Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2020 SAM #6813
SOLICITATION NOTICE

53 -- GRIT,NON

Notice Date
7/23/2020 11:11:09 AM
 
Notice Type
Solicitation
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
DLA MARITIME - PEARL HARBOR PEARL HARBOR HI 96860-5033 USA
 
ZIP Code
96860-5033
 
Solicitation Number
SPMYM420Q0136
 
Response Due
7/1/2020 12:00:00 AM
 
Archive Date
07/16/2020
 
Point of Contact
Telephone: 808-473-8000 x6399
 
E-Mail Address
craig.lawson@dla.mil
(craig.lawson@dla.mil)
 
Awardee
null
 
Description
4.0 Quality System Requirements 4.1 The Contractor furnishing items under this contract or purchase order shall provide and maintain a quality system in compliance with MIL-I-45208, ISO 9001:2000 (except as amplified or modified herein), MIL-Q-9858, ISO 9001:94 or ISO 9002:94 i n addition to compliance with the calibration system requirements of MIL-STD-45662 or ISO 10012 or ANSI-Z540.1. The applicable quality system requirements contained in this contract shall be invoked by the prime contractor on all subcontractors providing services or material that will be incorporated into or affect the quality of components and assemblies that require certification. 4.2 Definitions. 4.2.1 Durable tag. A tag and its fastening mechanism which does not rust, fade or deteriorate and remains intact, legible and attached to the product when exposed to water, oil, sunlight and frequent handling. The tag shall be constructed and a ffixed in a manner which does not degrade the product it is attached to. 4.2.2 Functional Mercury. Mercury or mercury compound either (1) required for proper operation of supplies, or (2) if not present would cause supplies to malfunction. 4.2.3 Level I material. Material having minimum contractor certification data reporting requirements for chemical composition, mechanical properties, and traceability. 4.2.4 Material. Without limitation, raw and manufactured material, end items, components, assemblies, sub-components, sub-assemblies, and parts. 4.2.5 Objective Quality Evidence (OQE). The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material su pplied conforms to the specified requirements. 4.2.6 Traceability. A positive means of identifying material to its associated testing OQE. Traceability shall include the manufacturer's commodity or item level identification for the item(s) such as lot codes, heat codes, heat treatment codes , serializations, unique item identifiers, or batch identifications, manufacturer or buyer's part number and dash number, group number (or similar identifier), and item nomenclature. 4.2.7 Traceability Code. A unique code or number marked on the material providing positive identification to the actual chemical, mechanical, and physical properties as identified on the OQE for the specified heat, lot, batch, or form which the material originated. 4.2.8 Verification. An examination performed to determine compliance with a specific requirement. 4.3 The Contractor's quality management system will be evaluated by the Government representative to determine the system's effectiveness in meeting the quality and technical requirements established in the Contract or Purchase Order. The Govern ment will determine the need for a pre-award evaluation, a post-award review, or both, in addition to oversight by the Government representative during production. Exceptions to this policy will be made on a case-by-case basis and identified in the contract or purchase order. Additionally, prior to acceptance, the material supplied under the Contractor's quality management system prepared for delivery and delivered to the Government will be subject to Government test, inspection, and verification. Any such Quality Assurance performed by the Government shall not relieve the Contractor of its responsibility to comply with all contract requirements. 4.4 This contract or purchase order provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer (PCO). Upon recei pt of this contract or order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, no tify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, the Contracting Officer shall be notified immediately. 4.5 If material furnished under this contract fails to meet all contract requirements, the Contractor is responsible in accordance with the inspection, acceptance, and any warranty provisions of the contract for correcting these conditions at no additional cost to the Government, without regard to the extent of testing or inspection required of the Contractor by the contract. 4.6 Contractor Inspection Requirements 4.7 The Contractor shall maintain adequate records of all inspections and tests. The Contractor shall perform the inspections and tests required by the invoked drawings, specifications, and contract requirements. This includes any technical req uirements for the manufacturer's part number specified in the contract and drawing whether or not the test certifications are required to be delivered under the contract. Any Quality Assurance performed by the Government shall not relieve the Co ntractor of its responsibility to perform inspections and tests or to ensure compliance with the contract's requirements. 4.8 The Contractor records shall indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken. Inspection records shall be traceable to the material inspected. All such records shall be made available to the Government upon request. 4.9 The Contractor shall ensure that the Contractor's, subcontractor's, or supplier's gages, measuring, and test equipment are made available for use by the Government representative when required to determine material conformance with Contract r equirements. When the Government determines that conditions warrant it, the Contractor shall ensure that Contractor, subcontractor, or supplier personnel are made available for operation of such devices and for verification of their accuracy and condition. 4.10 All documents and reference data applicable to this contract shall be available for review by the Government representative at the time of any Government inspection and otherwise upon the Government's request. Copies of documents required b y the contract for Government inspection purposes shall be furnished at the time of inspection. 4.11 The Contractor shall inspect material for form, fit, function and interface. Lot acceptance shall be based on zero defects and lot rejection based on one defect. The sample size shall be in accordance with the sampling plan(s) in the appli cable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection shall be per ANSI/ASQ-Z1.4, general inspection level II, s ingle sampling plan for normal inspection. 4.11.1 Provided is an excerpt from ANSI/ASQ-Z1.4 for an AQL of 1.5 Quantity Sample Size 2-90 8 91-280 32 281-500 50 501-1200 80 1201-3200 125 3201-10,000 200 10,001-35,000 315 35,001-150,000 500 150,001-over 800 4.12 Material Inspection and Receiving Report 4.13 On each delivery of supplies or services under this contract, the contractor shall prepare and furnish to the government a material inspection and receiving report in accordance with DFAR Subpart 246.6 ""Material Inspection and Receiving Repo rt"". 4.14 INSPECTION - Government inspection is required prior to shipment from your plant. This contract provides for the performance of Government Quality Assurance at the source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this contract or o rder, the Contractor shall promptly notify the Government representative who normally services its plant so that appropriate planning for Government inspection can be accomplished. If the Contractor does not have an assigned Government represent ative, it shall notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, the Procurement Contracting Officer shall be notified immediately. ""INSPECTION AT SOURCE, ACCEPTANCE AT DESTINATION"" SOURCE INSPECTION DCMA ACCEPTANCE AT DESTINATION Source inspection of supplies furnished will be made by a representative of the DCMA office at the contractor's plant as identified below: PLACE OF INSPECTION: DCMA OFFICE In accordance with FAR 46.201(c), and Military or Standard Specifications referenced in this contract, the Government may conduct material receipt inspection including specialized technical tests. Final acceptance of the supplies shall be made at destination by ___________________ Shipyard. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a) Definitions. As used in this clause-- ""Department of Defense Activity Address Code (DoDAAC)"" is a six position code that uniquely identifies a unit, activity, or organization. ""Document type"" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). ""Local processing office (LPO)"" is the office responsible for payment certification when payment certification is done external to the entitlement system. ""Payment request"" and ""receiving report"" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (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.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step 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 T raining"" 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. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1) Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items-- (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Off icer. ____________________________________________________________ (Contracting Officer: Insert either ""Invoice 2in1"" or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF ""combo"" document type to create some combinations of invoice and receiving report in one step.] (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 WAWFData to be entered in WAWF Pay Official DoDAAC ____Issue By DoDAAC ____Admin DoDAAC^^ ____Inspect By DoDAAC ____Ship To Code ____Ship From Code ____Mark For Code ____Service Approver (DoDAAC) ____Service Acceptor (DoDAAC) ____Ac cept at Other DoDAAC ____LPO DoDAAC ____DCAA Auditor DoDAAC ____Other DoDAAC(s)____ (^Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert ""See Schedule"" or ""Not applicable."") (^^Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, All owable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (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. _________________________________________________________________ (Contracting Officer: Insert applicable information or ""Not applicable."") (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) (a) Definitions. As used in this provision--``Lobbying contact'' has the meaning provided at 2 U.S.C. 1602(8). The terms ``agency,'' ``influencing or attempting to influence,'' ``officer or employee of an agency,'' ``person,'' ``reasonable compen sation,'' and ``regularly employed'' are defined in the FAR clause of this solicitation entitled ``Limitation on Payments to Influence Certain Federal Transactions'' (52.203-12). (b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled ``Limitation on Payments to Influence Certain Federal Transactions'' (52.203-12) are hereby incorporated by reference in this provision. (c) Certification. The offeror, by signing its offer, hereby certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer o r employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with the awarding of this contract. (d) Disclosure. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclo sure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. (End of provision) 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) (a) Definition. As used in this provision-- Internal confidentiality agreement or statement, subcontract, and subcontractor, are defined in the clause at 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (b) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resol utions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal depar tment or agency authorized to receive such information. (c) The prohibition in paragraph (b) of this provision does not contravene requirements applicable to Standard Form 312, (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d) Representation. By submission of its offer, the Offeror represents that it will not require its employees or subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such emp loyees or subcontractors from lawfully reporting waste, fraud, or abuse related to the performance of a Government contract to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive su ch information (e.g., agency Office of the Inspector General). (End of provision) 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998) (a) Definitions. Common parent, as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. Taxpayer Identification Number (TIN), as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number o r an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and im plementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may res ult in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirem ents described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). ___ TIN:.-------------------------------------------------------- ___ TIN has been applied for. ___ TIN is not required because: ___ Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fi scal paying agent in the United States; ___ Offeror is an agency or instrumentality of a foreign government; ___ Offeror is an agency or instrumentality of the Federal Government. (e) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other-------------------------------------------------------- (f) Common parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name------------------------------------------------------------------- TIN-------------------------------------------------------------------- (End of provision) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 327910. (2) The small business size standard is 750. (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. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: ( ) Paragraph (d) applies. ( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless-- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. This provision applies to all solicitations. (iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management. (v) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that-- (A) Are not set aside for small business concerns; (B) Exceed the simplified acquisition threshold; and (C) Are for contracts that will be performed in the United States or its outlying areas. (vi) 52.204-26, Covered Telecommunications Equipment or Services--Representation. This provision applies to all solicitations. (vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation. (viii) 52.209-5, Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations. (x) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned. (xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisiti on of commercial items. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals--Representation. This provision applies to solicitations that include the clause at 52.204-7.) (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies. (D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies. (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification. This provision applies to all solicitations. (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational instituti ons. (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] (i) 52.204-17, Ownership or Control of Offeror. (ii) 52.204-20, Predecessor of Offeror. (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). (vii) 52.227-6, Royalty Information. (A) Basic. (B) Alternate I. (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this sol icitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [ offeror to insert changes, identifying change by clause number, title, date]. 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. ------------------------------------------------------------------------ FAR Clause Title Date Change ------------------------------------------------------------------------ ------ ---------- ------ ------ ------------------------------------------------------------------------ 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 on SAM. (End of provision) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS - ALTERNATE I (JAN 2020) (a)(1) The North American Industry Classification System (NAICS) codes and corresponding size standards for this acquisition are as follows; the categories or portions these NAICS codes are assigned to are specified elsewhere in the solicitation: ------------------------------------------------------------------------ NAICS code Size standard ------------------------------------------------------------------------ _________ _________ _________ _________ ------------------------------------------------------------------------ [Contracting Officer to insert NAICS codes and size standards]. (2) 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 (i.e., nonmanufacturer), is 5 00 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: ( ) Paragraph (d) applies. ( ) Paragraph (d) does not apply and the offeror has complet...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d413b2f64bfe43839609669d15fcb375/view)
 
Record
SN05731648-F 20200725/200723230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.