COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP#...

46
COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is HSFE70-14-R-0021 and issued as Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 314999. This procurement is being solicited full and open with awards reserved for small businesses in accordance with 15 USC 644(r)(3). It is anticipated that at least four awards, 2 large and 2 small businesses will result from this solicitation. FEMA intends to award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) with a one (1) base year and four (4) one-year option periods. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://www.acquisition.gov/far. Interested offerors must be registered and active in the System for Award Management (SAM) by the solicitation closing date. Interested offerors should sign up to receive notifications via FedBizOpps for any updates or changes to this announcement. NO PHONE CALLS will be accepted for this announcement. Any and all questions should be submitted electronically to the Contract Specialist, Carolyn Knight, at [email protected]. PLEASE SEE ATTACHED REQUEST FOR PROPOSALS AND SUPPORTING ATTACHMENTS. B.1. DESCRIPTION OF REQUIREMENTS SELF HELP TARPS SPECIFICATIONS Self-Help Tarps to be used for small areas of roof damage Size - 20’ x 25’ Woven polyethylene 8 x 8 (10 x 10 or 14 x14 acceptable) strands per square inch, 800 Denier Thickness: Preferred thickness is 5-6 mil. However, various thicknesses from 5-10 mil are still acceptable. UV Resistance - 80% after 200 hr per ASTM D7238-06 Non-corrosive grommets at corners and minimum of 3’ on center on edges Hems folded over Corners reinforced Color - Medium blue. 100’ lengths of 550 pound test parachute cord B.2. PRICE/COST SCHEDULE CLIN SEE ATTACHMENT 1: 1. Attachment 1 - Price/Cost Schedule CLINs 2. Attachment 1A - Other than Small Business Pricing Clins Worksheet 3. Attachment 1B - Small Business Pricing Clins Worksheet B.3. DELIVERABLE , DELIVERY LOCATIONS AND DELIVERY SCHEDULE SEE ATTACHMENT 2: 1. Attachment 2 – Deliverables, Delivery Locations and Delivery Schedule B.4. MINIMUM AND MAXIMUM QUANTITIES FOR MULTIPLE AWARD CONTRACTS As referred to in paragraph (b) of FAR Clause 52.216-22, “Indefinite Quantity” of this contract, the guaranteed contract minimum is 500 Tarps to include the base and option periods. The contract ceiling amount shall not exceed 8,000,000 Tarps per contract award.

Transcript of COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP#...

Page 1: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

1

A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is HSFE70-14-R-0021 and issued as Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 314999. This procurement is being solicited full and open with awards reserved for small businesses in accordance with 15 USC 644(r)(3). It is anticipated that at least four awards, 2 large and 2 small businesses will result from this solicitation. FEMA intends to award Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) with a one (1) base year and four (4) one-year option periods. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at http://www.acquisition.gov/far. Interested offerors must be registered and active in the System for Award Management (SAM) by the solicitation closing date. Interested offerors should sign up to receive notifications via FedBizOpps for any updates or changes to this announcement.

NO PHONE CALLS will be accepted for this announcement. Any and all questions should be submitted electronically to the Contract Specialist, Carolyn Knight, at [email protected].

PLEASE SEE ATTACHED REQUEST FOR PROPOSALS AND SUPPORTING ATTACHMENTS.

B.1. DESCRIPTION OF REQUIREMENTS SELF HELP TARPS SPECIFICATIONS

Self-Help Tarps to be used for small areas of roof damage Size - 20’ x 25’ Woven polyethylene 8 x 8 (10 x 10 or 14 x14 acceptable) strands per square inch, 800 Denier Thickness: Preferred thickness is 5-6 mil. However, various thicknesses from 5-10 mil are still acceptable. UV Resistance - 80% after 200 hr per ASTM D7238-06 Non-corrosive grommets at corners and minimum of 3’ on center on edges Hems folded over Corners reinforced Color - Medium blue. 100’ lengths of 550 pound test parachute cord

B.2. PRICE/COST SCHEDULE CLIN SEE ATTACHMENT 1:

1. Attachment 1 - Price/Cost Schedule CLINs 2. Attachment 1A - Other than Small Business Pricing Clins Worksheet 3. Attachment 1B - Small Business Pricing Clins Worksheet

B.3. DELIVERABLE , DELIVERY LOCATIONS AND DELIVERY SCHEDULE SEE ATTACHMENT 2:

1. Attachment 2 – Deliverables, Delivery Locations and Delivery Schedule

B.4. MINIMUM AND MAXIMUM QUANTITIES FOR MULTIPLE AWARD CONTRACTS As referred to in paragraph (b) of FAR Clause 52.216-22, “Indefinite Quantity” of this contract, the guaranteed contract minimum is 500 Tarps to include the base and option periods. The contract ceiling amount shall not exceed 8,000,000 Tarps per contract award.

Page 2: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

2

B.5 IDENTIFICATION OF GOVERNMENT OFFICIALS

The Government Officials assigned to this contract are as follows: Administrative Contracting Officer: Name: Armetia Cato Phone: 202-646-7978 Email: [email protected] The Government Officials assigned to this contract are as follows: Administrative Contract Specialist: Name: Carolyn Knight Phone: 202-646-3977 Email: [email protected] ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS C.1. PACKAGING, MARKING & LABELING Tarps shall be packed in a cardboard box along with two (2) 100’ lengths of 550 pound test parachute cord, and shall be shipped on industry standard size pallets (48 inches by 40 inches, 4-way). Each package shall be clearly marked with a label indicating the size and number of Tarps. Pallets of Tarps shall be fully covered on all sides (excluding the top and bottom) with a minimum of (10) layer of stretch-wrap. The stretch wrap shall extend over the top of the packaged product by a minimum of six inches. Material shall be stacked so the total height of each pallet with material does not exceed 55 inches. Pallets shall be hardwood and designed for pickup from all four sides. Due to the many unknown circumstances which can arise during emergency response surge operations and recovery, it is possible the Tarps may be moved several times, may be double-stacked for storage, and may be stored in warehouses or stored outside with no protection in all types of weather conditions. The Offeror (s) shall ensure the Tarps are packaged to withstand such handling as well as severe climatic conditions. C.2. 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of award through the expiration date of the contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. C.3. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 2,500 Tarps for Other than Small Business and Small Business, the Government is not obligated to purchase, nor is the Offeror obligated to furnish, those supplies or services under the contract.

Page 3: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

3

(b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 150,000 Tarps for Other than Small Business and 50,000 Tarps for Small Business; (2) Any order for a combination of items in excess of 150,000 Tarps for Other than Small Business and 50,000 Tarps for Small Business or (3) A series of orders from the same ordering office within 7 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. C.4. 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided that the Contractor shall not be required to make any deliveries under this contract after 5 years and 3 months from award.

C.5. SUBCONTRACTING PLAN All large businesses will be required to submit a subcontracting plan. The subcontracting plan submitted will include the goals set forth below for each socio-economic grouping listed. The goals will be applied to the total value of each year of performance. Each subcontracting plan submitted will be reviewed to determine whether the successful offeror or offerors have submitted an acceptable subcontracting plan. See Section E for additional instructions on the submission of the subcontracting plan. Category Subcontracting Goal All Small Businesses 45% Total Small Disadvantaged Businesses 10%

Page 4: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

4

(both Section 8(a) and non-Section 8(a) firms) Woman-owned Small Businesses 5% Service-Disabled Veteran-Owned Small Businesses 3% Historically Underutilized Empowerment Zone 3% Small Businesses

C.6. NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format (paper, electronic, etc.) or mode of transmission (e-mail, fax, etc.) or state of completion (draft, final, etc.). 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

Page 5: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

5

C.7. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. C.8. HSAR 3052.212-70 CONTRACT TERMS AND CONDITIONS APPLICABLE TO DHS ACQUISITION OF COMMERCIAL ITEMS (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:

3052.205-70 Advertisement, Publicizing Awards, and Releases.

3052.242-72 Contracting Officer’s Technical Representative.

3052.247-72 F.O.B. Destination Only.

(End of clause)

C.9. HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent' for 'at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)-- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held--

Page 6: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

6

(i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4- year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: [ ]it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; []it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or []it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74.

Page 7: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

7

(g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.

(End of clause)

(End of Addendum to 52.212-4) C.10. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). [X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5). [ ] (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). [ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).

Page 8: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

8

__ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (11) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (12) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). _X_ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. X (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). _X_ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2013) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. _X_ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (22) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Jul 2013) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (23) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (24) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).

Page 9: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

9

__ (26) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (27) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). [X] (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). [X] (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (34) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). [X] (35) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (36) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _X_ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). [X] (41) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). [ ] (42)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Nov 2012) of 52.225-3. __ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

Page 10: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

10

__ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (Jul 2013) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O.13495).

Page 11: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

11

__ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).

Page 12: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

12

(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

C.11. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE OCT 2010

CERTAIN FEDERAL TRANSACTIONS 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER MAY 2011 FIBER CONTENT PAPER 52.204-99 SYSTEM FOR AWARD MANAGEMENT AUG 2012

REGISTRATION (DEVIATION) 52.212-4 CONTRACT TERMS AND CONDITIONS SEP 2013

COMMERCIAL ITEMS 52.217-7 OPTION FOR INCREASED QUANTITY— MAR 1989

SEPARATELY PRICED LINE ITEM 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL AUG 2012

BUSINESS SUBCONTRACTOR (DEVIATION 2012-00014) 52.242-15 STOP WORK ORDER AUG 1989 52.243-1 CHANGES—FIXED-PRICE AUG 1987 52.246-2 INSPECTION OF SUPPLIES—FIXED-PRICE AUG 1996

(END CLAUSE)

Page 13: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

13

D. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS

Attachment 1 Price/Cost Schedule CLINs • Attachment 1A - Other than Small Business Pricing Clins Worksheet • Attachment 1B - Small Business Pricing Clins Worksheet

Attachment 2 Deliverables, Delivery Locations and Delivery Schedule Attachment 3 Delivery Order Instructions

Attachment 4 DHS Form 700-23 Subcontracting Plan Review Checklist E.1. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING SEP 2007 PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS 52.207-4 ECONOMIC PURCHASE QUANTITY—SUPPLIES AUG 1987 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS APR 2010 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS JUL 2013 52.212-1 INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS JUL 2013 52.216-27 SINGLE OR MULTIPLE AWARDS OCT 1995 52.217-5 EVALUATION OF OPTION JUL 1990 52.225-18 PLACE OF MANUFACTURE SEP 2006 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED DEC 2012 ACTIVITIES RELATING TO IRAN--CERTIFICATION ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.2. INSTRUCTION FOR SUBMITTING PROPOSALS E.2.1. General Instructions: • Questions are due via email no later than May13, 2014, by 12:00 Noon Eastern Standard Time to email address

[email protected] and [email protected]. • The offeror shall submit a product sample of each item prior to the time specified for receipt of offers. Samples will NOT

be returned. • Offerors shall provide a list of their proposed manufacturers for this effort. • Proposals are due on or before May 28, 2014, 12:00 Noon, Eastern Standard Time • Proposals must be submitted via electronic copy in PDF and EXCEL format to the following: Contract Specialist,

Carolyn Knight at [email protected] and Armetia Cato at [email protected] . All offerors submitting proposals must be registered and active in SAM https://www.sam.gov at time of submittal. If you are not actively registered in SAM, your proposal will not be considered.

Page 14: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

14

E.2.2. Specific Instructions: The proposal shall be submitted electronically with three (3) attachments: • Attachment 1: Technical Approach • Attachment 2: Past Performance • Attachment 3: Pricing Worksheet

Page Count Identification Maximum pages 1. Attachment 1 – Technical Approach 10 Pages 2. Attachment 2 – Past Performance 10 Pages 3. Attachment 3 – Price No page limit but must include Attachment 1:

1 Price/Cost Schedule CLINs, 1A Other than Small Business Pricing Clins Worksheet and1B Small Business Pricing Clins Worksheet

NOTES: Those pages that exceed the page counts for technical will be removed prior to evaluation. E.2.2.1. Attachment 1: Technical Approach

Offerors must submit sufficient information in a concise and comprehensive format to allow the government to evaluation the offeror’s capability in accordance with the evaluation criteria identified.

There are two separate tiers for this evaluation: Other Than Small Business and Small Business. The tiers have different evaluation criteria and will be evaluated separately for multiple awards. E.2.2.2. Other Than Small Business Criteria

To demonstrate the Offerors capability, the Offeror shall include detailed information in the proposal regarding the following:

1. The ability to produce the minimum and maximum amount of Tarps identified in the solicitation.

2. The ability to meet the delivery time frame specified in the solicitation. 3. The ability to meet warehouse capacity to store up to a maximum 150,000 Tarps on behalf of FEMA.

4. The ability to meet FEMA 96-hour delivery time frame for Tarps pre-stored in the Offeror’s warehouse specified in the solicitation.

5. Provide a sample that meets the specification standards specified in the solicitation as indicated below:

a. Must be able to meet the 20’ x 25’ dimensions specified in the solicitation. b. Must be medium blue color. c. Must be composed of woven polyethylene. d. The physical Tarps thickness must be between 5-10 mil. e. Must be UV Resistance - 80% after 200 hr. f. Must have non-corrosive grommets at each corner with a minimum of 3” on center edges g. Must have the hems folded over.

Page 15: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

15

h. Must have reinforced corners. 6. Must have two (2) 100’ lengths of 550 pound test parachute cord included in each Tarp finished product box.

7. Explain how your company will meet the packaging requirements specified in the solicitation.

8. Explain how your company will meet the requirement to track individual truckloads from origin to destination by using a satellite tracking system or equivalent method to provide immediate product location.

9. All large businesses shall provide a Small Business Subcontracting Plan which proposes a solution to comply with FEMA’s Small Business Subcontracting goals as stated in paragraph C.5 of this solicitation. The Small Business Subcontracting Plan shall specify the relative identification of the small businesses to be utilized and the extent of the contractual commitment between the prime and the subcontractors in accordance with FAR 19.704. The goal identified in C.5 should be against the offeror’s proposed amount to perform in the contract. The plan shall also identify corporate experience meeting subcontracting goals.

E.2.2.3. Small Business Criteria

1. The ability to produce the minimum and maximum amount of Tarps identified in the solicitation.

2. The ability to meet the delivery time frames specified in the solicitation.

3. Provide a sample that meets the specification standards specified in the solicitation.

a. Must be able to meet the 20’ x 25’ dimensions specified in the solicitation. b. Must be medium blue color. c. Must be composed of woven polyethylene. d. The physical Tarps thickness between 5-10 mil. e. Must be UV Resistance - 80% after 200 hr. f. Must have non-corrosive grommets at each corner with a minimum of 3” on center edges g. Must have the hems folded over. h. Must have reinforced corners.

4. Must have two (2) 100’ lengths of 550 pound test parachute cord included in each Tarps’ finished product box.

5. Explain how your company will meet the packaging requirements specified in the solicitation 6. Explain how your company will meet the requirement to track individual truckloads from origin to destination by using a satellite tracking system or equivalent method to provide immediate product location. E.3. Attachment 2: Past Performance

Offerors shall provide past performance information to be evaluated in accordance with the solicitation, Past Performance Factor. The information provided should list of all contracts similar in size and scope that the offeror has completed or begun during the past (3) three years. Include the following information for each contract: Provide at least (2) two references to include the following: 1. Name of Company 2. Point of Contact 3. Current Telephone Number and Email Address 4. Title of Work 5. Period of Performance

Page 16: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

16

6. Brief Description of Effort 7. Total Value of Contract (if applicable) 8. Active or Contract End Date You are responsible for ensuring that all contact information is current and relevant.

E.4. Attachment 3: Price Schedule

Offerors shall submit all pricing information on the Excel Spreadsheet provided in: Attachment 1A - Other than Small Business Pricing Clins Worksheet and Attachment 1B - Small Business Pricing Clins Worksheet. Offerors must provide pricing for all items on the pricing sheet; partial pricing will be considered non-responsive. The Government reserves the right to award one item or all items to an Offeror.

Please ensure samples are mailed to receive before solicitation closes. Samples are to be mailed to the following mailing address: Federal Emergency Management Agency (FEMA) Attn: Carolyn Knight 395 E Street SW PP 5th Floor Washington, DC 20472-3210 E.5. 52.207-4 ECONOMIC PURCHASE QUANTITY--SUPPLIES (AUG 1987) (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. _____________________________________________________ _____________________________________________________ _____________________________________________________ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well.

OFFEROR RECOMMENDATIONS

Page 17: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

17

PRICE ITEM QUANTITY QUOTATION TOTAL __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ (c) The information requested in this provision is being solicited to avoid acquisition in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. (End of Addendum to 52.212-1) E.6. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 will to be used to evaluate offers: 1. Technical Approach 2. Past Performance 3. Price

Award will be made on the basis of the lowest price technical acceptable evaluated reasonable price of proposals meeting or exceeding the acceptability standards for non-cost factors. (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. Grand total pricing will be used for evaluation. 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). (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. E.7. EVALUATION FACTORS (Technical Approach) E.7.1. FACTOR 1: Other than Small Business Criteria The technical proposal will be evaluated to determine whether the offeror effectively demonstrates the knowledge, understanding, and technical ability to successfully perform the requirements as described in the solicitation. The proposal must provide sufficient detail as outline in the solicitation to demonstrate the offeror’s ability. Mere statements that an Offeror can meet all requirements, without detailed supporting information, will be considered “unacceptable.” The sample provided will be

Page 18: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

18

evaluated to ensure that it meets all of the requirements identified in this solicitation. The proposal must receive a “Yes” to all questions below to be considered technically acceptable.

1. Does the Offeror demonstrate their ability to produce the minimum and maximum amount of Tarps identified in the

solicitation?

2. Does the Offeror demonstrate their ability to meet the delivery time frames specified in the solicitation?

3. Does the Offeror have the warehouse capacity to store up to a maximum 150,000 Tarps on behalf of FEMA?

4. Does the Offeror meet the FEMA 96-hour delivery time frame for Tarps pre-stored in the Offeror’s warehouse specified in the solicitation?

5. Does the sample provided meets the standards specified in the solicitation?

a. Does the Tarp meet the 20’ x 25’ dimensions specified in the solicitation? b. Is the Tarp color medium blue? c. Is the Tarp composed of woven polyethylene? d. Is the sample Tarp’s thickness between 5-10 mil? e. Is the Tarp have UV Resistance - 80% after 200 hr? f. Does the Tarp sample have non-corrosive grommets at each corner with a minimum of 3” on center edges g. Does the Tarp sample have the hems folded over? i. Does the Tarp sample have reinforced corners?

6. Does the sample Tarp have two (2) 100’ lengths of 550 pound test parachute cord included in each Tarps’ finished

product box?

7. Does the Offeror demonstrate their ability to meet the packaging requirements specified in the solicitation? 8. Does the Offeror demonstrate their ability to track individual truckloads from origin to destination by using a satellite tracking system or equivalent method to provide immediate product location?

9. Does the offeror provide in detail their subcontracting plan in accordance with Attachment 4 - DHS Form 700-23 Subcontracting Plan Review Checklist?

E.7.2. Small Business Criteria Submission

The technical proposal will be evaluated to determine whether the offeror effectively demonstrates the knowledge, understanding, and technical ability to successfully perform the requirements as described in the solicitation. The proposal must provide sufficient detail as outline in the solicitation to demonstrate the offeror’s ability. Mere statements that an Offeror can meet all requirements, without detailed supporting information, will be considered “unacceptable.” The sample provided will be evaluated to ensure that it meets all of the requirements identified in this solicitation. The proposal must receive a “Yes” to all questions below to be considered technically acceptable.

1. Does the Offeror demonstrate their ability to produce the minimum and maximum amount of Tarps identified in the solicitation?

2. Does the Offeror demonstrate their ability to meet the delivery time frames specified in the solicitation?

3. Does the sample provided by the Offeror meets the standards specified in the solicitation request?

Page 19: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

19

a. Does the sample Tarp meet the 20’ x 25’ dimensions specified in the solicitation? b. Is the sample Tarp color medium blue? c. Is the sample Tarp composed of woven polyethylene? d. Is the sample Tarp’s thickness between 5-10 mil? e. Is the sample Tarp UV Resistance - 80% after 200 hr? f. Does the sample Tarp have non-corrosive grommets at each corner with a minimum of 3” on center edges? g. Does the sample Tarp have the hems folded over? i. Does the sample Tarp have reinforced corners?

4. Does the sample Tarps have two (2) 100’ lengths of 550 pound test parachute cord included in each Tarps finished product box? 5. Does the Offeror demonstrate their ability to meet the packaging requirements specified in the solicitation? 6. Does the Offeror demonstrate their ability to track individual truckloads from origin to destination by using a satellite tracking system or equivalent method to provide immediate product location?

E.7.3. Selection Criteria

Stated earlier, FEMA intends to use separate evaluation criteria to evaluate proposals submitted by the two award tiers or categories of Other than Small Business and Small Business. Contractors under the Other Than Small Business category must have the capacity to produce and deliver a minimum quantity of 2,500 and up to a maximum of 150,000 Tarps to any FEMA Distribution Center located in the Continental US (CONUS) and Outside the Continental US (OCONUS) (see Attachment 2), within 120 days. Additionally contractors competing under the Other than Small Business tier shall have the capability to produce and store up to a maximum of 150,000 Tarps purchased by FEMA for a future Emergency Response/Surge Delivery. During an Emergency Response/Surge task order, the awardee shall deliver Tarps previously procured and stored in the quantities requested by FEMA, up to a maximum quantity of 150,000, for delivery within 96 hours of task order issuance to any location within the CONUS or OCONUS (U.S. territories). The 96-hour delivery timeframe to OCONUS constitutes delivery to the CONUS port of exit to the OCONUS location. In contrast, Small Business Offerors do not have to have any storage capacity and must be capable of delivering 50,000 Tarps as described in (see Attachment 1), to any FEMA Distribution Center located in the Continental US (CONUS) and Outside the Continental US (OCONUS) (see Attachment 2), within 80 days of an issued task order. The Government will award to that offeror (s) whose proposal is the lowest price technically acceptable in the stated tier or category that provides the best value to the United States Government. The following three evaluation factors are used for both tiers:

E.7.4. Rating Standards for Technical Approach Evaluation Rating for Technical Approach Rating Definitions Acceptable A Contractor meets or exceeds all evaluation criteria

requirements. Unacceptable U Contractor cannot meet one or more of evaluation

criteria NOTE: A rating of “Unacceptable” for any factor or the sample provided will render the entire technical proposal unacceptable. Offerors whose technical proposals are determined to be unacceptable will be excluded from the competition without further evaluation.

Page 20: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

20

E.8. Factor 2. Past Performance The government will evaluate the Offeror’s past performance on contracts with government agencies and private industry and their performance will be evaluated in terms of project management, accuracy of cost estimates, cost control, quality of work, completion of projects within budget and compliance with performance schedules for contracts of a similar type, size and scope.

E.8.1. Rating Standards for Past Performance

Evaluation Rating for Past Performance Rating Definition Satisfactory S Past Performance results indicate previous satisfactorily performance. Neutral/Unknown Risk

N The offeror had little or no recent/relevant past performance information.

Unsatisfactory U Past Performance results indicate previous unsatisfactory performance. The government reserves the right to conduct telephone interviews to validate information provided in the past performance questionnaires and to obtain additional information from other internal and external sources, if known (e.g. CPARS). Offerors without a record of relevant past performance should indicate that in their proposal. NOTE: If the Offeror fails to meet a rating of “Satisfactory” or “Neutral”, for a Past Performance rating, the offeror will be excluded from competition. E.9. FACTOR 3. Price

(a) Government will evaluate the submitted pricing. Price will be evaluated to determine whether it is reasonable and if it reflects the offeror understands of the work. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. The analysis will include review of price reasonableness. Offerors are cautioned unreasonably high or low prices may cause your proposal to be deemed unacceptable and rejected.

(b) Options. The Government will evaluate offers for award purposes by using the grand total price. The grand total is Attachment 1 - 1A and 1B, base year plus option total years. The excel file contains two worksheets, one for Other than Small Business (OTSB) and one for Small Business (SB). Each business sector is to complete the respective worksheet for its business size. Each business size will compete with its own business size. 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). Award(s) will be made to lowest evaluated reasonable price for proposal that meet or exceed the technical factors and past performance acceptability standards, and the lowest evaluated reasonable price.

(END PROVISION 52.212-2) E.10. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-- COMMERCIAL ITEMS (NOV 2013) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision—

Page 21: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

21

“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. “Inverted domestic corporation”, as used in this section, means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code at 26 U.S.C. 7874. “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 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. “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—

Page 22: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

22

(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. “Sensitive technology”— (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically— (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). “Service-disabled veteran-owned small business concern”— (1) Means a small business concern— (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). “Small business concern” means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. “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. “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

Page 23: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

23

(2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned business concern” means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. “Women-owned small business concern” means a small business concern— (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) 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 posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database 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), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (o) 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 o is, o 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 o is, o 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.

Page 24: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

24

(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, for general statistical purposes, that it is, is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it o is, o 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 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 o 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) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either— (A) It is, is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the SAM Dynamic Small Business Search database maintained by the Small Business Administration, and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status,

Page 25: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

25

the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It has, has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) o Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(10)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ________________.] (11) 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 o is, o is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(11)(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 Order 11246— (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, o 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 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

Page 26: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

26

offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act—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 Act—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 Act—Free Trade Agreements—Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act—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 Act—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 Act—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:

Page 27: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

27

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 Act—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 Act—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 Act—Free Trade Agreements—Israeli Trade Act”: Canadian End Products: Line Item No. _______________________________________

Page 28: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

28

_______________________________________ _______________________________________ [List as necessary] (3) Buy American Act—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 Act—Free Trade Agreements—Israeli Trade Act”: Canadian or Israeli End Products: Line Item No. Country of Origin ______________ ______________ ______________ ______________ ______________ ______________ [List as necessary] (4) Buy American Act—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 Act-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 ______________ ______________ ______________ ______________ ______________

Page 29: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

29

______________ [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 Act. 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) o Are, o are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (2) o Have, o 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;

Page 30: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

30

(3) o Are, o 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) o Have, o have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 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 ___________________ ___________________ ___________________ ___________________

Page 31: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

31

(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) o 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) o Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (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 o does o 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 o does o 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.

Page 32: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

32

(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 Act 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 database 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). o TIN: ________________________________. o TIN has been applied for. o TIN is not required because: o 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; o Offeror is an agency or instrumentality of a foreign government; o Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. o Sole proprietorship; o Partnership; o Corporate entity (not tax-exempt); o Corporate entity (tax-exempt); o Government entity (Federal, State, or local); o Foreign government;

Page 33: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

33

o International organization per 26 CFR 1.6049-4; o Other ________________________________. (5) Common parent. o Offeror is not owned or controlled by a common parent; o 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) Relation to Internal Revenue Code. An inverted domestic corporation as herein defined does not meet the definition of an inverted domestic corporation as defined by the Internal Revenue Code 25 U.S.C. 7874. (2) Representation. By submission of its offer, the offeror represents that— (i) It is not an inverted domestic corporation; and (ii) It 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 [email protected]. (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 $3,000 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 (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf). (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.

Page 34: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

34

(End of provision) Alternate I (Apr 2011). As prescribed in 12.301(b)(2), add the following paragraph (c)(12) to the basic provision: (12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ 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, U.S. Trust Territory of the Pacific Islands (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. Alternate II (Jan 2012). As prescribed in 12.301(b)(2), add the following paragraph (c)(10)(iii) to the basic provision: (iii) Address. The offeror represents that its address o is, o is not in a region for which a small disadvantaged business procurement mechanism is authorized and its address has not changed since its certification as a small disadvantaged business concern or submission of its application for certification. The list of authorized small disadvantaged business procurement mechanisms and regions is posted at http://www.acquisition.gov/References/sdbadjustments.htm. The offeror shall use the list in effect on the date of this solicitation. “Address,” as used in this provision, means the address of the offeror as listed on the Small Business Administration’s register of small disadvantaged business concerns or the address on the completed application that the concern has submitted to the Small Business Administration or a Private Certifier in accordance with 13 CFR Part 124, subpart B. For joint ventures, “address” refers to the address of the small disadvantaged business concern that is participating in the joint venture. E.11. 52.216-1 TYPE OF CONTRACT (APR 1984) The government contemplates award of a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) resulting from this solicitation. However, the government reserves the right to award more if beneficial to the government. E.12. 52.225-18 PLACE OF MANUFACTURE (SEP 2006) (a) Definitions. As used in this clause—

“Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

Page 35: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

35

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 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.

(b) 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. E.13. 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Federal Emergency Management Agency Office of Acquisition Management ATTN: Armetia Cato 395 E Street SW PP 5th Floor

Washington, DC 20472-3210 Mailing Address: Federal Emergency Management Agency Office of Acquisition Management ATTN: Armetia Cato 395 E Street SW PP 5th Floor

Washington, DC 20472-3210 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

Page 36: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

ATTACHMENT 1- PRICE/COST SCHEDULE HSFE70-14-R-0021 1. PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 0.00 Ea ___________________ ____________________ Base Period - TARPS – Steady State 0002 0.00 Ea ___________________ ____________________ Base Period- TARPS – Emergency Response/Surge Operations 0003 0.00 Mo ___________________ ___________________ Base Period - Monthly Monthly Leasing of 82,125 Sg Ft Warehouse Space 0004 0.00 Ea ___________________ ____________________ Base Period - Drop Trailer per Day Rate Maximum ceiling for dropped trailer rate shall not exceed $_____per day per trailer for up to 60 days. No funding shall be expended without prior approval from the Contracting Officer. 0005 0.00 Ea ___________________ ____________________ Base Period - Diversion Rate (To include labor and mileage) 1001 0.00 Ea ___________________ ____________________ Option Period 1 - TARPS – Steady State 1002 0.00 Ea ___________________ ____________________ Option Period 1 - TARPS – Emergency Response/Surge Operations 1003 0.00 Mo ___________________ ____________________ Option Period 1 - Monthly Leasing of 82,125 Sg Ft Warehouse Space 1004 0.00 Ea ___________________ ____________________ Option Period 1- Drop Trailer per Day Rate Maximum ceiling for dropped trailer

Page 37: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

ATTACHMENT 1- PRICE/COST SCHEDULE HSFE70-14-R-0021 rate shall not exceed $_____per day per trailer for up to 60 days. No funding shall be expended without prior approval from the Contracting Officer. 1005 0.00 Ea ___________________ ____________________ Option Period 1 - Diversion Rate (To include labor and mileage) 2001 0.00 Ea ___________________ ____________________ Option Period 2 - TARPS – Steady State 2002 0.00 Ea ___________________ ____________________ Option Period 2 - TARPS – Emergency Response/Surge Operations 2003 0.00 Mo ___________________ ____________________ Option Period 2 - Monthly Leasing of 82,125 Sg Ft Warehouse Space 2004 0.00 Ea ___________________ ____________________ Option Period 2- Drop Trailer per Day Rate Maximum ceiling for dropped trailer rate shall not exceed $_____per day per trailer for up to 60 days. No funding shall be expended without prior approval from the Contracting Officer. 2005 0.00 Ea ___________________ ____________________ Option Period 2 - Diversion Rate (To include labor and mileage) 3001 0.00 Ea ___________________ ____________________ Option Period 3- TARPS – Steady State 3002 0.00 Ea ___________________ ____________________ Option Period 3 - TARPS – Emergency Response/Surge Operations 3003 0.00 Mo ___________________ ____________________ Option Period 3 - Monthly Leasing of 82,125 Sg Ft Warehouse Space

Page 38: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

ATTACHMENT 1- PRICE/COST SCHEDULE HSFE70-14-R-0021 3004 0.00 Ea ___________________ ____________________ Option Period 3- Drop Trailer per Day Rate Maximum ceiling for dropped trailer rate shall not exceed $_____per day per trailer for up to 60 days. No funding shall be expended without prior approval from the Contracting Officer. 3005 0.00 Ea ___________________ ____________________ Option Period 3 - Diversion Rate (To include labor and mileage) 4001 0.00 Ea ___________________ ____________________ Option Period 4- TARPS – Steady State 4002 0.00 Ea ___________________ ____________________ Option Period 4- TARPS – Emergency Response/Surge Operations 4003 0.00 Mo ___________________ ____________________ Option Period 4 - Monthly Leasing of 82,125 Sg Ft Warehouse Space 4004 0.00 Ea ___________________ ____________________ Option Period 4- Drop Trailer per Day Rate Maximum ceiling for dropped trailer rate shall not exceed $_____per day per trailer for up to 60 days. No funding shall be expended without prior approval from the Contracting Officer. 4005 0.00 Ea ___________________ ____________________ Option Period 4 - Diversion Rate (To include labor and mileage) ____________________ GRAND TOTAL --- ==================== 2. DELIVERY SCHEDULE TBD

Page 39: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

36

E.14. NOTICE OF FILING REQUIREMENTS FOR AGENCY PROTESTS A. Preface Prior to submission of an agency protest, all parties must use their best efforts to resolve concerns raised by an interested party. FEMA offers, as an option for dispute resolution, Alternative Dispute Resolution (ADR). ADR in an informal, expeditious and inexpensive way to resolve contract issues and is designed to promote satisfying solutions and fair procedures. For more information on FEMA's ADR services, please contact FEMA's ADR office at the following address: Federal Emergency Management Agency FEMA ADR Office Office of Alternative Dispute Resolution 400 Virginia Ave. Washington, DC 20472 If concerns cannot be resolved, protesters may use these procedures when a resolution is requested from the agency. These procedures have been designed to create an avenue for resolving third party grievances in connection with the acquisition process outside of formal processes through the Government Accountability Office (GAO) and the United States Court of Federal Claims (CFC). Filing an agency protest is not a prerequisite to filing at the GAO or CFC. If the protester files a protest through the GAO or CFC while their protest is pending at the agency level, FEMA may dismiss the agency protest. Pursuing an agency protest does not extend the time for obtaining a stay at GAO. These procedures are in addition to the existing protest procedures contained in FAR Subpart 33.103. B. Definitions. (1) "Agency protest," as used in this SOP, is one that may be filed with either the Contracting Officer or the officer responsible for the resolution of all agency protests filed at the level above the Contracting Officer. (2) "Ombudsman," as used in this SOP, is the agency official above the level of the Contracting Officer designated by the Director of the Acquisition Management Division to handle and issue the formal agency decision resolving the protest. Protesters using these procedures may protest directly to the Ombudsman. (3) "Day," as used in this SOP, is a calendar day. In computing a period of time for the purpose of these procedures, the day from which the period begins to run is not counted. When the last day of the period is a Saturday, Sunday or a Federal holiday, the period extends to the next day that is not a Saturday, Sunday or a Federal holiday. Similarly, when the Washington, DC offices of FEMA are closed for all or part of the last day, the period extends to the next day on which the Agency is open. C. Submission Guidelines. (1) Agency protests may be filed through the Contracting Officer or, at the level above the Contracting Officer, through the Ombudsman either by FAX transmission or by "Certified Mail" (Return Receipt Requested) as follows: a. Protests filed through the Contracting Officer or the Ombudsman must be mailed to: Federal Emergency Management Agency Office of Acquisition Management ATTN: Armetia Cato 395 E Street, S.W., PP 5th Floor

Page 40: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

37

Washington, DC 20472 -OR- Federal Emergency Management Agency Office of Acquisition Management Attn: Clifford Oliver 395 E Street S.W., PP 2ND Floor Washington, DC 20472 b. The outside of the envelope or beginning of the FAX transmission must be marked "Agency Protest". c. If the protester submits the protest directly through the Ombudsman, the protester must also, within one (1) day of submitting the protest to the Ombudsman, submit a copy of the protest to the responsible Contracting Officer either by FAX transmission or by "Certified Mail" (Return Receipt Requested). (2) To be filed on a given day, protests and any subsequent appeals must be received by 4:30 PM, current-local time. Any protests received after that time will be considered to be filed on the next day. (3) Protest submissions will not be considered filed until all of the following information is provided: a. the protester's name, address, telephone number and fax number; b. the solicitation or contract number; c. a detailed statement of all factual and legal grounds for protests, to include an explanation of how the protester was prejudiced; d. copies of relevant documents; e. a request for ruling by the agency; f. a statement detailing the form of relief requested; g. all information establishing that the protester is an interested party for the purposes of filing a protest; and h. all information establishing the timeliness of the protest. (4) All protests must be signed by an authorized representative of the protester, and must be addressed to the Contracting Officer or the Ombudsman. D. Timeliness/Resolution of Protests. (1) Protests based upon alleged improprieties in a solicitation which are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In procurements where proposals are requested, alleged improprieties which do not exist in the initial solicitation but which are subsequently incorporated into the solicitation must be protested not later than the next closing time for receipt of proposals following the incorporation. (2) Protests other than those covered by paragraph (1) of this section shall be filed not later than 10 days after the basis of protest is known or should have been known (whichever is earlier), with the exception of protests challenging a procurement conducted on the basis of competitive proposals under which a debriefing is requested and, when requested, is required. In such

Page 41: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021

38

cases, with respect to any protest basis which is known or should have been known either before or as a result of the debriefing, the initial protest shall not be filed before the debriefing date offered to the protester, but shall be filed not later than 10 days after the date on which the debriefing is held. (3) Protests filed through the Contracting Officer. a. Within twenty (20) days after the protest is filed through the Contracting Officer, the Contracting Officer will send a written ruling and a summary of the reasons supporting the ruling to the protester by "Certified Mail (Return Receipt Requested)". b. Appeals i. Protesters who filed protests through the Contracting Officer may, within five (5) days of receipt of the Contracting Officer's written ruling, appeal to the Ombudsman. ii. Requests for Appellate Review must be submitted to the Ombudsman by FAX transmission or by "Certified Mail" (Return Receipt Requested). iii. The Ombudsman will send a written ruling and a summary of the reasons supporting the ruling to the protester by "Certified Mail (Mail Receipt Requested)" within ten (10) days of receipt of the request for appellate review of the Contracting Officer's decision. iv. In accordance with FAR 33.103(d)(4) and 4 C.F.R 21.2(a)(3), if there is an agency appellate review of the Contracting Officer's decision on the protest, it will not extend GAO'S timeliness requirements. Therefore, any subsequent protest to the GAO must be filed within ten (10) days of knowledge of initial adverse agency action. (4) Protests filed through the Ombudsman: a. If the protester protests directly through the Ombudsman, the Ombudsman will send a written ruling and a summary of the reasons supporting the ruling to the protester by "Certified Mail (Mail Receipt Requested)" within thirty-five (35) days after the protest was filed. b. Protests filed directly through the Ombudsman cannot be appealed within the agency. E. Dismissal of Protests. The agency may dismiss protests when protesters file protests through the GAO or CFC while their protests are pending at the agency level; and for failure to comply with any of the requirements of these agency protest procedures. For example, the agency may dismiss protests that are procedurally or substantively defective (e.g., the protest is untimely or the protest fails to clearly state legally sufficient grounds of protest).

(End of Clause)

Page 42: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

Attachment 1B SMALL BUSINESS PRICING CLINs WORKSHEET

BASE PERIOD

DESCRIPTION UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE

Tarp - Stock Replenishment Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$

Tarp - Critical Stock Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Emergency Response (CONUS) (Cost)Tarp - Emergency Response (OCONUS) (Cost)Drop Trailer Rate

Diversion Rate BASE PERIOD OVERALL TOTAL PRICE

-$ BASE PERIOD SUBTOTALS -$ -$ -$ -$

10-5,000 TARPS 5,001 - 10,000 TARPS 10,001 - 25,000 TARPS 25,001 - 50,000 TARPS

Page 43: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

OPTION PERIOD 1

DESCRIPTION UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE

Tarp - Stock Replenishment Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$

Tarp - Critical Stock Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Emergency Response (CONUS) (Cost)Tarp - Emergency Response (OCONUS) (Cost)

Drop Trailer Rate OPTION PERIOD 1 OVERALL TOTAL PRICE

Diversion Rate -$

OPTION PERIOD 1 SUBTOTALS -$ -$ -$ -$ -$

10-5,000 TARPS 5,001 - 10,000 TARPS 10,001 - 25,000 TARPS 25,001 - 50,000 TARPS

Page 44: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

OPTION PERIOD 4 10-5,000 TARPS

DESCRIPTION UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE UNIT PRICE QTY PRICE

Tarp - Stock Replenishment Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Stock Replenishment Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$

Tarp - Critical Stock Site 1 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 2 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 3 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 4 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 5 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 6 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 7 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 8 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 9 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Critical Stock Site 10 1000 -$ 5,000 -$ 25,000 -$ 50,000 -$ Tarp - Emergency Response (CONUS) (Cost)Tarp - Emergency Response (OCONUS) (Cost)

Drop Trailer RateOPTION PERIOD 4 OVERALL TOTAL

PRICE

Diversion Rate -$

OPTION 4 PERIOD SUBTOTALS -$ -$ -$ -$

5,001 - 10,000 TARPS 10,001 - 25,000 TARPS 25,001 - 50,000 TARPS

Page 45: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

Attachment 1: SECTION B: PRICING WORKSHEET

PRICING SUMMARY SHEET

BASE PERIOD SUBTOTALSOPTION PERIOD 1 SUBTOTALSOPTION PERIOD 2 SUBTOTALSOPTION PERIOD 3 SUBTOTALSOPTION PERIOD 4 SUBTOTALS

-$

Tarp - Emergency Response (CONUS)

Tarp - Emergency Response (OCONUS)

Drop Trailer Rate

Diversion Rate GRAND TOTAL -$

-$ -$

-$ -$ -$ -$

10 - 5,000 TARPS 5,001 - 10,000 TARPS 10,001 - 25,000 TARPS 25,001 - 50,000 TARPS

-$ -$ -$ -$

-$ -$

-$

-$ -$

-$

-$ -$

-$

-$

-$ -$ -$ -$

-$ -$

-$

-$

Page 46: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

ATTACHMENT 3- DELIVERY ORDER INSTRUCTIONS HSFE70-14-R-0021

DELIVERY ORDER INSTRUCTIONS The Government will compete each delivery order. The delivery orders will be evaluated based on the following: price, delivery and past performance, to include performance on earlier orders placed with this contract. Delivery and past performance are significantly more important than price.

Each delivery order will specify the task, quantity, delivery locations and delivery date in accordance with the terms of the contract.

All quotes provided will be good for 30 days. Contractors are strongly encouraged to offer discounted pricing from established contract prices.

When FEMA has a requirement, the order request for price proposals will be submitted to the e‐mail and/or a call to the person designated as the 24 hours point of contact.

Contract awardee(s) will have a minimum of one and a maximum of four hours to respond to Emergency Response/Surge order requests.

Delivery times for delivery orders will be in accordance with those listed in Attachment 2 Deliverable and Delivery Locations unless otherwise indicated.

Oral or telecommunicated orders will be allowed under this contract for emergency requirements. Such orders will be confirmed by a written task order within (5) business days following placement of the verbal order. Only a Contracting Officer is authorized to place orders under this contract.

Page 47: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

II. REQUIRED ELEMENTS OF THE SUBCONTRACTING PLAN

DEPARTMENT OF HOMELAND SECURITYDHS SUBCONTRACTING PLAN

REVIEW CHECKLIST

All items on this checklist should be completed with information from the proposed prime contract and thesubcontracting plan. If the plan is missing any item listed in Section II, "Required Elements of theSubcontracting Plan", it is incomplete and shall not be accepted by the Contracting Officer. After thecompleted plan is reviewed by the component Small Business Specialist (SBS), it shall be submitted to theSBA Procurement Center Representative (PCR) for review. An acceptable plan must be approved by theContracting Officer (CO) prior to contract award.

DHS Form 700-23 (11/08)

Contractor/Address:

Contract Number: Contract Value: Base Options

Expiration Date: Base Options

Product or Service:

I. TYPE OF SUBCONTRACTING PLAN (check one)Individual Contract PlanMaster Plan with Individual GoalsCommercial Products Plan

YES NO

A. PLAN ADMINISTRATOR

1. Administrator's Name Telephone #

2. Description of his/her duties relating to the administration of this subcontracting plan.

B. EFFORTS TO ENSURE EQUITABLE OPPORTUNITY

Description of efforts to assure that small businesses have an equitable opportunity to competefor subcontracts.

C. CLAUSE INCLUSION AND FLOW DOWN

1. FAR 52.219-8 will be included in all subcontracts which offer further subcontracting opportunities.

2. Subcontractors, except small businesses, who receive subcontracts over the applicable threshold ($550,000 or $1,000,000) will adopt a similar subcontracting plan.

D. REPORTING AND COOPERATION

1. Agreement to submit reports into eSRS (ISR & SSR); and

2. Agreement to cooperate in studies, surveys, etc. conducted by the ACO, PCO, SBA and others.

Page 1 of 3

Page 48: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

DHS Form 700-23 (11/08)

1. Description of records maintained to show compliance with plan requirements and procedures.

2. Source lists and vendor data on SB, SDB, WOB, HUBZone, VOSB & SDVOSB concerns.

3. Lists of organizations contacted for sources.

4. For each contract, bidder's lists on subcontract solicitations over $100,000 (explain absence of SB, SDB, WOB, HUBZone, VOSB, or SDVOSB concerns) and reasons if responding SB concerns failed to receive award.

5. Efforts made to develop SB, SDB, WOB, HUBZone, VOSB & SDVOSB sources.

6. Description of buyer training and monitoring.

7. For other than Commercial Plans, on each subcontract, name, address, size and business type of awardee.

1. Total SubcontractingBase Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

2. Small Business Subcontracting (subset of item 1)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

3. Small Disadvantaged Business Subcontracting (subset of item 2)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

4. Women-Owned Small Business Subcontracting (subset of item 2)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

5. HUBZone Small Business Subcontracting (subset of item 2)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

6. Veteran-Owned Small Business Subcontracting (subset of item 2)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

7. Service Disabled Veteran-Owned Small Business Subcontracting (subset of item 2)Base Period 1st Option 2nd Option 3rd Option 4th Option

$ $ $ $ $

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

%

Page 2 of 3

%

E. RECORD KEEPING NOYES

F. DESCRIPTION OF GOOD FAITH EFFORTS TO ACHIEVE THE PLAN

G. GOALS (Note: % are calculated against the total subcontracting dollars in item #1)

Page 49: COMBINED SYNOPSIS/SOLICITATION FOR TARPS...COMBINED SYNOPSIS/SOLICITATION FOR TARPS RFP# HSFE70-14-R-0021 1 . A. This is a combined synopsis/solicitation for commercial items prepared

8. Description of subcontracted items and services:

9. Description of method of developing goals.

10. Are overhead and other indirect costs included in the plan goals?

11. If yes, description of method allocating these costs to the plan.

12. Description of method of identifying sources to solicit.

13. Timely payments to subcontractors.

A. Sources checked to determine contractor compliance with previous subcontracting plans and verify reasonableness of proposed goals:

1. SBA Regional Procurement Assistance staff2. Defense Contract Management Command (DCMC) Small Business Specialist:

Rating:

3. Other Agency Contracting Officers: No Yes, Name:

B. Copy of approval letter for Commercial Products Plan.

C. Copy of letter approving administrative elements of Master Plan.

D. Master Plan includes separate goals.

E. Plan demonstrates the Contractor's good faith efforts to use small business concerns as subcontractors to the maximum extent practicable.

IV. SIGNATURES/REVIEW

Name/Small Business Specialist Date

DateName/SBA/PCR

ACCEPT/APPROVAL

Name/Contracting Officer Date

Page 3 of 3DHS Form 700-23 (11/08)

NOYES

NOYES

H. DESCRIPTIONS AND EXPLANATIONS

N/A

III. PLAN EVALUATION