lowest price technically acceptable is the evaluation criteria. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-36, Payment by Third Party FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III By Full Text 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. As prescribed in 12.301(b)(2), insert the following provision: Offeror Representations and Certifications -- Commercial Items (Oct 2018) The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. "Forced or indentured child labor" means all work or service- (6) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (7) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. "Highest-level owner" means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. "Immediate owner" means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: Ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. "Inverted domestic corporation," means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). "Manufactured end product" means any end product in product and service codes (PSCs) 1000-9999, except- (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Restricted business operations" means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States; and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Subsidiary" means an entity in which more than 50 percent of the entity is owned- (1) Directly by a parent corporation; or (2) Through another subsidiary of a parent corporation. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans(as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern -- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (c) Offerors must complete the following representations when the resulting contract is to be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not a women-owned small business concern. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that- (i) It [_] is, [_] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representatio...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »