The RFP Database
New business relationships start here

Brand Name or Equal Artinis Medical Systems Dual Brite 54 Functional Near-Infrared Spectroscopy (fNIRS) and Brand Name or Equal TMSi Mobita 32 Electroencephalography (EEG) and Peripherals


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

COMBINED SYNOPSIS/SOLICITATION INSTRUCTIONS


1. Issue Date: 12 June 2019 2. Close Date: 27 June 2019 10:00 AM EST



3. Contracting Activity: U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 820 Chandler Street, Fort Detrick, MD 21702


4. Requiring Activity: U.S. Army Aeromedical Research Laboratory (USAARL)


5. Subject: Brand Name or Equal Artinis Medical Systems Dual Brite 54 Functional Near-Infrared Spectroscopy (fNIRS) and Brand Name or Equal TMSi Mobita 32 Electroencephalography (EEG) and Peripherals


6. Solicitation Number: W81XWH-19-Q-0138


7. Description of Requirement: The U.S. Army Aeromedical Research Laboratory (USAARL) requires brand name or equal Artinis Medical Systems Dual Brite 54 Functional Near-Infrared Spectroscopy (fNIRS) and associated components and brand name or equal TMSi Mobita 32 Electroencephalography (EEG) and associated components. USAARL requires the brand name or equal TMSi Mobita 32 EEG to be fully integrated with the brand name or equal Dual Brite 54 fNIRS allowing for concurrent fNIRS and EEG data acquisition. The sample rate is 2000 HZ with 32 channels for EEG data acquisition. The Minimum Essential Characteristics (MECs) are included below in Table 1 of this Request for Quote (RFQ). This is a brand name or equal requirement.


7.1. This is a combined synopsis/solicitation issued as a Request for Quote (RFQ) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 be not be issued.


7.2. The Minimum Essential Characteristics (MECs) for the brand name or equal Artinis Medical Systems Dual Brite 54 fNIRS and Brand Name or Equal TMSi Mobita 32 EEG are identified in Attachment A of this RFQ.


7.3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-02; 5 June 2019.


7.4. This acquisition is brand name or equal and is full and open competition. The North American Industry Classification System (NAICS) code is 339112 - Surgical and Medical Instrument Manufacturing with a size standard of 1,000 employees.


7.5. Contract award shall be made on a competitive best value basis using "Lowest Price, Technically Acceptable (LPTA)" source selection procedures in accordance with FAR 15.101-2.


7.6. The Contract Line Item Numbers (CLINs) quantities, units of measure, and description are identified under the Supplies/Services Section of the RFQ.


7.7. Shipping Free On Board (FOB) Destination IAW FAR 52.247-34 to the U.S. Army Aeromedical Research Laboratory (USAARL), BLDG 6901, Ferrell Road, Fort Rucker, AL 36362.


7.8. Offerors responding to this combined synopsis/solicitation shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items with its quote.


8. Point-of-Contact: The point-of-contact for this acquisition is Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil. No telephone calls will be accepted.


9. Instructions for the Preparation and Submission of Quotes:


9.1. Quotes shall be prepared in accordance with this RFQ and FAR provision 52.212-1 Instructions to Offeror-s Commercial Items including the Addendum which is included within this RFQ.


9.2. All quotes shall be evaluated in accordance with the evaluation criteria identified in FAR 52.212-2 Evaluation-Commercial Items included with the attached RFQ.


9.3. The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. Additional contract requirements and terms and conditions are identified in the attached RFQ.


9.4. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders
- Commercial Items, applies to this acquisition. See the clause for additional FAR clauses cited and marked which are applicable to this acquisition.


9.5. The Government reserves the right to reject any or all quotes, and to award no contract at all, depending on the quality of the quote(s) submitted and the availability of funds.


9.6. Questions: Questions shall be submitted via e-mail to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil no later than 19 June 2019 at 10:00 AM EST. Questions received after this date will not be accepted. An Amendment to this RFQ will be posted to FedBizOpps (FBO) with responses to the questions received. Only one set of questions per Contractor will be accepted. No telephone calls will be accepted.


9.7. Quotes: Quotes in response to this RFQ are due via e-mail no later than 27 June 2019 at 10:00 AM EST to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil.


9.8. The Offeror shall agree to honor proposed prices for 60 calendar days from the due date for receipt of quotes.


 


 



Section SF 1449 - CONTINUATION SHEET

MECS
Attachment A
Brand Name or Equal Cortech Solutions, Inc.
Dual Brite 54 Functional Near-Infrared Spectroscopy (fNIRS)
MSi Mobita 32 Electroencephalogram (EEG) Integrated System


Minimum Essential Characteristics (MECs)
1. The Functional Near-Infrared Spectroscopy (fNIRS) system must meet the specifications listed in each individual item on the purchase sheet, and meet the following salient characteristics:


2. Functional Near-Infrared Spectroscopy (fNIRS) system
a. Must be capable of near whole head coverage with variable configurations of optodes
b. Must have high volume of channels equaling 54 or higher, and consisting of 20 transmitting optodes and 16 receiving optodes
c. Must have nominal frequencies of transmitting optodes to be 760 and 850 nm
d. Sampling rate must be 50 Hz or higher for all channels employed
e. Must be able to integrate 9 axis orientation sensor within main unit
f. Must be wireless or Bluetooth capable for portability and online data acquisition
g. Must have capability for offline wire-free data acquisition and data storage
h. Must offer 16 bit data resolution
i. Device must be able to be powered by battery for portability and wire-free operations
j. Package needs to include laptop with all software needed for data acquisition and data analysis of fNIRS EEG data with appropriate licenses such as OxySoft for NIRS and EMSE for EEG.
k. Package must include a travel-proof case for the equipment
l. Package must include headcaps of multiple sizes capable of being configured with fNIRS optodes and EEG electrodes. Prefer 2 of each, Adult small, medium, large, and extra-large with chin straps and 2 plastic head-cap stands for drying and storing electrode caps


3. Electroencephalogram (EEG) integrated system with fNIRS
a. Must have 32 channel or greater capability
b. Must be capable of wireless real-time data collection with wireless connection to a laptop
c. Must offer active shielding on electrode cabling
d. DC recording possible, 24 bit data resolution, and noise < 0.4 µVrms (0,1 ... 10 Hz)
e. Must be capable of collecting and storing > 6 hours of offline data
f. Must be capable of variable sampling frequencies as high as 2000 Hz and as low as 500 Hz
g. Must be fully integrated with fNIRS system to allow for concurrent fNIRS and EEG data acquisition
h. Must be powered by rechargeable battery


4. Other package requirements
a. Package must contain a wireless system to generate an event signal which precisely marks the data for syncing fNIRS and EEG data as well as task related events capable of sending two distinct event signals (for example a high and low signal).
b. Package software must offer Lab Streaming Layer support for the transmission of physiologic data and TTL triggers. Also must offer MatLab FieldTrip plug in for real-time streaming of data.
c. Package must contain means of acquiring x, y, z coordinates of optodes/electrodes
d. Package must come with all necessary consumables and products (e.g., electrode gel, tape, electrodes, cleaning supplies, syringes, tape) for 100 participants
e. Delivery of equipment must be accompanied by on-site installation, orientation, and training for the equipment.




CONTRACT ADMINISTRATION
****The following will be filled in at time of award. ****


Contact/Invoicing Information for Award:
Contracting Officer (KO)
(Authorized official to bind the Government in Contracts)
U.S. Army Medical Research Acquisition Activity (USAMRAA)
ATTN: MCMR-AAA-MA
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone: / Email:


Contract Administrative Information Contact (AIC):
Ms. Shylonda Minter
Contract Specialist
U.S. Army Medical Research Acquisition Activity (USAMRAA)
820 Chandler Street
Fort Detrick, MD 21702-5014
Phone: / Email: shylonda.y.minter.civ@mail.mil


Administrative Information Contact for Receiving Reports:
(Government customer receiving supplies/services)
Attn:
Phone: / Email:


Technical Information Contact (TIC):
Attn:
Phone: / Email:


Vendor Information Contact (VIC):
Attn:
Phone: / Fax: / Email:



Delivery Instructions:
Vendor is to ensure that is on all shipping containers/packages is labeled with W81XWH-xx-xxxx


Invoicing Questions:
Questions regarding payment should be directed to INDY DFAS, 1-888-332-7366 (Option 2) OR 1-317-510-0300 (Option 2). Email: DFAS-IN.97.VPIS@DFAS.MIL


All questions with pertaining to imputing an invoice into the Wide Area Workflow (WAWF) should be directed to the WAWF Help Desk @ 1-866-618-5988.


Websites available for your use:
1) https://myinvoice.csd.disa.mil, self-register to obtain an account to view vendor invoices.
2) https://wawf.eb.mil - self register to obtain access to electronic invoicing or training - https://wawf.training.eb.mil
***NOTE - please see DFARS 252.232-7003 for electronic submission of payment request


The Contractor shall immediately notify the Contracting Officer for clarification when a question arises regarding the authority of any person to act for the Contracting Officer under this contract.


 
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE     AMOUNT
0001                                          1             ea           $


Functional Near-Infrared Spectroscopy
FFP
The Contractor shall provide Brand Name or Equal Artinis Medical Systems Dual Brite 54 Package Functional Near-Infrared Spectroscopy (fNIRS) in accordance with the Minimum Essential Characteristics (MECs) with preference given to amount of cortical surface coverage. System must include 20 or greater transmitting optodes and 16 or greater detectors, along with 8 or greater short channel detectors.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002                                           6        Each     $               $
Headcap
FFP
The Contractor shall provide headcaps in accordance with the MECs. The Headcap must have the capability to be configured with fNIRS optodes and electroencephalography (EEG) electrodes. Require the following sizes:


1. Two (2) Small
2. Two (2) Medium
3. Two (2) Large
4. One (1) Extra-Large


FOB: Destination
PSC CD: 6515


NET AMT $ 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003                                        216        Each   $               $
TMSi Mobita 32 Channel EEG
FFP
The Contractor shall provide Brand Name or Equal TMSi Mobita 32 Channel Electroencephalography (EEG) Package in accordance with the MECs. The system must integrate with the fNIRS in a single headcap.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004                                         1          Each     $              $
Oxymon Ring Electrode Holders
FFP
The Contractor shall provide Brand Name or Equal TMSi Oxymon Ring Electrode Holders in accordance with the MECs.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005                                       192        Each    $               $
Portasync System
FFP
The Contractor shall provide a Portasync System or equivalent capability to synchronize the data from multiple sources and to add event markers in the data in accordance with the MECs.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0006                                         1          Each    $               $
3D Digitizer System and Stylus
FFP
The Contractor shall provide Brand Name or Equal Polhemus Patriot 3D Digitizer System and Stylus in accordance with the MECs.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0007                                          1         Each    $              $
Software Tools
FFP
The Contractor shall a complete software package for analyzing fNRIS and EEG data loaded onto a laptop in accordance with the MECs.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0008                                           1        Each     $             $
fNIRS/EEG Consumables Start Kit
FFP
The Contractor shall provide EEG Consumables Start Kit in accordance with the MECs. The EEG Consumables Start Kit must include electrode gel, surgical tape, electrodes, cleaning supplies, and 12cc irrigation syringes for 100 participants.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0009                                          1         Each       $           $
Six (6) Inch Velcro Cable Strap
FFP
The Contractor shall provide six (6) inch Velcro Cable Strap, 12 pack
FOB: Destination
PSC CD: 6515


 NET AMT  $


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0010                                           1        Each       $           $
White Polyethylene Container
FFP
The Contractor shall provide four (4) quart White Polyethylene Container for cleaning of fNIRS/EEG system components.
FOB: Destination
PSC CD: 6515

NET AMT $ 


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0011                                         1         Each      $              $
Hydrogen Peroxide Disinfectant Spray
FFP
The Contractor shall provide Hydrogen Peroxide Disinfect Spray, 32 ounce.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0012                                           1          Each     $             $
Vinyl Measuring Tape    
FFP
The Contractor shall provide five (5) foot Vinyl Measuring Tape to measure front of head to back of head and circumference of head from ear to ear.
FOB: Destination
PSC CD: 6515

NET AMT $


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0013                                          1          Each     $             $
Plastic Head Cap Stand
FFP
The Contractor shall provide Plastic Head Cap Stand for the drying and storage of electrode caps.
FOB: Destination
PSC CD: 6515


NET AMT $


 ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0014                                            1       Each       $            $
Double Sided Adhesive Rings
FFP
The Contractor shall provide Double Sided Adhesive Rings, 100 each, 4 mm id x 19 mm od.
FOB: Destination
PSC CD: 6515


NET AMT $



ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0015                                         1          Each       $            $
OEM Warranty Extension
FFP
The Contractor shall provide Five (5) Year Original Equipment Manufacturer (OEM) Warranty Extension for fNIRS and EEG systems.
FOB: Destination
PSC CD: 6515


NET AMT $


ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0016                                         1          Each       $            $
On-Site Installation and Training
FFP
The Contractor shall provide the following On-Site Installation and Training:


a. One (1) day, eight (8) hours of on-site installation and training of the fNIRS/EEG system. Complete installation of the systems is required and training on how the fNIRS/EEG system is applied to participants.
b. One (1) day, eight (8) hours of on-site training on the use of the fNIRS/EEG to collect data and analyze the data. The Contractor is required to provide step-by-step instructions on how to operate the fNIRS/EEG system with the end result of collecting and analyzing the data from the start of test to end of data analysis.


FOB: Destination
PSC CD: 6515


NET AMT $


 
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0017                                           1          Each       $           $
Shipping/Handling
FFP
Shipping/Handling
FOB: Destination
PSC CD: 6515

NET AMT $


 INSPECTION AND ACCEPTANCE TERMS


Supplies/services will be inspected/accepted at:


CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY
0001 N/A N/A N/A Government
0002 N/A N/A N/A Government
0003 N/A N/A N/A Government
0004 N/A N/A N/A Government
0005 N/A N/A N/A Government
0006 N/A N/A N/A Government
0007 N/A N/A N/A Government
0008 N/A N/A N/A Government
0009 N/A N/A N/A Government
0010 N/A N/A N/A Government
0011 N/A N/A N/A Government
0012 N/A N/A N/A Government
0013 N/A N/A N/A Government
0014 N/A N/A N/A Government
0015 N/A N/A N/A Government
0016 N/A N/A N/A Government
0017 N/A N/A N/A Government



DELIVERY INFORMATION


CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC / CAGE

0001 N/A N/A N/A N/A

0002 N/A N/A N/A N/A

0003 N/A N/A N/A N/A

0004 N/A N/A N/A N/A

0005 N/A N/A N/A N/A

0006 N/A N/A N/A N/A

0007 N/A N/A N/A N/A

0008 N/A N/A N/A N/A

0009 N/A N/A N/A N/A

0010 N/A N/A N/A N/A

0011 N/A N/A N/A N/A

0012 N/A N/A N/A N/A

0013 N/A N/A N/A N/A

0014 N/A N/A N/A N/A

0015 N/A N/A N/A N/A

0016 N/A N/A N/A N/A

0017 N/A N/A N/A N/A


CLAUSES INCORPORATED BY REFERENCE


52.204-7 System for Award Management OCT 2018
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2018
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-17 Ownership or Control of Offeror JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.204-20 Predecessor of Offeror JUL 2016
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
52.222-22 Previous Contracts And Compliance Reports FEB 1999
52.222-25 Affirmative Action Compliance APR 1984
52.232-1 Payments APR 1984
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.242-15 Stop-Work Order AUG 1989
52.243-1 Changes--Fixed Price AUG 1987
52.246-16 Responsibility For Supplies APR 1984
52.246-17 Warranty Of Supplies Of A Noncomplex Nature JUN 2003
52.247-34 F.O.B. Destination NOV 1991
52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7006 Billing Instructions OCT 2005
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017
252.225-7035 Buy American--Free Trade Agreement--Balance Of Payments Program Certificate--Basic NOV 2014
252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic DEC 2017
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea FEB 2019


CLAUSES INCORPORATED BY FULL TEXT


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)



52.209-11 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)



52.211-6 BRAND NAME OR EQUAL (AUG 1999)


(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.


(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must--


(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;


(2) Clearly identify the item by--


(i) Brand name, if any; and


(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and


(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.


(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.


(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.


(End of provision)



52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (OCT 2018)


**INCLUDES ADDENDUM, STARTING AT SECTION "M" BELOW**


(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.


(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show--


(1) The solicitation number;


(2) The time specified in the solicitation for receipt of offers;


(3) The name, address, and telephone number of the offeror;


(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;


(5) Terms of any express warranty;


(6) Price and any discount terms;


(7) "Remit to" address, if different than mailing address;


(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);


(9) Acknowledgment of Solicitation Amendments;


(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and


(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.


(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing.


(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately.


(f) Late submissions, modifications, revisions, and withdrawals of offers:


(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.


(2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--


(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or


(B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or


(C) If this solicitation is a request for proposals, it was the only proposal received.


(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted.


(3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel.


(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.


(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.


(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.


(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer.


(i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC
20407, Telephone (202) 619-8925, Facsimile (202) 619-8978.


(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.


(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:


(i) ASSIST (https://assist.dla.mil/online/start/).


(ii) Quick Search (http://quicksearch.dla.mil/).


(iii) ASSISTdocs.com (http://assistdocs.com).


(3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by--


(i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);


(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or


(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.


(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.


(j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ``Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror
does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier.


(k) Reserved.


(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:


(1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer.


(2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror.


(3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.


(4) A summary of the rationale for award;


(5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.


(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency.


 (a) ADDENDUM


M.1. Price Quote Instructions: The Offeror shall provide a total price for each Contract Line Item Number (CLIN). The Government anticipates award of a Firm-Fixed Price (FFP) contract and the Offeror shall propose a FFP pricing on all CLIN items.


M.2. Minimum Essential Characteristics (MECs): In accordance with FAR 11.104(a) and (b), this acquisition requires brand name or equal Artinis Medical Systems Dual Brite 54 fNIRS and Brand Name or Equal TMSi Mobita 32 EEG. . The MECs are identified in Attachment A of this RFQ.


M.3. The Offeror's quote shall include the make and model of the equipment/products, manufacturer sales literature or other product literature which clearly documents the offered brand name or equal equipment/product(s) that meet or exceed the MEC's identified in Attachment A of this RFQ.


M.4. The equipment/product offered must be new. Offerors offering used or remanufactured equipment/products shall be rated "Unacceptable".


M.5. Shipping shall be Free On Board (FOB) Destination IAW FAR 52.247-34. The shipping location is to U.S. Army Aeromedical Research Laboratory (USAARL), BLDG 6901, Ferrell Road, Fort Rucker, AL 36362.


M.6. Offerors are encouraged to offer the Government discounts where appropriate.


M.7. All warranty and services associated with the equipment/products shall be in accordance with the Original Equipment Manufacturer (OEM) terms and conditions.


M.8. Questions: All questions pertaining to the RFQ shall be submitted via e-mail to, Contract Specialist, no later than 19 June 2019 at 10:00 AM EST. The subject header of the e-mail submission of questions shall be: USAARL fNIRS and MOBITA 32 and RFQ # W81XWH-19-Q-0138. Questions received after this date will not be accepted.


M.9. RFQ Due Date: Response to this RFQ is due via e-mail no later than 27 June 2019 at 10:00 AM EST via e-mail to Ms. Shylonda Minter, Contract Specialist, shylonda.y.minter.civ@mail.mil . No telephone calls will be accepted.


M.10. Required Delivery Date (RDD): 30 days after contract award.
M.11. Other Administrative Instructions: System for Award Management (SAM). Contractors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov; provide DUNS number; Cage Code and TIN.
(End of provision)



52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


Factor 1 - Technical Capability/Specifications
Factor 2 - Price


(b) Basis for Award: Award of the contract shall be made on a competitive best value basis using Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2. Evaluation will be made to identify all Offerors whose proposals are technically acceptable in accordance with this RFQ and the evaluation criteria set forth below. Award will be made to the Offeror from the pool of technically acceptable proposals, whose price is the lowest. The Offerors' proposals will be evaluated to ensure the Government receives a technically acceptable proposal at a fair and reasonable price. Technical acceptability will be determined by evaluating the following non-price factor:


Factor 1 - Technical Capability/Specifications


The Government evaluators will not assume the Offeror possesses the required brand name or equal Atlantic Peptides unless specified in the proposal.


After the above non-price factor is rated individually, an overall rating will be assigned collectively to the factor. If the above non-price evaluation factor receives an individual rating of "Unacceptable", the collective overall rating will also be "Unacceptable". Only proposals receiving an overall rating of "Acceptable" will be considered for award.


The Government intends to evaluate and award without discussions; however, the Government reserves the right to conduct discussions. If discussions are required, they will be conducted with Offerors IAW FAR15.306.


(c) Evaluation Criteria: The Offeror's quote for this requirement will be evaluated using the following criteria. An evaluation for technical acceptability will be made to ensure satisfactory responsiveness to the requirements set for in this RFQ. The non-price factor will be rated "Acceptable" or "Unacceptable" using the following rating standards:


Rating Description
Acceptable Proposal clearly meets the minimum requirements of the solicitation (RFQ)
Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation (RFQ)


Factor 1. Technical Capability/Specification: The Offeror's quote shall be evaluated to the degree to which the Offeror demonstrates (1) an understanding of the requirement; (2) the Offeror is capable of providing the required brand name or equal equipment/products that meet the salient characteristics described in the MECs. All quotations submitted with "equal" products shall provide a matrix which correlates to the MECs.


Factor 2. Price: The Offeror's proposed price shall be evaluated separately from the non-price evaluation factor. Price quote evaluation is to determine whether the Offeror's proposed price is fair and reasonable in accordance with FAR 13.106-3. Price analysis will be used to determine the total evaluated price to support the selection of the lowest priced, technically acceptable Offeror.


(d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)



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-
(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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP