The RFP Database
New business relationships start here

Armored Couriers


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation is issued as a Request for Proposal (RFP) 2032H5-19-R-00006. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective July 12, 2019. This acquisition is being conducted as full and open competition on an unrestricted basis, and the North American Industrial Classification System (NAICS) code for this acquisition is 561613 (Armored car services).


The Government anticipates awarding a Firm Fixed Price Contract with a Base Year plus Four One-Year Option periods. A list of the contract line items, quantities and units of measure, the description of the requirement, dates and place(s) of performance are listed below. Provisions and clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 and addenda to these provisions and clauses are applicable to this acquisition and are identified in Section III below.


~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Sections included in this Solicitation:


SECTION I - INSTRUCTIONS TO OFFERORS
SECTION II - PERFORMANCE WORK STATEMENT
SECTION III - CLAUSES AND PROVISIONS
SECTION IV - SUBCONTRACTING
SECTION V - PRICING (CLIN STRUCTURE)


~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
SEPARATE ATTACHMENTS
A - Field Assistance Receipt for Transport of IRS Deposit
B - Treasury Assistance Center Locations
C - Courier's Additional Disclosure Statement (CADS)
D - SAMPLE - Courier Deposit Access List (CDAL)
E - Subcontracting Plan Outline
F - Past Performance Questionnaire
G - CLIN Structure
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~


SECTION I - INSTRUCTIONS TO OFFERORS


I. INTRODUCTION


The government anticipates awarding a firm fixed priced contract. The NAICS Code for this solicitation is 561613 - Armored Car Services.


II. PROPOSAL INSTRUCTIONS


Provide a proposal in accordance with the Performance Work Statement and the Attachments. Your proposal shall include a cover page which should include the following information:


Company size _____________ Employees
Business size: (i.e Small, Small Disadvantaged, Women-owned, Hubzone, Veteran-owned, Large)
Point of Contact (Name and Title)
Company Name
Company Address
Telephone Number
Email Address
Company Website (if applicable)
Taxpayer Identification Number
DUNS Number
Place of Manufacturer for each supply item proposed (if applicable)


Questions regarding this solicitation shall be received by electronic format and emailed to
danielle.m.donaldson@irs.gov, NO LATER THAN July 31, 2019 at 1:00 pm (Eastern). Please provide with your questions a reference to the section of the solicitation in question. Subject line shall read: Solicitation Questions RFP 2032H5-19-R-00006.


Proposals are to be submitted no later than 1:00 PM (Eastern) on August 13, 2019. Your proposal must be submitted electronically to Danielle Donaldson via email Danielle.m.donaldson@irs.gov and Marcela Almeida via email Marcela.A.Almeida@irs.gov.


Any requests for any information concerning the RFP should be referred to Danielle Donaldson via email. All email requests should reference the RFP number listed above.


The proposal submitted shall include the following volumes:


Volume I - Technical Approach
Volume II - Past Performance
Volume III - Pricing


All written material submitted for the Technical factor shall be no longer than 15 pages (single sided). All written material shall be submitted in 10 point Times New Roman Font, single spaced, and shall have 1'' margins left and right. Past performance references shall be submitted on the attached Past Performance Questionnaire (See Attachment F). Past performance questionnaires do not count in the page count.


III. EVALUATION FACTORS


Description of Risk Ratings


The risk ratings assess the risks and weaknesses associated with each Offeror's proposed approach to performing the requirements stated in the PWS. One overall Risk rating will be assigned to each Proposal.


"Low Risk" - Offeror is more likely to succeed than fail.


"Medium Risk" - Offeror is equally likely to succeed or fail.


"High Risk" - Offeror is more likely to fail than succeed.



Proposal Attributes


A "significant strength" is an attribute of the offeror's proposal that exceeds the specified performance or capability requirements in a way that is substantially beneficial to the government.


A "strength" is an attribute of the offeror's proposal that exceeds the specified performance or capability requirements in a way that is beneficial to the government.


A "weakness" is a flaw in the proposal that increases the risk of unsuccessful contract performance.


A "significant weakness" in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.


A "deficiency" is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. A proposal with a deficiency cannot be found eligible for award.


Factor 1: Technical approach


The proposal shall describe the offeror's understanding of the requirements as described in the PWS.


Adjectival Rating for Factor 1


"Excellent" - The proposed technical solution outlines an effective, efficient, and achievable approach for meeting requirements as defined in the PWS. The proposal's strengths significantly outweigh any weaknesses, if any, in a manner that will significantly benefit the government. There are no significant weaknesses and no deficiencies. The risk of unsuccessful contract performance is very low.


"Good" - The proposed technical solution outlines an effective, efficient, and achievable approach for meeting requirements as defined in the PWS. The proposal's strengths outweigh any weaknesses in a manner that will benefit the government. There are no significant weaknesses and no deficiencies. The risk of unsuccessful contract performance is low.


"Satisfactory" - The proposed technical solution outlines an achievable approach for meeting requirements as defined in the PWS. The proposal's strengths, if any, are balanced out by weaknesses. There are no deficiencies. The risk of unsuccessful contract performance is low to moderate.


"Marginal" - The proposed technical solution outlines a marginally achievable approach for meeting requirements as defined in the PWS. The proposal's weaknesses outweigh any strengths. The proposed solution has no deficiencies. The risk of unsuccessful contract performance is moderate to high.


"Unsatisfactory" - The proposed technical solution fails to demonstrate an achievable approach for meeting all of the requirements defined in the PWS. The proposal contains a deficiency or multiple significant weaknesses that present an unacceptably high risk of performance failure. Proposal is unawardable.


Factor 2: Past Performance


The Government will evaluate Offerors' relevant past performance managing contracts similar in size, scope, and complexity to that contemplated by the solicitation. Past performance is relevant when an Offeror has been confronted with the kinds of challenges and risks contemplated by the solicitation. For the past performance to be considered relevant, it must have been performed within the past three (3) years. The more similar an Offeror's past performance is to the solicitation requirements, in terms of size, scope, and complexity, the more relevant it will be considered. Offerors shall submit no less than three (3) relevant examples of past performance that relates to the services requested in the PWS. (See Past Performance Questionnaire - Attachment F)


Evaluation of past performance will be based upon the completed questionnaires obtained from the references identified by the Offerors and/or the past performance information contained in the Contractor Performance Assessment Reporting Systems (CPARS). The Government can consider information about Offerors' past performance information from any source and is not restricted to information obtained from the past performance questionnaires, references, or the past performance database.


Adjectival Rating for Factor 2


"Excellent" - Highly relevant past performance record involving contracts similar in size, scope, and complexity to the solicitation requirements. Performance significantly and consistently exceeds contract requirements to the customers benefit. There were no quality, cost or schedule issues identified. Risk to successful performance is very low.


"Good" - Relevant to highly relevant past performance record involving contracts similar in size, scope, and complexity to the solicitation requirements. Performance meets all contractual requirements and exceeds some to the customers benefit. Any performance problems identified were minor and resolved through the contractor's effective correction actions. Risk to successful performance is low.

"Satisfactory" - Relevant or highly relevant past performance record involving contracts of similar size, scope, and complexity to the solicitation requirements. Performance meets contractual requirements, but some performance problems identified raise doubt as to whether contractor will be able to successfully perform the proposed effort. Risk to successful performance is moderate.


"Unsatisfactory" - May have a relevant past performance record involving contracts similar in size, scope, and complexity to the solicitation requirements, however, performance does not meet contractual requirements and recovery is not likely in a timely or cost effective manner. The contractual performance of the element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective. There is an unacceptably high risk that the contractor will not successfully perform. Proposal is unawardable.


"Neutral" - In the case of an offeror without relevant past performance or for whom information on past performance is not available; the offeror may not be evaluated favorably or unfavorably. The absence of relevant present and past performance information will result in the assignment of a neutral rating. The contractor has little or no recent/relevant past performance upon which to base a meaningful performance risk prediction.


Factor 3: Price


The offeror shall submit their price based on the CLINs listed in the CLIN Structure in Attachment Section IV. For purpose of evaluation, the evaluated total price shall include the base period, all option periods, to include the option under FAR 52.217-8. Cost/Price will be evaluated, but will not be assigned an adjectival rating, or scored. The Government will evaluate proposed cost/prices to determine if the cost/prices are fair and reasonable, reflect a clear understanding of the requirements, and are consistent with the Offeror's technical proposal.


The cost/price evaluation may also include an evaluation of the Offeror's price for the purpose of assessing the risk inherent in the Offeror's approach. Proposals may result in a determination of unacceptability or lower evaluation, if they are (1) unrealistic in terms of either technical or cost/price; (2) indicative of failure to comprehend the complexity and risk associated with the solicitation requirements; (3) reflective of a lack of competence; or (4) indicate an inherent performance or cost risk weakness in the approach. The contracting officer will evaluate prices using the policies and methods in FAR 15.4.



~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~


SECTION II - PERFORMANCE WORK STATEMENT

Secure Courier Services/Smart Safes


1. Background


The Internal Revenue Service intends to purchase a combination of reliable and secure smart safes, and armored professional courier service, to deliver cash remittances up to a maximum of 100 IRS Taxpayer Assistance Centers (TACs) located throughout the United States. Services may include installation and removal of smart safes. The cash funds collected from tax payments via the smart safe must be safely transported to a designated depository. The vendor shall be able to provide secured courier service for special pickups (if applicable). The special pickups shall not be stored in the TAC overnight or over the weekend. The successful vendor shall be able to provide both services and if not, be able to partner with subcontractors or create teaming arrangements to substantially meet the business requirements of the IRS under this solicitation


2. Objectives


The goal of this procurement is to establish a safe and uniform process for delivering cash from IRS TACs to a Treasury General Account (TGA) bank's cash vault. The use of secure courier services will enable the funds to be safely transferred and accounted for. Because there are centers located throughout the country, it is imperative that the vendor selected for contract award be able to cover all of the tax centers on a nationwide basis. In order to create an effective process for the transfer of these funds, the successful vendor(s) shall collectively be able to supply smart safes and secure courier services for all given locations. The vendor shall allow the IRS the flexibility to convert locations from Secure Courier to Smart Safe services and vice versus and add or remove centers at no additional cost, if needed. Deinstall fees shall not be assessed when a safe is returned.


The secure courier service will pick up cash receipts and the deposit form (Form 10160 -A - See Attachment A) at the TAC by close of business. The shipments will be picked up from:


(TAC Addresses - See Attachment B)


Delivery will be to a TGA bank/cash vaults in sufficient time to allow for same day credit. Listing of vaults will be available to awardee.


(Form 10160-A (See Attachment A) will accompany all courier pickup bags. The courier will have the Form signed and dated at the cash vault at the time of deposit. The signed and dated Form 10160 - A will be given to the IRS the next business day at the IRS location.


3. Scope


IRS is seeking a vendor to provide armored professional Secure Courier and Smart Safe services for TAC locations nationwide. The Contractor shall provide all personnel, supervision, transportation (secure vehicles), and labor (armed professional guards/drivers) necessary to perform the driving, pick-up, and delivery of cash from the TAC location and to the specified TGA bank locations.


Courier access will be limited within TAC premises. All deposits for pickup by the courier will be delivered by TAC personnel or courier will be escorted by TAC personnel to a designated point for transfer.


4. Contractor Responsibilities


The contractor will provide:


SECURE COURIER SERVICES/SMART SAFES


All contracted employees of Contractor who will be providing service for Center must understand and adhere to the following language:


As an independent contractor, (courier contractor name), I fully understand that much of the information that is provided to (courier contractor name) and its employees is privileged and administratively restricted under the provisions of the Privacy Act of 1974 and the Internal Revenue Code (IRC) Sections 6103, 7213 and 7431. The Privacy Act, the Safeguards, and the Criminal/Civil Sanctions paragraphs specify (courier contractor name) responsible and liable regarding disclosure of this information. At the expiration of (courier contractor name) contract with the Center, (Courier contractor name) is required to return all documents in its possession to the Center by 4:00 PM the next business day.


All personnel, supervision, transportation (secure vehicles), and labor armed professional guards/drivers) necessary to perform the driving, pick-up, and delivery of cash from and to the specified locations. All personnel shall have the skills, knowledge, and training to satisfactorily perform the services required. Contractor will be responsible for training, providing uniforms, equipping, supervising, and discharging employees.


• Proposed route structure and estimated times of arrival for each scheduled location


• Proposed approach for verifying and recording deposits


• Names and phone numbers of personnel to be contacted for cancellations and in emergencies, as well as for information


• Identification procedure for Contractor's employees; a listing of all employees assigned to the requirement and their certifications for carrying firearms


• Disaster Contingency Plan ("Plan"). The Plan must address what alternative actions Contractor will implement to fulfill its obligation in the event of employee strikes, inclement weather, natural disaster, traffic accident and unforeseen events. The IRS POC will approve/reject the Plan within 15 calendar days of submission. If not approved, the IRS POC will notify the Contractor as to the areas of the Plan that are unacceptable. Changes and resolution shall be achieved through mutual agreement between IRS and Contractor. Disaster Contingency Plan, to include alternative actions in cases of inclement weather, natural disaster, traffic accidents, employee strikes, or other unforeseen events


• Pickup of cash in a concealed and locked bag from TACs and delivery of bags to TGA banks/cash vaults.


• Provide secured courier service for special pickups (if applicable). The special pickups shall not be stored in the TAC overnight or over the weekend.


• Return of the signed Form 10160 - A to the IRS the next business day.


• Services may include installation and removal of smart safes. The Contracting Officer Representative is authorized to request a temporary deviation from service via email without a modification to the agreement and will notify the Contractor when service is to resume via email.


• Contractor shall allow the IRS the flexibility to convert locations from Secure Courier to Smart Safe services and vice versus and add or remove centers as needed without additional cost. Deinstall fees shall not be assessed when a safe is returned.


• Contractor shall allow the IRS the flexibility to change the frequency See Attachment B) of pick-ups as needed without additional costs.


• The Contractor shall not initiate overtime fees. For the purpose of this contract, Premise Time shall begin at the time the courier enters the TAC and ends when the courier leaves the TAC. The Courier will notate both events on the Courier log located in the TAC. This charge shall not exceed $3.00 per pickup. The vendor shall furnish the courier log for each TAC.


• The IRS shall have the flexibility to allow other Business Units within the Agency to utilize the armored professional courier service for cash pickup deposits as needed up to five (5) times a year.


• The Courier Services must provide proof of bonding, licensing, and insurance for employees designated to transport Internal Revenue Service deposits and/or requiring access to Internal Revenue Service sites.


• Satisfy the requirements for a Low Risk Investigation conducted by IRS personnel. The investigation shall include, but not limited to, a FBI fingerprint and name check, as defined 10.23.2. A copy of this IRM is available upon request.


• Must be a U.S. citizen or have lawful permanent resident status, and (ii) fluent in the English language.


• Have the necessary certification for carrying firearms throughout the period of performance. (Certifications to carry firearms for all designated couriers shall be provided to the IRS Point Of Contact (POC) within five (5) days of receipt of award.)


• Have the necessary certification for guard licenses throughout the period of performance. (Certifications for all designated couriers shall be provided to the IRS POC within five (5) days of receipt of award.)


• If immediate family members are employed as Couriers for the same Service, these employees must complete the Courier's Additional Disclosure Statement (CADS) [See Attachment C for sample]


• Ensure CADS be completed by each courier employee on Courier Deposit Access List (CDAL) [See Attachment D]. CADS shall include:
o Name(s) and relationship(s) of all family members (regardless of residence) who perform courier duties. If no other family members perform courier duties, write "NONE" in large letters in the space where family member's name(s) are to be shown on the CDAL. The Government has broad authority to interpret the scope of "immediate family" in this context. Generally, immediate family members' refer to parent, spouse, child, step-child, foster child, step parent, half siblings, siblings, and foster parent. However, when couriers who are related, the definition of "immediate family" may be broadened and prohibitions extended to include others (e.g., grandchildren, sons-in-law, daughters-in-law, first cousins, and other second generation family members).
o Printed or typed name of the Courier.
o Signature of the Courier.
o Signature and date of Contractor's authoring official.
o CADS shall be updated annually from date of receipt of contract or when a change of status occurs.


• Develop a Quality Assurance Plan


• Provide IRS POC and Center with the CDAL. (Updated CADS shall be attached to CDAL.) CDAL shall be on Contractor's official letterhead signed and dated showing the following information of Couriers designated to transport Internal Revenue Service deposits:
a) Employee's Typed Name
b) Employee's Title
c) Employee's Signature
d) Employee's Social Security Number
e) Employee's Photograph (in color)


• Ensure the CDAL and the CADS are current by notifying the IRS POC within 24 hours, by email:
a) When a Courier who appears on the CDAL has been discharged from his/her duties.
b) When a new Courier has been hired to provide the Services specified herein with the same information as required for the CDAL.
c) When a Courier has experienced a change that will affect their relationship status. (The CADS must also be updated.


• Provide each Courier with a printed and laminated identification card containing the following information that is consistent with the CDAL information provided to the agency
a) Employee's Typed Name
b) Employee's Title
c) Employee's Signature
d) Employee's Photograph
e) Company Name


• Ensure that all Couriers display (on their person) a picture identification card that clearly identifies them as authorized messengers for Contractor


• Wear company logo uniforms


• Provide IRS POC and Center with:
a) Two (2) contacts (a primary and alternate) with all forms of contact information. Contacts must be reachable within all domestic time zones.
b) 24-hour emergency contact information (name, telephone#, mobile #) available during Contractor's non-business hours.
c) Contractor must notify the IRS POC within 24 hours of any change in contact persons and/or telephone numbers


• Ensure on a continuous basis that:
a) Two Couriers who appear on the CDAL are provided for each deposit pickup from the Center and delivery to the Depository.
b) Designated Couriers are not related by checking their names against the CADS.
c) The vehicle being used to transport deposits always be locked and secured whenever IRS data is contained within the vehicle until it reaches its destination. All IRS deposits must be transported within the locked area of a vehicle (such as the cab or trunk). "Locked area" does NOT include any container of any sort in the bed (back) portion of a pickup truck or any open bedded vehicle (with or without a camper shell) whether or not such shell or container is locked or otherwise secured.
d) The vehicle always be under the supervision of one of the Couriers and never left unattended.


• Ensure that vehicles provided for the purposes of satisfying the conditions specified
herein meet the following requirements:
a) The vehicles are armored, maintained in good condition, appearance and working order.
b) The vehicles must be state-registered and meet the minimum safety standards of the licensing state.
c) The vehicles must be steel framed and doors must be able to be secured from both inside and outside.
d) The area of the vehicle in which the agency packages and/or containers are placed is clean, debris-free and without containers, materials such as canvas or plastic used to cover or protect articles, or other items.


• Procure and maintain during the entire period of performance under this Contact to
cover the costs to reconstruct a lost, stolen or destroyed deposit, the following required insurance coverage payable to the Internal Revenue Service:
a) Comprehensive General Liability: $500,000 per occurrence
b) Automobile Liability with the following amounts: $200,000 per person $500,000 per occurrence $20,000 per occurrence for Property damage
c) Workmen's Compensation: As required by Federal and State worker's compensation and occupational disease statutes.
d) Employer's Liability coverage: $100,000, except in states where worker's compensation may not be written by private carriers.
e) Other as required by State Law.


The Certificate of Insurance shall provide for at least thirty days written notice to the IRS CO by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned insurance clause.


• Provide to the IRS POC a Disaster Contingency Plan ("Plan"). The Plan must address what alternative actions the Contractor will implement to fulfill its obligation in the event of employee strikes, inclement weather, natural disaster, traffic accident and unforeseen events. The IRS POC will approve/reject the Plan within 15 calendar days of submission. If not approved, the IRS POC will notify the Contractor as to the areas of the Plan that are unacceptable. Changes and resolution shall be achieved through mutual agreement between IRS and Contractor.


• Provide professional customer service (i.e. being able to address concerns, issues, and other administrative functions in a timely and professional manner). "Timely" for purposes of this contract means no later than close of next business day.) The IRS Point of Contact shall be able to contact the Contractor at any time, when contract work is in progress, to provide notices, reports, or requests from the Contracting Officer or his/her representative


• Ensure the work be carried out in such a manner that there will be no interference with the proper execution of Government business. All persons employed in contract work shall, while on the premises, comply with all building regulations.



5. Deliverables and Due Dates


Deliverables include:


• Provide proof of bonding, licensing, and insurance prior to beginning work.
• Provide CADS if applicable prior to beginning work.
• Quality Assurance Plan is to be provided five (5) days after the kick-off meeting.
• Usage Reports: The Contractor shall provide to the COR or make available monthly usage reports on the 30th of each month. These reports must be in Microsoft Word or "pdf" format and must include an itemized listing of each daily occurrence. The report must also include: A) the number of transactions completed since the last report. The first report will only identify the number of transactions since the machine's inception. B) The number of transactions initiated but not completed. The report must identify the reason for the machine's failure to complete these transactions. For example, the machine failed to complete five transactions due to a) power failure, b) transaction cancelled by user, and/or c) lack of: money, or receipt paper. C) The number of transactions completed to date.


6. Place of Performance


Pickup and delivery will occur in accordance with the attachment B. The IRS will provide the courier with a list of authorized personnel (see Attachment B) to call if a pickup must be rescheduled.



7. Period of Performance


The period of performance will consist of one Base Year and four (4) Option Years (see below).


YEAR PERIOD OF PERFORMANCE


Base Year September 1, 2019 through August 31, 2020
Option Year I September 1, 2020 through August 31, 2021
Option Year II September 1, 2021 through August 31, 2022
Option Year III September 1, 2022 through August 31, 2023
Option Year IV September 1, 2023 through August 31, 2024

8. Federal Holidays


Unless specifically authorized in writing by the Contracting Officer, no services will be provided, and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays or Executive Order (mandated by Congress or the President of the United States) listed below.



New Year's Day Labor Day
Martin Luther King Day Columbus Day
Presidents' Day Veterans' Day
Memorial Day Thanksgiving Day
Independence Day Christmas Day


9. Signature Requirement


Each TAC will maintain and have the courier sign a log indicating the date, time in, time out and the dollar amount of the deposit(s) to indicate receipt of the deposit pickup. If there is no deposit the courier shall still be required to sign in and sign out. The vendor shall furnish the courier log for each TAC. The IRS will provide the courier with a list of authorized personnel to call if pickup must be rescheduled. (To be provided upon Award) The contractor shall ensure the Form 10160-A is signed by the bank vault attendant and shall report to the IRS any banks that do not comply with this requirement.


10. Lateness and No Show


Contractor shall notify the Center and Bank when a pick-up or delivery will be late due to unforeseen events, such as vehicle breakdown, accident or traffic. The notification must state the cause of delay and delivery status.

11. Accident/Theft/Destruction


Courier(s) must notify the Center within one (1) hour of an accident or the theft, loss, or destruction of government property being transported. To ensure this notification can be made promptly, courier vehicles shall contain appropriate Center contact names/phone numbers.


12. Smart Safe Specification


A free-standing unit, secured to the floor, which could be installed in government secure space and would automate the cash-handling process while providing secure out of reach storage. The basic aspects of functionality determined to be essential in order for the safe to meet our business needs include:
• Acceptance of paper money and coins
• Advance credit from Bank of all money and coins
• Provides a receipt for the transaction
• Handicap accessible; ADA compliant
• Uninterruptible power supply which would allow a transaction to be completed in the event of a power outage
• Cellular communication with vendor
• Bulk Note Feeder that will take more than 30 notes at a time and hold more than 2400 bills.


The most required and significant function of the smart safe is its ability to allow TAC employees to deposit their receipts into the safe and receive immediate authentication and verification of cash. The only acceptable method of communication to connect to the bank is Cellular which will avoid any telecommunication issues.


13. Support Services


Needed are installation, configuration of equipment (if necessary), testing, minimal training and maintenance support. The safe must not have any additional capability than what is identified herein and therefore is considered a stand-alone machine. The Contractor must warrant that all hardware and output device manipulation, installation, configuration, testing and maintenance under this acquisition are at the highest level of operation in accordance with the original equipment manufacturer (OEM) and the original software manufacturer (OSM) specifications. The contractor must (1) manage the currency in the safe including tracking, removing, and auditing procedures, (2) add paper (receipt) as needed, (3) maintain and service the safe unit including any associated technical problems. The safe will not dispense currency to users. The entry access point to the secure currency acceptor must be accessible by an authorized representative of the contractor only. IRS employees do not manage any aspect of the smart safe cash. The contractor shall ensure that all installations and maintenance of the safes are completed with minimum disruptions and delays. The contractor shall resolve system malfunctions within 1 business day.


14. Contractor Performance Requirements


The Contractor shall report to the Government's designated representative upon arrival at any location where installation and/or maintenance work is to be performed. The Contractor must perform all on-site work in the presence of a designated on-site IRS liaison.


15. Machine Preventive Maintenance


The Contractor shall perform preventive maintenance (PM) on equipment and software covered under this award based on the frequency and duration identified in the equipment's OEM standards. The contractor shall provide upgrades to equipment and/or software as needed as routine maintenance.


16. Smart Safe Training


The contractor shall provide, at a minimum:
• training on how to operate the machine
• perform very basic, rudimentary maintenance trouble-shooting repairs (such as correcting paper jams) to approximately 6 IRS personnel, if applicable.


IRS anticipates that this training session will last approximately 30 minutes. This training will be provided by the contractor's personnel who deliver the safe to the respective location and at no additional cost.


17. Technical Support


The safes must be operational during core working hours which are from 7:30 am to 5:30 pm in the region where the machine is located Monday through Friday, excluding Federal Holidays. All services provided under this acquisition shall be performed by experienced and qualified personnel who can complete the specified work with minimum delays and interference to Government operations.


The Contractor shall provide the Government with technical support to analyze and resolve safe problems. Technical support will come in the form of telephone assistance and direct personal assistance. Trouble Tickets must be maintained for each technical support occurrence.


18. Telephone Technical Support


The Contractor shall provide a single toll-free number as a central contact point for obtaining assistance in solving safe problems. The IRS representative will report all identified safe problems to the contractor via this number.


19. Direct Physical Technical Support


Where telephone technical support is insufficient to resolve the problem, the contractor shall dispatch a technician to the location of the safe to physically fix the machine's problem. The safe must be operational during core working hours which are from 7:30 am to 5:30 pm in the region where the safe is located Monday through Friday, excluding Federal Holidays,


20. Performance Requirements Matrix


The Government will measure Contractor's performance under this contract using the "Performance Requirements Matrix below. The contractor's requirements are summarized into Performance Objectives that relate directly to mission essential items. The Performance Standards (PS) indicates the ultimate desired outcome for each performance objective. The Acceptable Quality Level (AQL) indicates the maximum allowable variance from the performance standard before the Government imposes a penalty (see below herein, "Performance Requirements Matrix). The Government will use the "Surveillance Method" shown below to determine if contractor has met the Performance Standard.


REQUIRED SERVICE
(Performance Requirements) STANDARD
(Performance Standards) MAXIMUM ALLOWABLE DEGREEE OF DEVIATION REQUIREMENT (AQL) METHOD OF SURVEILLANCE (Quality Assurance) PERCENTAGE REDUCTION IF EXCEED AQL
Daily pick up at TAC No show 0 - No deviation allowable TAC Monitoring 100% of Average Daily Rate (Average Daily rate will be calculated based on the monthly rate divided by 21 days)
Deliver deposit and Form 10160-A to bank vault Same day delivery of deposit and documenting Form 10160 0 - No deviation allowable Daily review of returned Form 10160-A 50% of Average Daily Rate (Average Daily rate will be calculated based on the monthly rate divided by 21 days)
Have Form 10160-A signed, dated and time noted by vault attendant at time of delivery Completed Form 0 - No deviation allowable Daily review of returned Form 10160-A 50% of Average Daily Rate (Average Daily rate will be calculated based on the monthly rate divided by 21 days)
Return Form 10160-A to IRS Next business day 0 - No deviation allowable IRS Records 50% of Average Daily Rate (Average Daily rate will be calculated based on the monthly rate divided by 21 days)
Special Pick-Ups No show 0 - No deviation allowable IRS Records 50% of Special Pick-Up Rate



21. Quality Assurance Plan


Contractor receiving award under this RFP shall establish and deliver electronically a Quality Assurance Plan (QAP) to the COR and Contracting Officer no later than two (2) weeks after contract award. Contractor's QAP shall be a written plan that ensures the Smart Safes service will be provided to the IRS as specified and set forth procedures and responsibilities for controlling, maintaining and providing high quality work to the IRS. This plan shall include, but, not limited to the following:


1) An Inspection Program covering all of the services stated in this PWS. It must specify the areas to be inspected on a scheduled or unscheduled basis and the names, titles and qualifications of the individuals performing inspections and the extent of their authority. Their functional roles shall be depicted in an organizational chart.
2) Methods of identifying deficiencies in the quality of services performed before the level of performance becomes unacceptable and the corrective actions needed to be taken; procedures for notifying the COR when deficiencies are encountered; and descriptions of proposed sampling techniques.
3) Methods of documenting and enforcing quality control operations of both the Contractor's and Subcontractors' (if any) work, including inspection and testing;
4) Copy of format of Contractor's Quality Control Reports; and
5) File of all Quality Control Inspections, inspection results and any corrective action required and/or performed during the life of this contract. This file shall become the property of the IRS and shall be made available to the COR and CO upon request. The file shall be provided to both parties within ten (10) days after completion or termination of the contract.


The COR will accept/reject Contractor's submitted (QAP) after review. Contractor may be required to make revisions.


~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~


SECTION III - CONTRACT TERMS AND CONDITIONS


Clauses Incorporated by Referenced:


52.202-1 Definitions. (NOV 2013)


52.203-3 Gratuities (APR 1984)


52.203-5 Covenant Against Contingent Fees. (MAY 2014)


52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006)


52.203-7 Anti-Kickback Procedures. (MAY 2014)


52.203-12 Limitation on Payments to Influence Certain Federal Transactions. (OCT 2010)


52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (APR 2014)


52.204-7 System for Award Management. (OCT 2018)


52.204-9 Personal Identity Verification of Contractor Personnel Rights. (JAN 2011)


52.204-13 System for Award Management Maintenance. (OCT 2018)


52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014)


52.212-1 Instructions to Offerors - Commercial Items. (OCT 2018)


52.212-4 Contract Terms and Conditions - Commercial Items. (OCT 2018)


52.219-1 Small Business Program Representations (OCT 2014)


52.219-8 Utilization of Small Business Concerns (OCT 2018)


52.219-9 Small Business Subcontracting Plan - Alternate I (NOV 2016)


52.223-10 Waste Reduction Program. (MAY 2011)


52.224-2 Privacy Act. (APR 1984)


52.228-5 Insurance-Work on a Government Installation (JAN 1997)


52.232-1 Payments. (APR 1984)


52.232-18 Availability of Funds. (APR 1984)


52.232-25 Prompt Payment. (JAN 2017)


52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013)


52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013)


52.233-1 Disputes. (MAY 2014)


52.233-2 Service of Protest. (SEPT 2006)


52.233-3 Protest after Award. (AUG 1996)


52.243-1 Changes-Fixed Price- Alternate (AUG 1987)


52.244-6 Subcontracts for Commercial Items. (JAN 2019)


Clauses Incorporated by Full Text:


52.203-2 Certificate of Independent Price Determination (APR 1985)


(a) The offeror certifies that-
(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to-
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory-
(1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; or
(2)
(i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this provision ____________________ [insert full name of person(s) in the offeror's organization responsible for determining the prices offered in this bid or proposal, and the title of his or her position in the offeror's organization];
(ii) As an authorized agent, does certify that the principals named in subdivision (b)(2)(i) of this provision have not participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision; and
(iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this provision.
(c) If the offeror deletes or modifies paragraph (a)(2) of this provision, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.


(End of Provision)


52.209-2 Prohibition on Contracting With Inverted Domestic Corporations-Representation. (NOV 2015)


(a) Definitions. Inverted domestic corporation and subsidiary have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).


(b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.


(c) Representation. The Offeror represents that-


(1) It is, is not an inverted domestic corporation; and


(2) It is, is not a subsidiary of an inverted domestic corporation.
(End of provision)


52.209-5 Certification Regarding Responsibility Matters (OCT 2015)


(a)
(1) The Offeror certifies, to the best of its knowledge and belief, that-
(i) The Offeror and/or any of its Principals-
(A) Are□ are not□ presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(B) Have□ have not□, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation);
(C) Are□ are not□ presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision;
(D) Have□, have not□, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.
(1) Federal taxes are considered delinquent if both of the following criteria apply:
(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(2) Examples.
(i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).
(ii) The Offeror has □ has not □, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.
(2) "Principal," for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.


(End of Provision)


52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (NOV 2015)


(a) Definitions. As used in this clause-


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).


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.


(b) If the contractor reorganizes as an inverted domestic corporation or becomes a subsidiary of an inverted domestic corporation at any time during the period of performance of this contract, the Government may be prohibited from paying for Contractor activities performed after the date when it becomes an inverted domestic corporation or subsidiary. The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.


(c) Exceptions to this prohibition are located at 9.108-2.


(d) In the event the Contractor becomes either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation during contract performance, the Contractor shall give written notice to the Contracting Officer within five business days from the date of the inversion event.


(End of clause)


52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-


(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or


(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.


(b) The Offeror represents that-


(1) It is is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and


(2) It is ___ is not ___ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)



52.212-2 Evaluation - Commercial Items. (OCT 2014)
1. (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:
Factor 1: Technical approach
Subfactors:
a) Ability to meet tasks outlined in the PWS;
b) Geographical area(s) covered/number of serviceable locations;
c) Ability to provide smart safes with coin acceptor that will provide for a "next day credit" for deposits;
d) For locations without smart safes, the ability to pick-up cash deposits from the TACs before close of business day and to comply with same day deposit requirement;
e) Security of services provided;
f) Proper bonding/licensing/insurance;
g) Experience
Factor 2: Past Performance
Factor 3: Price


Technical and past performance, when combined, are significantly more important than cost or price.
2. (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).
3. (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 clause)
52.212-3 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 con

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP