The RFP Database
New business relationships start here

NEC Cellwatch Battery Monitoring System


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

PANMCC-19-P-0000-015300 NEC Cellwatch Battery Monitoring System


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. THIS IS A BRAND NAME ONLY BUY. The solicitation number is PANMCC-19-P-0000-015300. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 effective 05 June 2019 and DFARS Defense Publication Notice 20190628. Fort Carson intends to award a Firm-Fixed-Price Purchase Order for Cell watch Battery Monitoring System, including installation. The North American Industrial Classification System (NAICS) code for this procurement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. This requirement is 100% small business set-aside.


An organized site visit has been scheduled for 17 July 2019 at 1000 a.m. MDT


Participants will meet at


6151 Specker Avenue, Bldg 1550, Fort Carson, CO 80913.


*** If your company would like to attend the site visit, please send your company name and how many individuals will be in attendance NLT 12:00 p.m. MDT on 16 July 2019. ***


This solicitation will end on 12:00 p.m. MDT on 25 July 2019


The Contractor shall propose pricing and delivery dates upon receipt of order for the following Contract Line Item Numbers (CLINS). Pricing shall be FOB destination. Pricing shall include copies of the warranties for each piece of equipment delivered.


Item No.                 Item Description                                            Qty                  Unit


001          Cellwatch Battery Monitoring System. Includes all            1                     EA
                Equipment, Labor, Training, Installation, Warranty
                and Shipping    
                (See Salient Characteristics PDF Document)



Total Price: $    
Delivery Date:         
FOB point: Destination


Additional Contract requirements, terms, and/or conditions:
Provisions by Reference:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-20 Predecessor of Offeror
52.204-22 Alternative Line Item Proposal
52.212-1 Instructions to Offerors--Commercial Items
52.237-1 Site Visit
252.203-7005 Representation Relating to Compensation of Former DoD Officials



Clauses by Reference:


52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-18 Commercial and Government Entity Code Maintenance
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions - Commercial Items
Orders - Commercial Items
52.219-6 Notice of Small Business Set Aside
52.223-6 Drug-Free Workplace
52.232-39 - Unenforceability of Unauthorized Obligations
52.232-40 Providing accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claims
52.247-34 F.o.b. Destination
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dev 2016-O00001)
252.204-7012 - Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.225-7001 Buy American Act and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Item
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea-Basic



PROVISION BY FULL TEXT:


 


52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE


This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): https://www.acquisition.gov



                                 (End of Provision)


52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS


(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



                                  (End of Provision)



52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (MAR 2016)



(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.



(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.



(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.



(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.



(b)



(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509).


(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.



(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).



(v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).



(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).



(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).



(viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).



(ix) 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).



(xi) __X__ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).



___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).



(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)



(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)



(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).



(xv) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) (E.O. 13658).



(xvi) 52.225-26, Contractors Performing Private Security Functions outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).



(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.



                                                 (End of Clause)



52.219-1 Small Business Program Representations (Oct 2014)


(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 concern eligible under the WOSB Program.
"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 the size standard in paragraph (b) of this provision.


"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.


"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 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) The North American Industry Classification System (NAICS) code for this acquisition is- _334515_______.


(2) The small business size standard is _750 employees______.


(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.


(c) Representations. (1) The offeror represents as part of its offer that it □is, □is not a small business concern.


(2) [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.


(3) [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 women-owned small business concern.


(4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer 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)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in 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.


(5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-


(i) It □is, □is not an EDWOSB 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)(5)(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.


(6) [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.


(7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern.


(8) [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 changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and


(ii) It □is, □is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.


(d) Notice.


(1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished.


(2) Under 15 U.S.C.645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-


(i) Be punished by imposition of fine, imprisonment, or both;


(ii) Be subject to administrative remedies, including suspension and debarment; and


(iii) Be ineligible for participation in programs conducted under the authority of the Act.


                                              (End of provision)


 


52.219-28 - Post-Award Small Business Program Rerepresentation



(a) Definitions. As used in this clause--



Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.



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 the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.



(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:



(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.



(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.



(3) For long-term contracts-



(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and



(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.



(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards .



(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.



(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.



(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.



(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:



The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 335311 assigned to contract number TBD.



                                        (End of clause)



52.222-22 Previous Contracts and Compliance Reports (FEB 1999)



The offeror represents that-



It □has, □has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation;
It □has, □has not filed all required compliance reports; and
Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards.



                                   (End of provision)


 


52.252-2 Clauses Incorporated by Reference


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov



                                         (End of clause)


52.252-6 Authorized Deviations in Clauses


(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


                                               (End of clause)


252.232-7006 Wide Area WorkFlow Payment Instructions (DEVIATION 2018-A0001) (DEC 2017)


(a) Definitions. As used in this clause-


(1) "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.


(2) "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).


(3) "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.


(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232- 7003, Electronic Submission of Payment Requests and Receiving Reports (DEVIATION 2018-A000l) (DEC 2017).


(1) The WAWF system shall be used to electronically process vendor payment requests and receiving reports, in accordance with paragraph (c) through (g) of this clause; or


(2) The General Fund Business Enterprise System (GFEBS) Supplier Self-Services (SUS) system shall be used, in accordance with paragraph (h) of this clause, if the Contractor is an authorized participant in the GFEBS SUS invoicing pilot program.


(c) WAWF access. To access WAWF, the Contractor shall-


(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and


(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-bystep procedures for self-registration available at this web site.


(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web-Based Training'' link on the WAWF home page at https://wawf.eb.mil/


(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.


Appendix 1 (Class Deviations) to Annex C (Operations)


(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WA WF for this contract/order:


(1) Document type. The Contractor shall use the following document type(s).


Combo


(2) Inspection/ acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer.


USA Signal Network Enterprise Center- Fort Carson


(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table*

Field Name in WAWF    Data to be entered in WAWF
Pay Official DoDAAC    HQ0678
Issue By DoDAAC    W911RZ
Admin DoDAAC    W911RZ
Inspect by DoDAAC    W5K9BH
Ship to Code    W5K9BH
Ship From Code    N/A
Mark for Code    N/A
Service Approver (DoDAAC)    W5K9BH
Service Acceptor (DoDAAC)    W5K9BH
Accept at Other DoDAAC    N/A
LPO DoDAAC    N/A
DCAA Auditor DoDAAC    N/A
Other DoDAAC (s)    N/A


Appendix 1 (Class Deviations) to Annex C (Operations)

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


(5) WAWF Email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.


Tesia.l.polk.civ@mail.mil


(g) WAWF Point of contact.


(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A


(2) For technical WAWF help, contact the WAWF help desk at 866-618-5988.
(h) GFEBS SUS.


(1) Access. SUS access is obtained by logging into WAWF at https://wawf.eb.mil/ and entering the SUS Pay Official DoDAAC HQ0678 as shown on the signature page of this contract. Contractors authorized to participate in the G FEES SUS pilot program will be seamlessly routed to the SUS vendor portal.


(2) Training. SUS Contractors participating in the GFEBS SUS invoicing pilot program shall be trained by the Army by obtaining training material and guidance at the time of initial contract award.


(3) Payment Instructions. The Contractor will be provided in SUS the purchase order (PO) with the awarded contract information needed for use in submitting receiving report information and payment requests. In the event of a conflict between this contract and the PO displayed in SUS, the contract text takes precedence. The Contractor shall identify all such conflicts to the Contracting Officer promptly in writing upon discovery.


(i) Upon receipt of the award, the Contractor shall log into SUS and verify that the SUS PO matches the awarded document or modification. The Contracting office shall be notified of any corrections needed immediately prior to time of invoice. Failure to notify the Contracting Officer in a timely manner in SUS and to ensure action is taken may result in the Contractor being unable to submit a request for payment. When the obligation data cannot be posted or corrected timely, the Contractor may submit a paper invoice and/or receiving report data to the assigned Government acceptor. This submission will serve as the official start of the Prompt Payment Act period for purposes of timely payment and interest calculation. The acceptor will notify both the Contracting Office and Accounts Payable office. Once the error is resolved, the Contractor can submit an invoice in SUS, which will post in GFEBS. To correctly calculate any due interest, a GFEBS Invoice Processor will manually update the invoice baseline date to the invoice submission date on the paper invoice, and attach it for reference.


(ii) The Contractor shall submit receiving report information as an "Advanced Ship Notice (ASN)" for supplies or a "Confirmation" for services.


(iii) The ASN or Confirmation will be reviewed for acceptance by the designated Contracting Officer's Representative (COR).


(iv) The Contractor shall submit the payment request as an invoice created from the associated ASN or Confirmation.

(4) Manual transmission. In the event submission of receiving report data or an invoice in SUS is unavailable, the Contractor may submit a receiving report using the DD Form 250 or an invoice to the Contract Specialist via facsimile or conventional mail. The number for facsimile transmission is (719) 524-0181 and the address for mail is


Tesia Polk, MICC-Fort Carson, 1676 Evans St, Bldg 1220, Fort Carson, CO 80913 .


(5) Points of contact.


(i) The Contractor may obtain clarification regarding invoicing in SUS from the contracting activity's SUS point of contact.


(ii) For technical SUS help, the GFEBS helpdesk may contacted via e-mail at army.gfebs.helpdesk@mail.mil or by phone at 866-757-9771.

(End of clause)


                          AMC LEVEL PROTEST PROGRAM


                AMC-LEVEL PROTEST PROGRAM (Sep 2011)


If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.


Headquarters U.S. Army Materiel Command
Office of Command Counsel- Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
Packages sent by FedEx or UPS should be addressed to:
Headquarters U.S. Army Materiel Command
Office of Command Counsel- Deputy Command Counsel
4400 Martin Road
Rm: A6SE040.001
Redstone Arsenal, AL 35898-5000
Fax: (256) 450-8840
The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.


                        ACQUIRING ACCESS TO FORT CARSON


Acquiring Access to Fort Carson Installation (One-Time Service/Supply), 13 January 2016, MICC-FC


Effective 1 May 2015, individuals that do not have a Department of Defense (DoD) Identification (ID) Card and require entry on to Fort Carson Installation will be subjected to a National Crime Information Center Check (NCIC Check). The individual must have a valid U.S. or State issued photo ID, or U.S. Passport to show for proof of identity. If the individual is driving a vehicle, it must have a valid driver's license with current registration and insurance for the vehicle being driven on the installation. Everyone in the vehicle will be required to go through this process.


1. If the current contractor has a rapid gate pass, the pass will be recognized until the RAPIDGate program goes away (approximately 31 March 2016) and a NCIC check will not be performed. If the RAPIDGate holder requires re-occurring access after 31 March 2016, they will need to contact the Contracting Officer identified on the contract for additional procedures.



2. If the vendor only requires one-time access, then the vendor is highly encouraged to access the base through Gate 3. Gate 3 will perform the NCIC checks. In order for the NCIC check to be performed at the gate:



a. The individual must have a valid U.S. or State issued photo ID, or U.S. Passport to show for identity proof.



b. If the individual is driving a vehicle, it must have a valid driver's license with current registration and insurance for the vehicle being driven onto the installation.



c. Foreign National Visitors must present their passport or foreign military identification badge. Foreign National Visitors or Contractors/Vendors must be escorted by a DoD ID card holder at all times while on the installation.



3. All identification presented must meet the requirements of the Real ID Act: The REAL ID Act of 2005 establishes minimum standards for the production and issuance of state-issued driver licenses and identification cards which include requirements for a photograph and certain biographic information, such as name, DOB, gender, height, eye color and address. State-issued driver license and identification (ID) cards from states not meeting the standards cannot be used for accessing Federal facilities beginning 10 January 2016, unless the issuing state's compliancy deadline had been extended by the Department of Homeland Security (DHS).


As of 31 December 2015, DHS indicates that Driver Licenses and ID cards from the following states are not compliant with the standards of the REAL ID Act: Illinois, Minnesota, Missouri, New Mexico and Washington. Therefore, individuals presenting driver's licenses or state identification cards from these states will be required to present a second form or identification.


Accepted secondary forms of identification include;


a. U.S. passport or U.S. passport card
b. Permanent Resident Card/Alien Registration Receipt Card (Form I-551)
c. Foreign passport with a temporary (I-551) stamp or temporary (I-551) printed notation on a machine readable immigrant visa
d. Employment authorization document that contains a photograph (Form I-766)
e. In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the person's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitation identified on the form.
f. Current/valid driver's license from a REAL ID Act state or a state with a REAL ID Act extension for implementation
g. Driver's license or ID card issued by federal or local government agencies meeting REAL ID standards with photo, name, date of birth, gender, height, eye color and address
h. School ID card with photograph
i. U.S military or draft record
j. U.S. Coast Guard Merchant Mariner Cards
k. Transportation worker ID card
l. Native American Tribal Document
Twenty-three (23) other states are pursuing compliancy for their programs and have an extended compliancy deadline of 10 October 2016. States such as Alaska, California, New Jersey and South Carolina are included in the extended compliancy deadline list.


All persons requesting unescorted access will continue to be vetted through the NCIC prior to being issued a locally produced ID or pass. If a visitor requesting access does not have REAL ID Act compliant form of identification and cannot provide supplemental identity proofing documents, they must be escorted at all times while one the installation.


The vendor will only be granted access onto Fort Carson Installation if the NCIC III check on the individual shows no disqualifying issues in the check. Gate 3 will allow them to enter the base.


If there are disqualifying issues Gate 3 access control will notify the individual contractor that they are being denied access.


The following information can deny an individual entry onto Fort Carson:
•    The NCIC-III check contains criminal information about the individual that causes the senior commander to determine that the individual presents a potential threat to the good order, discipline, or health and safety of the installation.
•    The installation is unable to verify the individual's claimed identify based on the reasonable belief that the individual has submitted fraudulent information concerning his or her identity in the attempt to gain access.
•    The individual has a current arrest warrant in NCIC, regardless of the offense or violation.
•    The individual is currently barred from entry or access to a Federal installation or facility.
•    The individual has been convicted of crimes encompassing sexual assault, armed robbery, rape, child molestation, production or possession of child pornography, trafficking in humans, drug possession with intent to sell or drug distribution.
•    The individual has a U.S. conviction of espionage, sabotage, treason, terrorism or murder.
•    The individual is a registered sex offender.
•    The individual has been convicted of a felony within the past 10 years, regardless of the offense or violation.
•    The individual has been convicted of a felony firearms or explosives violation.
•    The individual has engaged in acts or activities designed to overthrow the U.S. Government by force.
•    The individual is identified in the Terrorist Screening Data Base (TSDB) as a known to be or suspected of being a terrorist or belonging to an organization with known links to terrorism or support of terrorist activity.


Contractors who are denied access on to Fort Carson shall immediately contact the Contracting Officer identified in the contract. If more than a one day pass is required, contact the Contracting Officer for additional procedures.



                                     ADDENDUM TO 52.212-1
                               INSTRUCTIONS TO OFFERORS


                                INSTRUCTIONS TO OFFERORS


Contractor shall submit their quote on company letterhead by the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, description of service qualifications being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and specifications, any discount terms, cage code, DUNS number, size of business, tax payer ID number, acknowledgement of solicitation Amendments (if any).


The Contractor shall also provide the following items with their quote:


-    Certifications, showing that the installers are a Certified Cellwatch Installer
-    Scope of Work that includes a parts list
-    Design and Implementation plan


Please submit the representation at 52.212-3 with paragraph (b) filled in if you have completed the annual representations and certificates electronically via http://www.acquisition.gov . If you have not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, please complete paragraphs (c) through (o) of the provision 52.212-3. Submit specifications for any "or equal" items proposed. The desired delivery date is 60 days after receipt of order-if such a date cannot be met specify the date that you can meet. Please note that advance payment will not be allowed. Payment will be made after supplies are delivered.


Supplier Self-Service Pilot


(1) This solicitation has been selected for possible inclusion in a pilot to test an alternate approach to electronic invoicing. Participation in this pilot is voluntary. The vendor portal, Supplier Self-Services (SUS), allows contractors to use prepopulated contract data to enter their invoices directly into a web-based user interface for the General Fund Enterprise Business System (GFEBS) in lieu of entering the data into Wide Area WorkFlow (WAWF) and having it interface the data to GFEBS. Access to the web-based user interface vendor portal will be via WAWF log on, which will route the user to GFEBS based on the assigned Pay Office to perform invoicing.


(2) Offerors shall indicate in their offer whether they want to be considered for participation in the pilot. This indication is in no way an evaluation factor for award. Each award resulting from a solicitation containing this provision shall, if the successful offeror has indicated the desire to be included in the pilot, be randomly assigned to either the
pilot group or a control group.


                                             (End of Addendum)


 


                                52.212-2 Evaluation - Commercial Items


(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:


Price
Technical Capability


 


                                              (End of provision)


CLAUSE BY FULL TEXT:


52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS


The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.


(a) Definitions. As used in this provision --


"Economically disadvantaged women-owned small business (EDWOSB) Concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program.


"Forced or indentured child labor" means all work or service-
(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" 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 stock of which 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 its stock is owned by one or more women; or


(2) Whose management and daily business operations are controlled by one or more women.


"Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)", means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States.


(b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.

(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __.

[Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any.

These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]


(c) Offerors must complete the following representations when the resulting contract 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 changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and

(ii) It [ ___ ] is, [ ___ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___ .] Each HUBZone small business concern parti

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP