Sweeper Repair

expired opportunity(Expired)
From: Federal Government(Federal)
W912JV-19-Q-5017

Basic Details

started - 12 Aug, 2019 (about 4 years ago)

Start Date

12 Aug, 2019 (about 4 years ago)
due - 23 Aug, 2019 (about 4 years ago)

Due Date

23 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912JV-19-Q-5017

Identifier

W912JV-19-Q-5017
Department of the Army

Customer / Agency

DEPT OF DEFENSE (706928)DEPT OF THE ARMY (132826)NGB (17469)W7NW USPFO ACTIVITY OR ARNG (296)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ). Quotes are due as soon as possible, but before August 23th, 11:00 a.m. (PST). The RFQ will result in a firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code for this acquisitionis 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the Small Business size standard is $7.5 Million Dollars. Please review the attached:Attachment 1 – Description of
Requirement Attachment 2 – Intent to Sole Source Justification*CLIN 0001*I. Sweeper detailsa. Make: Elgin Sweeper Companyb. Model: Crosswind Series J (Serial #J1054D, Date of Manufacturer 06/07/03)c. VIN: 1FVABTAK94HM17363d. 2003 Freightliner Cab/ChassisElgin SweeperII. Work required:a. Remove and replace the pick-up head assembly (p/n ELG 1065674)b. Replace the drag shoes on both sides (p/n ELG 1054641 & ELG 1054640)c. Replace both the suction and pressure hoses (p/n ELG 1059493 & ELG 1059362)d. Replace both water pumps (p/n ELG 1101599 qty. 2)e. Replace the water filter assembly (p/n ELG 1025992 & ELG 1025993)*CLIN 0002* I. CMRA Contractor Manpower Reporting Application(CMRA):1. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the National Guard Bureau via a secure data collection site.2. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/.Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013.Contractors may direct questions to the help desk at http://www.ecmra.mil3. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all information, which includes:- Contracting Office, Contracting Officer, Contracting Officer's Technical Representative;- Contract number, including task and delivery order number;- Beginning and ending dates covered by reporting period;- Contractor name, address, phone number, e-mail address, identity of contractor- Employee entering data;- Estimated direct labor hours (including sub-contractor);- Estimated direct labor dollars paid this reporting period (including sub-contractor);- Total payments (including subcontractor);- Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);- Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)- Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website);- Presence of deployment or contingency contract language;- Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending February 30 of each government fiscal year and must be reported by 31 October of each calendar year.PROVISIONS AND CLAUSESClauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov and Wide Area Work Flow (WAWF) for electronic invoicing at https://wawf.eb.mil FAR 52.203-18, Prohibition on Requiring Certain Internal Confidentiality Agreements or StatementsFAR 52.204-7, System for Award Management RegistrationFAR 52.204-16, Commercial and Government Entity Code ReportingFAR 52.204-17, Ownership of Control of OfferorFAR 52.204-22, Alternative Line Item ProposalFAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-2, Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://www.sam.govFAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.233-3, Protest After AwardFAR 52.252-2, Clauses Incorporated by Reference – SEE https://www.acquisition.gov/browse/index/far  DFARS 252.201-7000, Contracting Officer’s RepresentativeDFARS 252.203-7005, Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information ControlsDFARS 252.204-7011, Alternative Line Item StructureDFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal LawDFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items  DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial ItemsDFARS 252.215-7008, Only One OfferDFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous MaterialsDFARS 252.225-7001, Buy American Act and Balance of Payments ProgramDFARS 252.225-7031, Secondary Arab Boycott of IsraelDFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)DFARS 252.232-7006, Wide Area Workflow Payment InstructionsDFARS 252.232-7010, Levies on Contract PaymentsDFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor PersonnelDFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III52.212-1 Instructions to Offerors-Commercial Items.As prescribed in 12.301(b)(1), insert the following provision:Instructions to Offerors-Commercial Items (Oct 2018)1. (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.2. (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—a. (1) The solicitation number;b. (2) The time specified in the solicitation for receipt of offers;c. (3) The name, address, and telephone number of the offeror;d. (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;e. (5) Terms of any express warranty;f. (6) Price and any discount terms;g. (7) “Remit to” address, if different than mailing address;h. (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);i. (9) Acknowledgment of Solicitation Amendments;j. (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); andk. (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.3. (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.4. (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.5. (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.6. (f) Late submissions, modifications, revisions, and withdrawals of offers.a. (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.b. (2) i. (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-1. (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; or2. (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; or3. (C) If this solicitation is a request for proposals, it was the only proposal received.ii. (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.c. (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.d. (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.e. (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.7. (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.8. (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.9. (i) Availability of requirements documents cited in the solicitation.a. (1) i. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part101-29, 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 SectionSuite 8100 470 East L’Enfant Plaza, SWWashington, DC 20407Telephone (202) 619-8925Facsimile (202) 619-8978.ii. (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.b. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:i. (i) ASSIST ( https://assist.dla.mil/online/start/).ii. (ii) Quick Search ( http://quicksearch.dla.mil/).iii. (iii) ASSISTdocs.com (http://assistdocs.com).c. (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-i. (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);ii. (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; oriii. (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.d. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.10. (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.11. (k) [Reserved]12. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable:a. (1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.b. (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.c. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection.d. (4) A summary of the rationale for award;e. (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.f. (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.(End of provision)FAR 52.212-2, Evaluation-Commercial Items Evaluation.  52.212-2 Evaluation-Commercial Items.As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:EVALUATION-COMMERCIAL ITEMS (OCT 2014)1. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:________________________________________________ ________________________________________________ ________________________________________________[Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.]Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.]2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).3. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)52.212-3 Offeror Representations and Certifications-Commercial Items.As prescribed in 12.301(b)(2), insert the following provision: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”—     “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 veteransor, 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 with13 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 at13 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 CFR124.104(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 small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part127), 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.     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 least51 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.      (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 CFR124.1002.           (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 participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation.      (d) Representations required to implement provisions of Executive Order11246-(1) Previous contracts and compliance. The offeror represents that-                (i) It □ has, □ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and                (ii) It □ has, □ has not filed all required compliance reports.           (2) Affirmative Action Compliance. The offeror represents that-                (i) It □ has developed and has on file, □ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or                (ii) It □ has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.      (e) Certification Regarding Payments to Influence Federal Transactions (31 http://uscode.house.gov/ U.S.C. 1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror 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 or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. 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, Disclosure 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.      (f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American-Supplies, is included in this solicitation.)           (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products,i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.” The terms “commercially available off-the-shelf (COTS) item” “component,” “domestic end product,” “end product,” “foreign end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American-Supplies.”           (2) Foreign End Products:Line Item No. Country of Origin______________ _______________________________ _______________________________ _________________          [List as necessary]           (3) The Government will evaluate offers in accordance with the policies and procedures of FAR part  25.      (g) (1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.)                (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms “Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product,” “commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements–Israeli Trade Act.”                (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act”:               Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:Line Item No. Country of Origin______________ _______________________________ _______________________________ _________________               [List as necessary]                (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act.” The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of “domestic end product.”               Other Foreign End Products:Line Item No. Country of Origin______________ _______________________________ _______________________________ _________________               [List as necessary]                (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR part  25.           (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:          (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act”:          Canadian End Products:Line Item No._____________________________________________________________________________________________________________________          [List as necessary]           (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:          (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act”:          Canadian or Israeli End Products:Line Item No. Country of Origin______________ _______________________________ _______________________________ _________________          [List as necessary]           (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision:          (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled “Buy American-Free Trade Agreements-Israeli Trade Act”:          Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products:Line Item No. Country of Origin______________ _______________________________ _______________________________ _________________          [List as necessary]           (5) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.)                (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled “Trade Agreements.”                (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products.               Other End Products:Line Item No. Country of Origin_______________ _________________________________ _________________________________ __________________               [List as necessary]                (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR part  25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American statute. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation.      (h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and belief, that the offeror and/or any of its principals–           (1) □ Are, □ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;           (2) □ Have, □ have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property;           (3) □ Are, □ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and           (4) □ Have, □ have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.                (i) Taxes are considered delinquent if both of the following criteria apply:                     (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.                     (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.                (ii) Examples.(A) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.                     (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.                     (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.                     (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).      (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).]            (1) Listed end products. Listed End Product Listed Countries of Origin___________________ ______________________________________ ___________________           (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]                 (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product.                (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.      (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-           (1) □ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or           (2) □ Outside the United States.      (k) Certificates regarding exemptions from the application of the Service Contract Labor Standards (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]           (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror □ does □ does not certify that–                (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract) in substantial quantities to the general public in the course of normal business operations;                (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and                (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers.           (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror □ does □ does not certify that-                (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations;                (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii));                (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and                (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers.           (3) If paragraph (k)(1) or (k)(2) of this clause applies–                (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and                (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause.      (l) Taxpayer Identification Number (TIN) ( 26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to the SAM to be eligible for award.)           (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) 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 implementing regulations issued by the Internal Revenue Service (IRS).           (2) 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 requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror’s TIN.           (3) 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 fiscal 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.           (4) 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 CFR1.6049-4;               Other ________________________________.           (5) Common parent.               Offeror is not owned or controlled by a common parent;               Name and TIN of common parent:     Name ________________________________.     TIN _________________________________.      (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan.      (n) Prohibition on Contracting with Inverted Domestic Corporations.(1) 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.           (2) Representation. The Offeror represents that–                (i) It □is, □ is not an inverted domestic corporation; and                (ii) It □is, □is not a subsidiary of an inverted domestic corporation.      (o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran.(1) The offeror shall e-mail questions concerning sensitive technology to the Department of State at CISADA106@state.gov.           (2) Representation and Certifications. Unless a waiver is granted or an exception applies as provided in paragraph (o)(3) of this provision, by submission of its offer, the offeror-                (i) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran;                (ii) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act; and                (iii) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran’s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (et seq.) (see OFAC’s Specially Designated Nationals and Blocked Persons List at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).           (3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-                (i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency provision); and                (ii) The offeror has certified that all the offered products to be supplied are designated country end products.      (p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in SAM or a requirement to have a unique entity identifier in the solicitation).           (1) The Offeror represents that it □ has or □ does not have an immediate owner. If the Offeror has more than one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable, paragraph (3) of this provision for each participant in the joint venture.           (2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:          Immediate owner CAGE code: ____________________.          Immediate owner legal name: _____________________.          (Do not use a “doing business as” name)          Is the immediate owner owned or controlled by another entity: □ Yes or □ No.           (3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is owned or controlled by another entity, then enter the following information:          Highest-level owner CAGE code: __________________.          Highest-level owner legal name: ___________________.          (Do not use a “doing business as” name)      (q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.            (1) 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–                (i) 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                (ii) 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.           (2) The Offeror represents that–                (i) 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                (ii) It is □ is not □a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.      (r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and Government Entity Code Reporting.)           (1) The Offeror represents that it □ is or □ is not a successor to a predecessor that held a Federal contract or grant within the last three years.           (2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order):               Predecessor CAGE code: (or mark “Unknown”).               Predecessor legal name: .               (Do not use a “doing business as” name).      (s) [Reserved].      (t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require offerors to register in SAM (12.301(d)(1)).           (1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal contract awards in the prior Federal fiscal year.           (2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)].(i) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose greenhouse gas emissions, i.e., makes available on a publicly accessible website the results of a greenhouse gas inventory, performed in accordance with an accounting standard with publicly available and consistently applied criteria, such as the Greenhouse Gas Protocol Corporate Standard.                (ii) The Offeror (itself or through its immediate owner or highest-level owner) □does, □does not publicly disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible website a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage.                (iii) A publicly accessible website includes the Offeror's own website or a recognized, third-party greenhouse gas emissions reporting program.           (3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are reported:_________________.      (u) (1) 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 resolutions), Government agencies are not permitted to use appropriated (or otherwise made available) funds 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 department or agency authorized to receive such information.           (2) The prohibition in paragraph (u)(1) 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.           (3) 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 employees 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 such information (e.g., agency Office of the Inspector General).(End of Provision)52.212-3 Alternate I (Oct2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision:(11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.)____ Black American.____ Hispanic American.____ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).____ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru).____ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).____ Individual/concern, other than one of the preceding.252.225-7000  Buy American--Balance of Payments Program Certificate. Basic.  As prescribed in 225.1101(1) and (1)(i), use the following provision:  BUY AMERICAN—BALANCE OF PAYMENTS PROGRAM CERTIFICATE—BASIC (NOV 2014)  (a)  Definitions. “Commercially available off-the-shelf (COTS) item,” “component,” “domestic end product,” “foreign end product,” “qualifying country,” “qualifying country end product,” and “United States,” as used in this provision, have the meanings given in the Buy American and Balance of Payments Program—Basic clause of this solicitation.  (b)  Evaluation.  The Government— (1)  Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2)  Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c)  Certifications and identification of country of origin. (1)  For all line items subject to the Buy American and Balance of Payments Program—Basic clause of this solicitation, the offeror certifies that— (i)  Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii)  For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2)  The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin         (3)  The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of “domestic end product”: Line Item Number Country of Origin (If known)         (End of provision)- Interested vendors are to provide their size standards, CAGE code, DUNS #, and tax identification. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award.  The NAICS number must be listed on firm’s in Certs & Reps SAM profile. Quotes are required to be submitted via E-mail no later than 23 August 2019, 11:00 AM PST. Offerors can submit their quote any time before the due date to: SSgt Rafael Martinez at rafael.e.martinezrodriguez.mil@mail.mil, please verify receipt of your quote.WAGE DETERMINATIONWD 15-5563 (Rev.-7) was first posted on www.wdol.gov on 01/01/2019************************************************************************************REGISTER OF WAGE DETERMINATIONS UNDER  |        U.S. DEPARTMENT OF LABOR       THE SERVICE CONTRACT ACT        |  EMPLOYMENT STANDARDS ADMINISTRATIONBy direction of the Secretary of Labor |         WAGE AND HOUR DIVISION                                       |         WASHINGTON D.C.  20210                                       |                                       |                                       |                                       | Wage Determination No.: 2015-5563Daniel W. Simms          Division of   |           Revision No.: 7Director            Wage Determinations|       Date Of Revision: 12/26/2018_______________________________________|____________________________________________Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 forcalendar year 2019 applies to all contracts subject to the Service ContractAct for which the contract is awarded (and any solicitation was issued) on orafter January 1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wage determinationat least $10.60 per hour (or the applicable wage rate listed on this wagedetermination, if it is higher) for all hours spent performing on the contractin calendar year 2019. The EO minimum wage rate will be adjusted annually.Additional information on contractor requirements and worker protections underthe EO is available at www.dol.gov/whd/govcontracts.____________________________________________________________________________________States: Oregon, WashingtonArea: Oregon Counties of Clackamas, Columbia, Multnomah, Washington, YamhillWashington Counties of Clark, Skamania____________________________________________________________________________________          **Fringe Benefits Required Follow the Occupational Listing**OCCUPATION CODE - TITLE                                  FOOTNOTE               RATE01000 - Administrative Support And Clerical Occupations  01011 - Accounting Clerk I                                                   15.85  01012 - Accounting Clerk II                                                  17.79  01013 - Accounting Clerk III                                                 19.91  01020 - Administrative Assistant                                             27.57  01035 - Court Reporter                                                       19.88  01041 - Customer Service Representative I                                    14.20  01042 - Customer Service Representative II                                   15.97  01043 - Customer Service Representative III                                  17.42  01051 - Data Entry Operator I                                                14.32  01052 - Data Entry Operator II                                               15.63  01060 - Dispatcher, Motor Vehicle                                            19.88  01070 - Document Preparation Clerk                                           15.77  01090 - Duplicating Machine Operator                                         15.77  01111 - General Clerk I                                                      13.94  01112 - General Clerk II                                                     15.21  01113 - General Clerk III                                                    17.33  01120 - Housing Referral Assistant                                           21.08  01141 - Messenger Courier                                                    18.44  01191 - Order Clerk I                                                        16.74  01192 - Order Clerk II                                                       18.27  01261 - Personnel Assistant (Employment) I                                   16.27  01262 - Personnel Assistant (Employment) II                                  19.59  01263 - Personnel Assistant (Employment) III                                 20.55  01270 - Production Control Clerk                                             22.41  01290 - Rental Clerk                                                         15.98  01300 - Scheduler, Maintenance                                               16.91  01311 - Secretary I                                                          16.91  01312 - Secretary II                                                         18.91  01313 - Secretary III                                                        21.08  01320 - Service Order Dispatcher                                             17.40  01410 - Supply Technician                                                    27.57  01420 - Survey Worker                                                        19.88  01460 - Switchboard Operator/Receptionist                                    14.88  01531 - Travel Clerk I                                                       13.82  01532 - Travel Clerk II                                                      15.04  01533 - Travel Clerk III                                                     16.19  01611 - Word Processor I                                                     15.43  01612 - Word Processor II                                                    17.32  01613 - Word Processor III                                                   19.5905000 - Automotive Service Occupations  05005 - Automobile Body Repairer, Fiberglass                                 19.95  05010 - Automotive  Electrician                                              22.54  05040 - Automotive Glass Installer                                           21.22  05070 - Automotive Worker                                                    21.22  05110 - Mobile Equipment Servicer                                            18.76  05130 - Motor Equipment Metal Mechanic                                       23.83  05160 - Motor Equipment Metal Worker                                         21.22  05190 - Motor Vehicle Mechanic                                               23.83  05220 - Motor Vehicle Mechanic Helper                                        17.64  05250 - Motor Vehicle Upholstery Worker                                      19.97  05280 - Motor Vehicle Wrecker                                                21.22  05310 - Painter, Automotive                                                  22.54  05340 - Radiator Repair Specialist                                           21.22  05370 - Tire Repairer                                                        15.49  05400 - Transmission Repair Specialist                                       23.8307000 - Food Preparation And Service Occupations  07010 - Baker                                                                13.95  07041 - Cook I                                                               15.42  07042 - Cook II                                                              17.52  07070 - Dishwasher                                                           11.28  07130 - Food Service Worker                                                  11.97  07210 - Meat Cutter                                                          18.67  07260 - Waiter/Waitress                                                      11.3309000 - Furniture Maintenance And Repair Occupations  09010 - Electrostatic Spray Painter                                          16.58  09040 - Furniture Handler                                                    11.96  09080 - Furniture Refinisher                                                 16.85  09090 - Furniture Refinisher Helper                                          13.62  09110 - Furniture Repairer, Minor                                            15.32  09130 - Upholsterer                                                          16.5811000 - General Services And Support Occupations  11030 - Cleaner, Vehicles                                                    12.23  11060 - Elevator Operator                                                    13.45  11090 - Gardener                                                             20.06  11122 - Housekeeping Aide                                                    13.45  11150 - Janitor                                                              13.45  11210 - Laborer, Grounds Maintenance                                         15.93  11240 - Maid or Houseman                                                     11.75  11260 - Pruner                                                               14.60  11270 - Tractor Operator                                                     19.22  11330 - Trail Maintenance Worker                                             15.93  11360 - Window Cleaner                                                       14.7312000 - Health Occupations  12010 - Ambulance Driver                                                     23.65  12011 - Breath Alcohol Technician                                            21.77  12012 - Certified Occupational Therapist Assistant                           29.55  12015 - Certified Physical Therapist Assistant                               28.11  12020 - Dental Assistant                                                     21.24  12025 - Dental Hygienist                                                     40.37  12030 - EKG Technician                                                       35.87  12035 - Electroneurodiagnostic Technologist                                  35.87  12040 - Emergency Medical Technician                                         23.65  12071 - Licensed Practical Nurse I                                           19.65  12072 - Licensed Practical Nurse II                                          21.98  12073 - Licensed Practical Nurse III                                         24.51  12100 - Medical Assistant                                                    18.70  12130 - Medical Laboratory Technician                                        23.19  12160 - Medical Record Clerk                                                 19.06  12190 - Medical Record Technician                                            21.32  12195 - Medical Transcriptionist                                             19.98  12210 - Nuclear Medicine Technologist                                        43.09  12221 - Nursing Assistant I                                                  12.20  12222 - Nursing Assistant II                                                 13.72  12223 - Nursing Assistant III                                                14.97  12224 - Nursing Assistant IV                                                 16.81  12235 - Optical Dispenser                                                    18.51  12236 - Optical Technician                                                   15.09  12250 - Pharmacy Technician                                                  19.44  12280 - Phlebotomist                                                         17.25  12305 - Radiologic Technologist                                              35.49  12311 - Registered Nurse I                                                   29.04  12312 - Registered Nurse II                                                  35.53  12313 - Registered Nurse II, Specialist                                      35.53  12314 - Registered Nurse III                                                 42.99  12315 - Registered Nurse III, Anesthetist                                    42.99  12316 - Registered Nurse IV                                                  51.52  12317 - Scheduler (Drug and Alcohol Testing)                                 26.97  12320 - Substance Abuse Treatment Counselor                                  22.1813000 - Information And Arts Occupations  13011 - Exhibits Specialist I                                                22.88  13012 - Exhibits Specialist II                                               28.34  13013 - Exhibits Specialist III                                              34.67  13041 - Illustrator I                                                        18.44  13042 - Illustrator II                                                       22.84  13043 - Illustrator III                                                      27.94  13047 - Librarian                                                            32.14  13050 - Library Aide/Clerk                                                   17.86  13054 - Library Information Technology Systems                               29.02  Administrator  13058 - Library Technician                                                   18.66  13061 - Media Specialist I                                                   20.94  13062 - Media Specialist II                                                  23.43  13063 - Media Specialist III                                                 26.11  13071 - Photographer I                                                       17.66  13072 - Photographer II                                                      19.76  13073 - Photographer III                                                     24.47  13074 - Photographer IV                                                      29.94  13075 - Photographer V                                                       36.23  13090 - Technical Order Library Clerk                                        22.44  13110 - Video Teleconference Technician                                      20.8514000 - Information Technology Occupations  14041 - Computer Operator I                                                  16.61  14042 - Computer Operator II                                                 18.58  14043 - Computer Operator III                                                20.71  14044 - Computer Operator IV                                                 23.01  14045 - Computer Operator V                                                  25.49  14071 - Computer Programmer I                          (see 1)               22.94  14072 - Computer Programmer II                         (see 1)  14073 - Computer Programmer III                        (see 1)  14074 - Computer Programmer IV                         (see 1)  14101 - Computer Systems Analyst I                     (see 1)  14102 - Computer Systems Analyst II                    (see 1)  14103 - Computer Systems Analyst III                   (see 1)  14150 - Peripheral Equipment Operator                                        16.61  14160 - Personal Computer Support Technician                                 23.01  14170 - System Support Specialist                                            28.3915000 - Instructional Occupations  15010 - Aircrew Training Devices Instructor (Non-Rated)                      30.38  15020 - Aircrew Training Devices Instructor (Rated)                          36.76  15030 - Air Crew Training Devices Instructor (Pilot)                         44.06  15050 - Computer Based Training Specialist / Instructor                      30.38  15060 - Educational Technologist                                             33.06  15070 - Flight Instructor (Pilot)                                            44.06  15080 - Graphic Artist                                                       26.85  15085 - Maintenance Test Pilot, Fixed, Jet/Prop                              44.06  15086 - Maintenance Test Pilot, Rotary Wing                                  44.06  15088 - Non-Maintenance Test/Co-Pilot                                        44.06  15090 - Technical Instructor                                                 25.78  15095 - Technical Instructor/Course Developer                                31.54  15110 - Test Proctor                                                         20.81  15120 - Tutor                                                                20.8116000 - Laundry, Dry-Cleaning, Pressing And Related Occupations  16010 - Assembler                                                            13.13  16030 - Counter Attendant                                                    13.13  16040 - Dry Cleaner                                                          15.02  16070 - Finisher, Flatwork, Machine                                          13.13  16090 - Presser, Hand                                                        13.13  16110 - Presser, Machine, Drycleaning                                        13.13  16130 - Presser, Machine, Shirts                                             13.13  16160 - Presser, Machine, Wearing Apparel, Laundry                           13.13  16190 - Sewing Machine Operator                                              15.65  16220 - Tailor                                                               16.28  16250 - Washer, Machine                                                      13.7619000 - Machine Tool Operation And Repair Occupations  19010 - Machine-Tool Operator (Tool Room)                                    23.20  19040 - Tool And Die Maker                                                   28.2121000 - Materials Handling And Packing Occupations  21020 - Forklift Operator                                                    18.13  21030 - Material Coordinator                                                 22.41  21040 - Material Expediter                                                   22.41  21050 - Material Handling Laborer                                            14.10  21071 - Order Filler                                                         14.20  21080 - Production Line Worker (Food Processing)                             18.13  21110 - Shipping Packer                                                      16.79  21130 - Shipping/Receiving Clerk                                             16.79  21140 - Store Worker I                                                       13.98  21150 - Stock Clerk                                                          18.39  21210 - Tools And Parts Attendant                                            18.13  21410 - Warehouse Specialist                                                 18.1323000 - Mechanics And Maintenance And Repair Occupations  23010 - Aerospace Structural Welder                                          31.70  23019 - Aircraft Logs and Records Technician                                 25.21  23021 - Aircraft Mechanic I                                                  30.08  23022 - Aircraft Mechanic II                                                 31.70  23023 - Aircraft Mechanic III                                                33.32  23040 - Aircraft Mechanic Helper                                             21.94  23050 - Aircraft, Painter                                                    28.46  23060 - Aircraft Servicer                                                    25.21  23070 - Aircraft Survival Flight Equipment Technician                        28.46  23080 - Aircraft Worker                                                      26.79  23091 - Aircrew Life Support Equipment (ALSE) Mechanic                       26.79  I  23092 - Aircrew Life Support Equipment (ALSE) Mechanic                       30.08  II  23110 - Appliance Mechanic                                                   17.48  23120 - Bicycle Repairer                                                     14.00  23125 - Cable Splicer                                                        42.03  23130 - Carpenter, Maintenance                                               24.23  23140 - Carpet Layer                                                         22.24  23160 - Electrician, Maintenance                                             35.43  23181 - Electronics Technician Maintenance I                                 27.29  23182 - Electronics Technician Maintenance II                                28.99  23183 - Electronics Technician Maintenance III                               30.64  23260 - Fabric Worker                                                        22.59  23290 - Fire Alarm System Mechanic                                           23.07  23310 - Fire Extinguisher Repairer                                           21.97  23311 - Fuel Distribution System Mechanic                                    28.61  23312 - Fuel Distribution System Operator                                    22.42  23370 - General Maintenance Worker                                           19.49  23380 - Ground Support Equipment Mechanic                                    30.08  23381 - Ground Support Equipment Servicer                                    25.21  23382 - Ground Support Equipment Worker                                      26.79  23391 - Gunsmith I                                                           21.97  23392 - Gunsmith II                                                          24.97  23393 - Gunsmith III                                                         28.04  23410 - Heating, Ventilation And Air-Conditioning                            23.42  Mechanic  23411 - Heating, Ventilation And Air Contidioning                            24.70  Mechanic (Research Facility)  23430 - Heavy Equipment Mechanic                                             25.70  23440 - Heavy Equipment Operator                                             28.86  23460 - Instrument Mechanic                                                  29.44  23465 - Laboratory/Shelter Mechanic                                          26.53  23470 - Laborer                                                              14.10  23510 - Locksmith                                                            18.24  23530 - Machinery Maintenance Mechanic                                       27.50  23550 - Machinist, Maintenance                                               25.12  23580 - Maintenance Trades Helper                                            15.30  23591 - Metrology Technician I                                               29.44  23592 - Metrology Technician II                                              31.02  23593 - Metrology Technician III                                             32.61  23640 - Millwright                                                           30.91  23710 - Office Appliance Repairer                                            20.53  23760 - Painter, Maintenance                                                 18.24  23790 - Pipefitter, Maintenance                                              36.53  23810 - Plumber, Maintenance                                                 34.29  23820 - Pneudraulic Systems Mechanic                                         28.04  23850 - Rigger                                                               28.37  23870 - Scale Mechanic                                                       24.97  23890 - Sheet-Metal Worker, Maintenance                                      24.40  23910 - Small Engine Mechanic                                                17.14  23931 - Telecommunications Mechanic I                                        29.55  23932 - Telecommunications Mechanic II                                       31.14  23950 - Telephone Lineman                                                    26.21  23960 - Welder, Combination, Maintenance                                     21.65  23965 - Well Driller                                                         29.77  23970 - Woodcraft Worker                                                     28.04  23980 - Woodworker                                                           19.4424000 - Personal Needs Occupations  24550 - Case Manager                                                         17.19  24570 - Child Care Attendant                                                 11.81  24580 - Child Care Center Clerk                                              14.73  24610 - Chore Aide                                                           12.01  24620 - Family Readiness And Support Services                                17.19  Coordinator  24630 - Homemaker                                                            17.1925000 - Plant And System Operations Occupations  25010 - Boiler Tender                                                        32.39  25040 - Sewage Plant Operator                                                29.56  25070 - Stationary Engineer                                                  32.39  25190 - Ventilation Equipment Tender                                         23.63  25210 - Water Treatment Plant Operator                                       29.5627000 - Protective Service Occupations  27004 - Alarm Monitor                                                        28.35  27007 - Baggage Inspector                                                    13.70  27008 - Corrections Officer                                                  30.39  27010 - Court Security Officer                                               33.90  27030 - Detection Dog Handler                                                16.79  27040 - Detention Officer                                                    30.39  27070 - Firefighter                                                          31.81  27101 - Guard I                                                              13.70  27102 - Guard II                                                             16.79  27131 - Police Officer I                                                     32.37  27132 - Police Officer II                                                    35.9828000 - Recreation Occupations  28041 - Carnival Equipment Operator                                          14.71  28042 - Carnival Equipment Repairer                                          15.80  28043 - Carnival Worker                                                      11.40  28210 - Gate Attendant/Gate Tender                                           16.16  28310 - Lifeguard                                                            12.65  28350 - Park Attendant (Aide)                                                18.07  28510 - Recreation Aide/Health Facility Attendant                            12.93  28515 - Recreation Specialist                                                21.76  28630 - Sports Official                                                      14.40  28690 - Swimming Pool Operator                                               19.1829000 - Stevedoring/Longshoremen Occupational Services  29010 - Blocker And Bracer                                                   29.52  29020 - Hatch Tender                                                         29.52  29030 - Line Handler                                                         29.52  29041 - Stevedore I                                                          27.78  29042 - Stevedore II                                                         31.3630000 - Technical Occupations  30010 - Air Traffic Control Specialist, Center (HFO)   (see 2)               40.52  30011 - Air Traffic Control Specialist, Station (HFO)  (see 2)               27.94  30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2)               30.77  30021 - Archeological Technician I                                           17.44  30022 - Archeological Technician II                                          19.51  30023 - Archeological Technician III                                         24.17  30030 - Cartographic Technician                                              24.17  30040 - Civil Engineering Technician               

142 FW Portland ANG 6801 NE Cornfoot Rd Portland, Oregon 97218-2743 United StatesLocation

Place Of Performance : 142 FW Portland ANG 6801 NE Cornfoot Rd

Country : United States

You may also like

Preventative Maintenance and Repairs -- Cars and Light Trucks

Due: 09 May, 2024 (in 16 days)Agency: Prince William Procurement Services

16--ACTUATOR ASSEMBLY, IN REPAIR/MODIFICATION OF

Due: 06 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Program Management and Administration

Due: 30 Jun, 2024 (in 2 months)Agency: Illinois Center for Transportation

Classification

811 -- Repair and Maintenance/811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
naicsCode 811310Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products