J--Silver Service for the DSX ELISA Processing System
Page 5 of 24 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26220Q0119 Posted Date: December 03, 2019 Que... Page 5 of 24 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26220Q0119 Posted Date: December 03, 2019 Questions Response Date: December 04, 2019, 4:00 PM Pacific Standard Time (PST) RFQ Response Date: December 06, 2019 by 4:00 PM (PST) Product or Service Code: J065 Set Aside: Unrestricted-Full and Open NAICS Code: 811219 Contracting Office Address Department of Veteran Affairs SAO West, Network Contracting Office-22 4811 Airport Plaza Drive, Suite 600 Long Beach, CA 90815-1263 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 effective November 6, 2017. Solicitation 36C26220Q0119 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a Firm-Fixed Price (FFP) BPA single term of five years for services. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a business size standard of $22 Million. The Department of Veteran Affairs, SAO West, Network Contracting Office-22, 4811 Airport Plaza Drive, Suite 600. Long Beach, CA 90815 is seeking to purchase instrument services for the Dynex DSX ELISA processing system that at a minimum meets the following statement of work with a brand name or equal product for VISN 22: Section 2- Schedule of Supplies and Services Pg. 8 Section 3 -Statement of Work/ Salient Characteristics Pg. 10 (Attachment A) Place of Performance: VA Greater Los Angeles Healthcare System (VALBHS), 11301 Wilshire Blvd, Los Angeles, CA 90073 Phoenix VA Healthcare System (PVAHS), 650 E. Indian School Road, Phoenix, AZ 85012 VA San Diego Healthcare System (VASDHS) 3350 La Jolla Village Drive, San Diego, CA 92161 Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to Carol Evans at Carol.Evans3@va.gov no later than December 04, 2019, 4:00 PM Pacific Standard Time (PST). Ensure to reference solicitation # 36C26220Q0119 within subject line of the email. Quotes must be received by December 06, 2019 by 4:00 PM (PST). Email your quote to Carol Evans at Carol.Evans3@va.gov. Ensure to reference solicitation # 36C26220Q0119 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. Table of Contents Combined Synopsis Cover 1 Combined Synopsis (Continued) 2 Table of Contents 3 SECTION B 4 Description of Contract 4 Schedule of Supplies and Services 8 Statement of Work 9 Contract Administration Data 10 Hours of Work 10 Contract Clauses and Provisions 11 B SECTION B DESCRIPTION OF CONTRACT INTENT: Pursuant to Federal Acquisition Regulation FAR Part 13.104(b), for the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22 to establish a Blanket Purchase Agreement (Hereafter referenced as BPA) for instrument services on the Dynex DSX ELISA processing system. It is the intent of the Government to award this BPA to a single Contractor for all necessary services for the Dynex DSX ELISA system for VISN 22. The BPA shall be awarded as a five year agreement in the open market in accordance with FAR Part 13.303. Contractor agrees to the following terms of the BPA with VISN22, active participating facilities are listed in B1.5. As requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement between the Government and the Contractor. TERM OF AGREEMENT: The BPA shall have one (1) five-year term and will be reviewed, at least, annually IAW FAR Part 13.303 to ensure the BPA terms are met, to assess current market conditions and to determine price reasonableness. Additional discounts maybe requested by NCO 22 at any time. If the contractor fails to perform in a manner satisfactory to the Contracting Officer (CO), this BPA may be canceled with a thirty (30) days written notice to the contractor by the CO. This BPA shall not exceed sixty (60) months from the effective date of the BPA. Est. BPA Ordering Period: 12-10-2019 through 12-09-2024 BPA PRICES: This BPA is a pricing agreement and does not obligate any funds. Pricing shall be established based on the schedule below. Additional items may be added to this BPA that are related to the use of a Dynex DSX ELISA system. BPA ORDERS: The Government is obligated only to the extent of authorized BPA Delivery Orders (DO) issued under the BPA by authorized individuals. DO s shall be identified by the BPA Number, 36C26219AXXXX (TBD), and DO Number 36C26219NXXXX(TBD). DO s may include options, if it is determined that options would be in the best interest of the Government. Any DO issued during the effective term of this BPA shall be accepted and completed by the contractor within the time specified in the DO, including all option years. The contractor shall accept the price, terms and conditions of an issued DO as long as they do not conflict with the terms set forth in the BPA. Designated primary facility Point of Contact s (POCs) shall place orders against valid DO s signed by the CO. POCs may coordinate delivery quantities and schedule via Electronic Data Interchange (EDI), telephone, facsimile, email or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. PARTICIPATING FACILITIES: (Additional Facilities within VISN 22 may be added to this agreement with an exercise of a supplemental agreement between the CO and Contractor. *** At this time, VAGLAHS and VA San Diego are the only active participating facilities. VA Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, CA 90073 (VAGLAHS) VA Loma Linda Healthcare System | 11201 Benton Street Loma Linda, CA 92357 (LL) VA San Diego Healthcare System | 3350 La Jolla Village Dr, San Diego, CA 92161 (SD) VA Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, CA 90822 (LB) New Mexico VA Healthcare System | 1501 San Pedro SE, Albuquerque, NM 87108 (NMVAHCS) Northern Arizona VA Healthcare System | 500 HW 89N, Prescott, AZ 86113 (NAVAHCS) Phoenix VA Healthcare System | 650 E Indian School Road, Phoenix, AZ 85012 (PVAHCS) Southern Arizona VA Healthcare System | 3601 S 6th Ave., Tucson, AZ 85723 (SAVAHCS) BPA PROGRAM MANAGER: The Contractor shall provide a primary BPA Program Manager who shall be responsible for the performance of the work under the BPA. In addition, the Program Manager shall act as the main focal point of communication between the Contracting Officer and the Contractor. The name of this person shall be designated in writing to the Contracting Officer. The Program Manager shall have full authority to act on behalf of the Contractor on all contractual/BPA matters relating to daily operation of the BPA. Company Name: Address: Phone No: Fax No: Contact Name: Email: ORDERING CONTRACTS: The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders. Additional tables may be inserted, if needed. Company Name: Address: Phone No: Fax No: Contact Name: Email: DELIVERY: The Contractor shall deliver all supplies and services identified in Section 2 the locations identified in Section B.1.5, Participating Facilities. The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The primary facility POC shall be required to notify the Contractor when delivery locations have been changed. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: Contractor name, BPA number, DO number, VA Obligation number, date of order, date of delivery, itemized list of products furnished, including product description and quantity shipped. All deliveries shall be made during normal working hours from 8:00 a.m. to 4:00 p.m., unless specified otherwise. Standard orders shall be delivered within no more than four (4) working days after receipt or placement of order. Emergency deliveries may be necessary on rare occasions and may occur outside of working hours from 4:00 p.m. to 8:00 a.m. Under emergency occurrences, The contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, unless expedited shipping/delivery is approved by the primary facility POC, Contracting Officer or other authorized individual. The Contractor shall provide an emergency point of contact, if different from the standard points of contacts. No product substitutions shall be made by the Contractor without prior approval of the treating facilities primary POC. However, if substitution would further obligate the Government, the Contractor shall have approval of a warranted CO. PACKAGING: All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor s expense. INVOICE AND PAYMENT: An itemized invoice shall be submitted per order, monthly or upon expiration of this BPA, whichever occurs first. Invoices shall be submitted to WWW.TUNGSTEN-NETWORK.COM in accordance with FAR Part 52.232-33, Payment by Electronic Funds Transfer and Veterans Affairs Acquisition Regulation (VAAR) Part 852.232-72. The following information shall be listed on all invoices submitted: (failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor). Facility s Name and address where service was provided BPA Number 36C26218A00XX Purchase Order Number (For Example: 36C26218JXXXX) Obligation Number (For Example: 600-C77001) Itemized list of products provided, to include quantity, unit price and extended price Include the period of time that is being invoiced for in the invoice BPA Holder s Internal Contract number (if applicable) Contractor company name, address, and phone number including a POC for concerns and questions, Invoices shall name a specific person, the phone number and email In the event of an inconsistency between the terms and conditions of this BPA and the Contractor s invoice, the terms and conditions of this BPA will take precedence. BPA REVIEW: The Contractor shall conduct a complete BPA review with the CO, at least annually, and as requested by the CO, to ensure the BPA terms and conditions are being met, analyze and project item ordering trends, and discuss all other actions that are within the scope of this BPA. SUPPLIES AND SERVICES Brand Name or Equivalent to Dynex DSX ELISA System Service: VA San Diego Healthcare System Item Description Quantity Est. Period of Performance 65000MCN2POS 1DXC2660-Dynex DSX ELISA system Service Silver Annual Service Level 2 (Base Year) 1 12/10/2019 12/09/2020 65000MCN2POS 1DXC2660- Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 1) 1 12/10/2020 12/09/2021 65000MCN2POS 1DXC2660- Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 2) 1 12/10/2021 12/09/2022 65000MCN2POS 1DXC2660- Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 3) 1 12/10/2022 12/09/2023 65000MCN2POS 1DXC2660 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 4) 1 12/10/2023 12/09/2024 VA Greater Los Angeles Healthcare System Item Description Quantity Period of Performance 65000MCN2POS 1DXC2546 and 1DXC2659 Dynex DSX ELISA system Service Silver Annual Service Level 2-(Base Year) 1 12/10/2019 12/09/2020 65000MCN2POS 1DXC2546 and 1DXC2659 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 1) 1 12/10/2020 12/09/2021 65000MCN2POS 1DXC2546 and 1DXC2659 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 2) 1 12/10/2021 12/09/2022 65000MCN2POS 1DXC2546 and 1DXC2659 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 3) 1 12/10/2022 12/09/2023 65000MCN2POS 1DXC2546 and 1DXC2659 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 4) 1 12/10/2023 12/09/2024 VA Phoenix Healthcare System Item Description Quantity Period of Performance 65000MCN2POS 1DXC2893 Dynex DSX ELISA system Service Silver Annual Service Level 2-(Base Year) 1 12/10/2019 12/09/2020 65000MCN2POS 1DXC2893 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 1) 1 12/10/2020 12/09/2021 65000MCN2POS 1DXC2893 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 2) 1 12/10/2021 12/09/2022 65000MCN2POS 1DXC2893 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 3) 1 12/10/2022 12/09/2023 65000MCN2POS 1DXC2893 Dynex DSX ELISA system Service Silver Annual Service Level 2 (Option Year 4) 1 12/10/2023 12/09/2024 STATEMENT OF WORK SEE ATTACHMENT A CONTRACT ADMINISTRATION DATA Hours of work The BPA shall include five day a week, 8 hours a day full service agreement to include all necessary service calls. After hours and weekends service are chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts. Contractor may offer differing times for the service agreement, but may not reduce the availability of time by no more than two hours from the above stated times. Any service performed during other than normal work hours must be approved in advance by the facility or CO. Holidays: Only emergency service shall be provided on National Holidays and only if authorized by the CO in advance as approved in the delegation of authority. The rates shall be chargeable as per Supplies or Service and Prices/Costs section herein, Schedule of Labor Charges and Replacement Parts. New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a National Holiday falls on a Sunday, the following Monday shall be observed as a National Holiday. When a National Holiday falls on a Saturday, the proceeding Friday is observed as a National Holiday by U.S. Government agencies. Also included, would be any other day, specifically declared by the President of the United States of America to be a National Holiday. SECTION C - CONTRACT CLAUSES AND PROVISIONS C.1 52.212-2 EVAUATION- COMMERCIAL ITEMS (OCT 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items" meets the statement of work included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) C.3 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (NOV 2017) The Offeror shall complete only paragraph (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 https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (a) Definitions. As used in this provision Economically disadvantaged women-owned small business (EDWOSB) concern means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. Forced or indentured child labor means all work or service (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). 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 mean 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 its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. Women-owned small business concern means a small business concern (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database 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), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs. (c) Offerors must complete the following representations when the resulting contract will 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. (6) WOSB concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(5) of this provision.] The offeror represents that (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(6)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: ___________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (7) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a WOSB concern eligible under the WOSB Program in (c)(6) of this provision.] The offeror represents that (i) It [ ] is, [ ] is not an EDWOSB concern, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(7)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: ___________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. Note: Complete paragraphs (c)(8) and (c)(9) only if this solicitation is expected to exceed the simplified acquisition threshold. (8) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is a women-owned business concern. (9) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal offic...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »