SOLICITATION NOTICE
66 -- Partial Discharge Ramp DC Ramp Test Set
- Notice Date
- 3/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Bureau of Reclamation Upper Colorado Region See Administered By Office 84138 US
- ZIP Code
- 00000
- Solicitation Number
- R17PS00719
- Response Due
- 5/12/2017
- Archive Date
- 5/27/2017
- Point of Contact
- Hilton, Lisa
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number, R17PS00719, is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-92. Reclamation intends to award using the procedures in FAR 12 and 13. This acquisition is unrestricted (full & open) under NAICS code 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Product Service Code is 6625, Electrical and Electronic Measuring Instruments. QUOTE DUE DATE: Quotes shall be submitted to Sonny Greene by 5:00 pm EST, Friday, May 12, 2017. Quotes shall be e-mailed to lgreene@usbr.gov. SOLICITATION CONTACT: The solicitation contact is Sonny Greene and can be reached at 928-645-0429, lgreene@usbr.gov. SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov ): The System for Award Management (SAM) is a Government owned-and-operated FREE website. Vendors must be successfully registered in SAM in order to be considered for a Government contract award. REQUIREMENT The Bureau of Reclamation, Glen Canyon Field Division intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: Partial Discharge DC Ramp Test Set: 1 each at $ ___ for a total of $ __. Total price shall include all applicable fees and taxes and shipping/freight charges. CLINs: CLIN NumberDescriptionQuantityCost (EA)Total Price delivered 0001Partial Discharge DC Ramp Test Set1 each Specification of Test Set: 1.QUANTITY AND TYPE The Bureau of Reclamation has a need for an Automated DC Ramp Test set. The test equipment will provide offline diagnostic information to identify problems in the stator ground wall insulation system of large AC generators and motors before an unexpected in-service failure occurs. Simple pass or fail information is unacceptable. The test equipment shall be capable of automatically ramping DC voltages from 0 to 60 kV. The test equipment shall have user selectable voltage control from 0 to 60kV. The test equipment will have ground presence detection, protection circuits and a built in safe winding discharge circuit. 2.Technical Data a.The equipment shall have the following salient constraints: Power Input: 85-264V AC, 2A, 50/60 Hz Output Voltage and Metering: 0 to 60 kV DC, negative polarity Ramp Rate: 0 to 2.5kV/min (continuously adjustable) Output current: 1.0 mA maximum Current Metering: 0-1/2.5/5/10/25/50/100/250 ¿A PC: USB interface; Windows 7, or better Operating Temperatures: +32 to +104 deg. F. Operating Altitude: 0 - 3000 Meters Standards: EN61010-1 (safety) EN61326 (EMC) IEEE Std95-2002 (Function) b.The equipment shall have both an automatic voltage ramp mode as well as manual voltage control, ranging from 0 - 60 kV DC. The equipment shall have an automatic voltage ramp rate from 0 to 2.5kV/minute (continuously adjustable). c.The equipment shall provide ground detection and protection circuits. d.The equipment shall have a built in safe winding discharge circuit. e.The equipment shall have a USB interface and be compatible with windows operating system 7 or newer. f.The equipment shall be contained or mounted in a rugged case for protection during transport. g.Manufacturer ¿s warranty. 3.CABLES The following cables shall be provided with the test equipment. a.A complete set of high voltage test leads rated for 60 kV DC shall be provided with the test equipment and at a minimum the lead length should be 23 feet. b.A complete set of control cables. c.Grounding cable(s). 4.POWER REQUIREMENTS The equipment shall be capable of utilizing a 120VAC, 60Hz input with a current rating that doesn ¿t exceed 10 amps. 5.SOFTWARE A software package with the following capabilities shall be included: ¿Capability to graph the test results, i.e. Voltage vs Current can be plotted. ¿Capability to display voltage vs. current curves side by side for an analysis on winding condition ¿Capability to store multiple curves and test parameters for later analysis ¿Capability to allow set up of the unit nameplate data ¿Capability to set up ramp rate and which phase is being tested. Plus note other parameters such as ambient temperature, humidity, etc. ¿Capability to allow the user to make a number of settings such as export file to Excel, display the test data once the test is finished, or start the new test. ¿The software shall have the ability to display the results as the tests are underway so that the leakage current versus voltage curves can be examined. This facilitates a test stoppage before failure of the insulation occurs. It also provides information regarding failure mechanisms as well as the physical location of the deterioration. ¿The software shall have the ability of automatically calculating and providing the Polarization Index value that determines whether the winding insulation should be subjected to applied voltages beyond its rating. 6. DATA FORMAT COMPATIBILITY The equipment shall provide results in a data format that is compatible with the existing 2013 Microsoft Office tools. The test file format shall be such that it can be exported and integrated into Excel. 7.INSTRUCTION MANUAL The vendor or manufacturer shall supply an instruction manual with the test equipment. The manuals shall contain relevant operating instructions including: a quick start guide, setup instructions, connection scheme, as well as safety and troubleshooting tips. Maintenance information shall include a preventative maintenance or calibration schedule as well as any necessary instructions. The manuals shall also include all relevant equipment model number(s), a complete parts list, and personal contacts for requesting parts or service. SUBMITTALS: Vendors shall submit the Manufacturer Specifications of the Partial Discharge DC Ramp Test Set they propose with their quote, list delivery date of test set. DELIVERY INFORMATION: Delivery shall be FOB Destination. USBR, Glen Canyon Dam, 805 Bureau Street, PO Box 1477, Page, Arizona 86040. CLAUSES and PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS ¿ COMMERCIAL ITEMS - (JAN 2017) ADDENDUM TO 52.212-1 This addendum replaces the term ¿offer ¿ with ¿quote ¿ within the provision at 52.212-1. Note: Include this addendum if using FAR 13 and soliciting quotes only, as within 52.212-1 the term 'offer' is used instead of quote. A quote is not a binding 'offer'. 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): FAR Provisions ¿ https://www.acquisition.gov/far/ (End of Provision) ADDENDUM TO 52.212-1 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS - (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the date of the provision. (b) The use in this solicitation of any Department of the Interior Acquisition Regulation (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the name of the regulation. (End of provision) ADDENDUM TO 52.212-1 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) (a) Definition. As used in this provision ¿ ¿Commercial and Government Entity (CAGE) code ¿ means ¿ (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or Government entity; or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Contractor and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. (b) The Offeror shall enter its CAGE code in its offer with its name and address or otherwise include it prominently in its proposal. The CAGE code entered must be for that name and address. Enter ¿CAGE ¿ before the number. The CAGE code is required prior to award. (c) CAGE codes may be obtained via ¿ (1) Registration in the System for Award Management (SAM) at www.sam.gov. If the Offeror is located in the United States or its outlying areas and does not already have a CAGE code assigned, the DLA Contractor and Government Entity (CAGE) Branch will assign a CAGE code as a part of the SAM registration process. SAM registrants located outside the United States and its outlying areas shall obtain a NCAGE code prior to registration in SAM (see paragraph (c)(3) of this provision). (2) The DLA Contractor and Government Entity (CAGE) Branch. If registration in SAM is not required for the subject procurement, and the offeror does not otherwise register in SAM, an offeror located in the United States or its outlying areas may request that a CAGE code be assigned by submitting a request at https://cage.dla.mil. (3) The appropriate country codification bureau. Entities located outside the United States and its outlying areas may obtain an NCAGE code by contacting the Codification Bureau in the foreign entity ¿s country if that country is a member of NATO or a sponsored nation. NCAGE codes may be obtained from the NSPA at https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx if the foreign entity ¿s country is not a member of NATO or a sponsored nation. Points of contact for codification bureaus, well as additional information on obtaining NCAGE codes, are available at http://www.nato.int/structur/AC/135/main/links/contacts.htm. (d) Additional guidance for establishing and maintaining CAGE codes is available at https://cage.dla.mil (e) When a CAGE Code is required for the immediate owner and/or the highest-level owner by 52.204-17 or 52.212-3(p), the Offeror shall obtain the respective CAGE Code from that entity to supply the CAGE Code to the Government. (f) Do not delay submission of the offer pending receipt of a CAGE code. (End of provision) ADDENDUM TO 52.212-1 WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation - (Mar 1993) (a) Metric Transition Plan. The Department of the Interior on December 6, 1991, issued a Metric Transition Program (Part 758 Department Manual Chapter 1) to establish and describe the program's policies and responsibilities. The Bureau of Reclamation (Reclamation), has developed a Metric Transition Plan to implement metrication in Reclamation. This plan describes Reclamation's overall strategy for using the metric system, defines general requirements and procedures for carrying out the transition, and details the tasks with milestones for Reclamation offices to complete. (b) The Omnibus Trade and Competitiveness Act of 1988 (Trade Act). (1) Section 5164 of Public Law 100-418, the Trade Act, amended the Metric Conversion Act of 1975 and designated the metric system of weights and measures for United States trade and commerce. (2) The Trade Act establishes September 30, 1992, as the implementation date (to the extent economically feasible) for Federal agencies to use the metric system of measurement in its procurements, grants, and other business-related activities. (3) The Trade Act permits exceptions to the use of the metric system to the extent that such use is impractical or is likely to cause significant inefficiencies or loss of markets to United States firms, such as when foreign competitors are producing competing products in non-metric units. (4) As a result of the Trade Act, the President issued Executive Order 12770 dated July 25, 1991, to implement the congressional designation of the metric system as the preferred system of weights and measures for United States trade and commerce. (c) Bureau of Reclamation Implementation. As a result of the Trade Act, Reclamation will, to the maximum extent practicable, use hard conversion and soft conversion metric systems in designing its construction projects, eventually phasing out use of the soft conversion metric system. Exceptions to this policy will only be made when such use is impractical, produces inefficiencies or market losses, or is not economically feasible. (d) Expected Results. Reclamation expects its support of the metric system to result in increased use of the metric system by U.S. contractors, thereby increasing their ability to compete in the international marketplace. Increasing use of the metric system by U.S. contractors will eliminate possible restrictions on their bidding in the international marketplace and will eliminate any impact of economic blocks by metric countries restricting the acceptance of non-metric products. (End provision) ADDENDUM TO 52.212-1 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior - (Apr 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) 'Trade Secret' means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) 'Confidential commercial or financial information' means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers 'commercial and financial information obtained from a person and privileged or confidential,' and exemption (9), which covers 'geological and geophysical information, including maps, concerning wells.' (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: 'The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract. c The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: 'This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal.' (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End Provision) ADDENDUM TO 52.212-1 WBR 1452.222-80 Notice of Applicability--Cooperation with Authorities and Remedies - Child Labor--Bureau of Reclamation - (Jan 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in - (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. (End of Provision) 52.212-2 EVALUATION ¿ COMMERCIAL ITEMS - (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: __Technical Capability ______________ __Past Performance________________ __ Price _________________________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; (iii) Past performance Technical and past performance, when combined, are more important than price. (End of provision) ADDENDUM TO 52.212-2 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿Representation and Certification (Oct 2015)) (a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. 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)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror-- (1) 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; (2) 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. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran ¿s Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (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 ). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if ¿ (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of Provision) ADDENDUM TO 52.212-2 WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation - (May 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of Provision) 52.212-3, Offeror Representations and Certifications -- Commercial Items. Note to Offerors: Please include a completed copy of this provision with your quote or complete reps and certs in sam.gov registration. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ¿ COMMERCIAL ITEMS - (JAN 2017) The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (t) of this provision. (a) Definitions. As used in this provision ¿ ¿Economically disadvantaged women-owned small business (EDWOSB) concern ¿ means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business eligible under the WOSB Program. ¿Forced or indentured child labor ¿ means all work or service ¿ (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. ¿Highest-level owner ¿ means the entity that owns or controls an immediate owner of the offeror, or that owns or controls one or more entities that control an immediate owner of the offeror. No entity owns or exercises control of the highest level owner. ¿Immediate owner ¿ means an entity, other than the offeror, that has direct control of the offeror. Indicators of control include, but are not limited to, one or more of the following: ownership or interlocking management, identity of interests among family members, shared facilities and equipment, and the common use of employees. ¿Inverted domestic corporation ¿, means a foreign incorporated entity that meets the definition of an inverted domestic corporation under 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). ¿Manufactured end product ¿ means any end product in product and service codes (PSCs) 1000-9999, except ¿ (1) PSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. ¿Place of manufacture ¿ means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. ¿Predecessor ¿ means an entity that is replaced by a successor and includes any predecessors of the predecessor. ¿Restricted business operations ¿ means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate ¿ (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. ¿Sensitive technology ¿ ¿ (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically ¿ (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). Service-disabled veteran-owned small business concern - (1) Means a small business concern ¿ (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). ¿Small business concern ¿ means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. ¿Small disadvantaged business concern ¿, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that ¿ (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by ¿ (i) One or more socially disadvantaged (
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb3c8b7d0551e8c2ccbbdda35615d341)
- Record
- SN04455174-W 20170402/170331234209-bb3c8b7d0551e8c2ccbbdda35615d341 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |