JOB TITLE: Tulane Disaster Emergency Recovery Services RFP ISSUE DATE .

Transcription

Request for ProposalsTulane Disaster Emergency Recovery ServicesJOB TITLE:Tulane Disaster Emergency Recovery ServicesRFP ISSUE DATE:June 22nd 2020PROPOSAL DUEDATE:All proposals are due into the: Capital Projects and Real Estate office, 800 E. CommerceRoad, Ste 201 by 2:00 pm on July/ 21st/ 2020.FROM:Tulane University (“Owner”)Capital Projects and Real Estate Group800 E. Commerce Rd.Suite 201Harahan, LA 70123Phone :Fax :E-mail :N/AN/Abomalle1@tulane.eduPRE-PROPOSALSITE n:VirtualREPRESENTATIVE:Name:Title:Phone:Fax :E-mail:Direct all correspondence regarding these instructions to:Brian O MalleyAVP Federal & Grant ServicesN/AN/Abomalle1@tulane.eduFEDERAL FUNDINGOR ASSISTANCEThis work will likely be federally funded, in part or in whole, by the Federal EmergencyManagement Agency (“FEMA”) and therefore is subject to federal grant regulations at 2C.F.R. Part 200.SCOPE OF WORK:The scope of work is as provided in the proposed Contract Documents, included inAttachment 4 #, per the terms set forth in the form of Standard Form of Agreement of theOwner Attachment 3.REPRESENTATIONS:1.11.1.11.1.2July 7th, 2020- (Email for details)Zoom ConferenceEach Offeror/Contractor by providing a proposal represents and warrants that:Contractor has read and understands the Contract Documents and the proposal is made inaccordance therewith.Contractor has visited the work site or is otherwise familiar with the local conditions underwhich the Work is to be performed.From its own investigation, Contractor has satisfied itself as to the scope, accessibility,nature and location of the Work and the character and extent of the work to be performed.

2Contractor is advised to carefully consider all physical features and activities andoccupancies by faculty, staff and students, and to plan activities so as not to disrupt thenormal operations and activities of Owner except as expressly permitted by the ContractDocuments.1.1.3Contractor’s proposal is based solely upon the materials, systems and equipmentdescribed in the Contract Documents.1.1.4Contractor’s proposal is not based on any verbal instructions contrary to ContractDocuments.1.1.5Contractor is fully qualified under any State or local licensing law for professionals in effectat the time and at the location of the Work before submitting its proposal. Contractor shallbe responsible for determining that all of Contractor’s Subcontractors or prospectiveSubcontractors are duly licensed in accordance with applicable law.1.1.6Contractor will not discriminate against any employee or applicant for employment becauseof race, color, sex, religion, national origin, age, handicap or veteran status. Contractor willtake affirmative action to ensure that applicants are employed and that employees aretreated during employment without regard to their race, color, sex, religion, national origin,age, handicap or veteran status. In the event of Contractor’s noncompliance with the EqualEmployment Opportunity conditions or with any of such rules, regulations or orders, thecontract may be cancelled, terminated or suspended in whole or in part. The “EqualOpportunity Clauses” set forth in 41CFR60-1.4a; 41CFR60-4; and 41CFR60-741 arehereby incorporated by reference in this document as though fully set forth herein.1.2Ethics and Compliance HistoryTulane only seeks to do business with reputable companies that have a track-record ofbusiness integrity. As a result, Tulane will only consider a proposal from contractors thathave a track-record of ethical and compliant conduct. An offeror should feel free to provideinformation demonstrating its track-record of ethical and compliant conduct, but through thesubmission of this proposal represents that neither it nor any of its principals (as thoseterms are defined in Title 2, Part 180 and Title 48, Part 9 of the Code of FederalRegulations):1) Is presently debarred, suspended, proposed for debarment, declared ineligible, orvoluntarily excluded by a Federal department or agency;2) Has within a 3-year period preceding this proposal been convicted of or had a civiljudgment rendered against it for commission of fraud or a criminal offense inconnection with obtaining, attempting to obtain, or performing a public (Federal,State or local) transaction or contract under a public transaction; for violation of aFederal or State antitrust statute; or for commission of embezzlement, theft,forgery, bribery, falsification or destruction of records, making false statements, orreceiving stolen property;3) Is presently under indictment for or otherwise been criminally or civilly charged by agovernmental entity (Federal, State or local) with commission of any of theoffenses enumerated in the immediately preceding paragraph.1.31.3.1Conflicts of InterestContractor shall disclose to Owner any actual or potential conflicts of interest (as that isdefined at Title 2, Section 200.318 of the Code of Federal Regulations) that may ariseunder this Contract. Contractor shall explain the actual or potential conflict in writing insufficient detail so that Owner is able to assess such actual or potential conflict. Contractorshall provide Owner any additional information necessary for Owner to fully assess and

3address such actual or potential conflict of interest. Contractor shall accept any reasonableconflict mitigation strategy employed by Owner, including but not limited to the use of anindependent subcontractor(s) to perform the portion of Work that gives rise to the actual orpotential conflict.1.3.2Contractor has a continuing obligation to notify Owner of any actual or potential conflicts ofinterest as soon as possible, as such may arise, under the Contract or during the course ofperformance of any Work under the Contract.1.4Local and Small Business RepresentationsOfferors must complete the following representations. Unless otherwise stated below,terms in italics are subject to the definitions at 48 C.F.R. § 52.219-1. Check all that apply,however, additional instructions for completion are contained within the brackets.1) Locally headquartered business. The offeror represents as part of its offerthat it is, is not a locally (being within the New Orleans metropolitanarea) headquartered business.2) Locally operating business. [Complete only if the offeror represented that it isnot a locally headquartered business in paragraph (2) of this provision.] Theofferor represents as part of its offer that it is, is not a locally operating(having an office within the New Orleans metropolitan area) business.3) Small business concern. The offeror represents as part of its offer that it is, is not a small business concern.4) Small disadvantaged business concern. [Complete only if the offerorrepresented itself as a small business concern in paragraph (3) of thisprovision.] The offeror represents, for general statistical purposes, that it is, is not a small disadvantaged business concern as defined in 13 C.F.R.§ 124.1002.5) Women-owned small business concern. [Complete only if the offeror representeditself as a small business concern in paragraph (3) of this provision.] The offerorrepresents that it is, is not a women-owned small business concern.CONTRACT DOCUMENTS:2.12.1.1Interpretation or Correction of Contract Documents:It shall be Contractor's responsibility to make inquiries as to any changes. All changes shallbe acknowledged in issued Addendum and shall become part of the Contract Documents.Contractor is responsible for confirming prior to submitting its proposal that it has received allissued Addenda. Owner is not responsible for any explanation or interpretations of theContract Documents not covered by written, issued Addendum.2.1.2Interpretations, corrections or changes of the Contract Documents made in any other mannerwill not be binding, and Contractor shall not rely upon such interpretations, corrections andchanges.PROPOSALS & EVALUATION PROCEDURES:3.1Form and Style of Proposals:3.1.1Proposals shall be submitted in the form as determined by the offeror subject to the conditionsset forth herein.

43.2Proposal Conditions:The proposal format received from the respondent should be formatted as follows:Cover Letter.Cover Letter signed by the authorized representative of the respondent whichincludes the following:a.b.c.d.e.f.g.h.i.j.k.Name and Location of the RespondentLegal AddressPoint of Contact for the ProposalFederal and State Tax IDBusiness and Professional Licenses and Certifications of the FirmAnnual RevenueNumber of Offices and LocationsNumber of EmployeesStatement of Capability to provide the services as defined in the Scope ofWork Attachment 4.Statement of commitment to the requirements for the respondent as listed inthis RFPStatement of availability to provide services to Tulane University for a periodending not later than December 31, 2022.Company Background and Experience and Past Performancea. The proposer should give a brief description of its company including a briefhistory, corporate, and other, structure and organization, number of years inbusiness, and copies of its latest financial statements, preferably audited. TheProposer should provide a description of its organizations resources that would beavailable to support this project, such as facilities, tools, or auxiliary staff who haveunique qualifications and experience.This section should provide a detailed discussion of the proposer’s prior experiencein working on projects similar in size, scope, and function to the proposed contract.Proposers should describe their experience in other states or incorporate/governmental entities of comparable size and diversity with referencesfrom previous clients including names and telephone numbers.b. Three representative projectsi. Clientii. Dateiii. Type of Damage or Eventiv. Type of Work – Services Providedv. Number of Personnel on the Project – ( By Position)vi. Total Revenue or Project Valuec. References from past and current clients, to include points of contact forthese references;d. Statement indicating current and future contracts with FEMA or the State ofLouisiana.

5e. If sub-Consultants/Engineers will be employed, the proposer should providethe same information as above regarding the sub-Consultant (s) orEngineers as is requested for the proposer.Project MethodologyThe Proposer should provide:1. Information to indicate Proposer understands the nature of the project andhow their proposal will best meet the needs of the Owner.2. Its functional approach in providing the scope of services as defined inAttachment 4.3. Its functional approach in identifying the tasks necessary to meet therequirements of the scope of services.4. Its approach to Project Management and Quality Assurance.5. Its proposed Project Work Plan that reflects the approach andmethodology, tasks and services to be performed, deliverables and staffing.Cost Information(Submit under separate cover; no pricing information should be submitted withOperational Proposal)The proposal shall include the following:a. An hourly rate for each position description listed in 4.2.6 The hourly ratesshall be inclusive of labor, overhead, and all other expenses, except travel.Failure to provide an hourly rate for each position/equipment shall cause theproposal to be disqualified. Owner must pre-approve in writing, on case-bycase basis, any travel requirement by any individual Consultant employees.All Owner approved travel lodging, per diem and car rental expenses shallbe reimbursed in accordance with State of Louisiana Policy and theProcedure Memoranda (PPM 49).b. Any additional information responsive to the requirements of paragraph 4.2.6.Financial StabilityThis paragraph should contain the information satisfying the requirements ofparagraph 4.2.4.Evaluation of Selected Sub-consultants/EngineersProvide a list of all sub-consultants/engineers, if any, that the firm plans tohire to cover the various project requirements.Evaluation of Firm’s WorkloadDemonstrate that, with the current and anticipated work back log and workforce, the firm can perform the required Scope of Services when activated at the time of theevent. This should also be demonstrated for any sub-consultants/engineers.3.33.3.1EvaluationThe Contract shall be awarded on a “most advantageous” basis, which means that Tulanemay award a contract to an offeror that submits other than the lowest price/pricing, but ratheroffers the best value given the totality of circumstances under consideration, includingcompliance with applicable law, regulation and terms and conditions, and the timing of theproject.

63.3.2Price will be a significant factor in the evaluation, however, the Contractor’s demonstration ofcompliance with and ability to conform to the terms of the Contract, in including, but notlimited to: The contract administration and procurement requirements of Title 2 Part 200;The document creation, retention and maintenance requirements contained hereinand in the Contract Documents; andThe local and/or small (or minority-owned) business status of the offeror.3.3.3Evaluation Criteria3.3.3.1Evaluation MethodologyAn evaluation team will be appointed by Owner. The evaluation team will evaluate allproposals in accordance with the criteria outlined in paragraph 4.2, which shall determine themost advantageous proposal for Owner.FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR:4.1Offerors may submit any one or a combination of the below types of proposals. Offeror’s4.1.1proposal shall include an explanation of the rationale underlying the type of proposal selectedas well as any associated risks with such proposal type:4.1.2Fixed Price Contract – PREFERRED CONTRACT TYPE. This is a fixed-price contractfor (the “Fixed Contract Amount”). Contractor will submit invoices for paymentin accordance the terms of Tulane’s standard Master Services Agreement ((Attachment 1)).4.1.3Cost Reimbursement Contract. Contractor shall be reimbursed by Tulane for all directand indirect costs incurred in connection with the Work up to an amount equal to (the “Maximum Cost Reimbursement Contract Amount”). Tulane shall not beliable for the reimbursement of any cost incurred by the Contractor in excess of the MaximumCost Reimbursement Contract Amount. Contractor will submit invoices for payment inaccordance the terms of Tulane’s standard Master Services Agreement ((Attachment 1)). IfContractor meets 100% of the technical requirements of the Work, Contractor shall beentitled to a performance fee of: (“Performance Fee”). Any performance lessthan 100%, which Tulane shall determine as a percentage of the totality of technicalrequirements, shall result in a proportional decrement to the Performance Fee. If Tulanedeems the Contractor’s performance amounts to less than 75% of the technicalrequirements, the Contractor forfeits 100% of the Performance Fee.4.1.4Time & Materials Contract. Contractor shall be compensated at fixed, fully burdenedrates that include all indirect costs and profit (the “Fixed Hourly Rate”) for each hour spentperforming the Work. Contractor shall also be reimbursed for all costs incurred for equipment,materials and supplies used in performing the Work. Contractor shall not include any markups to the cost of equipment, materials and supplies. Contractor will submit invoices forpayment in accordance the terms of Tulane’s standard Master Services Agreement(Attachment 1)4.2Evaluation and Selection Criteria4.2.1Firm’s qualifications, experience, and past performance: 25 PointsThe qualifications, experience and past performance of the respondent will be assessedagainst the Scope of Services. NOTE: the same criteria will be applied to the proposed subconsultants/contractors which the respondent intends to retain. All sub-consultants will beevaluated with the same criteria as the principal firm.

74.2.2Proposed staff qualifications and experience with grant reimbursement Type Projects: 15PointsThe firm must demonstrate that it has experience in managing projects that are 75% federalgrant reimbursable. This includes meeting the various requirements of Title 2 Part 200 Codeof Federal Regulations, including but not limited to the mandatory procurement practices,federally required contractual provisions (set forth in the Form of Agreement) (Attachment3), flow down requirements, and document creation, retention and maintenancerequirements, contained therein. NOTE: The failure on the part of the Contractor toadequately conform to the record keeping process in compliance with the applicableregulations shall serve as a basis to allow Owner to recover any monies not ultimatelyrecovered from and/or reimbursed by the federal government as a result of this conduct.4.2.3Project methodology approach: 20 PointsEach proposal will be evaluated on the respondent’s project implementation approach. Therespondent should submit a basic project plan which will allow the evaluation team todetermine how the respondent understands the task as outlined in the RFP.4.2.4Financial stability: 10 PointsThe financial stability of the respondent will be evaluated to determine, among other matters,the respondent’s ability to meet all costs of the respondent’s proposal.4.2.5Evaluation of Firm’s Workload: 5 PointsThe firm must demonstrate that with its current and anticipated work load it can adhere toand perform the services required.4.2.6Cost: 25 pointsa.a. Respondents will submit cost schedules for all personnel and equipment that therespondent anticipates may be required to provide complete response to anypotential incident for which a Work Order would be issued. Samples of the format forthe submission of the cost schedules are provided (Attachment 2). Note: Thebelow schedules are for example purposes only. It is the responsibility of theRespondent to ensure that all personnel positions and equipment are represented inthe schedules submitted with their proposal.b. The cost evaluation will be based upon the rates submitted by the respondent.The hourly/daily rates for personnel and equipment shall be inclusive of all costs.The hourly rates for personnel shall be inclusive of all costs, except for travelrelated expenses and per-diem for personnel. The daily rate for all equipmentshall be inclusive of fuel and maintenance requirements. The lowest cost will bedetermined by the sum of all rates submitted. The respondent with the lowest“total cost” will receive 25 points for the cost category. The remainingproposers will receive a score based upon the following formulaCS [(LPC/PC) x 25]CS Compared cost score for proposersLPC Lowest proposed cost for all proposersPC Proposer’s costc. Prior to the issue of a Work Order, the selected firm will, in consultation with theOwner, develop a Guaranteed Maximum Price for a specific scope of work andWork Order.d. Note that no markups will be permitted with respect to the rates submitted by therespondent i.e. (cost plus), whether in connection with the work or servicesprovided by a subcontractor, or otherwise.e. By submitting proposals, the respondent agrees that it will submit invoices in themanner and format required by FEMA and/or any insurer of Owner.

8f. Owner’s evaluation team will recommend the award of the agreement to therespondent that receives the highest score based on the evaluation criteria,subject to the other provisions of this RFP.4.34.3.1SPECIALREQUIREMENTS5.15.1.1Award:Owner reserves the right to accept or reject any and all proposals without compensation toofferors, to waive irregularities or informalities, and to accept the proposal which, in Owner’ssole judgment, is most advantageous to the Owner, even if it does not receive the highestscore.Once a proposal is awarded and an Agreement is executed, the Request for Proposal andthe proposal shall be included as a Contract Document and enforceable against the partyexecuting the Agreement.Purchasing of Materials, Supplies and Equipment by OwnerOwner may, at its sole option, order some or all of the equipment, materials and supplies foruse in the Project through Owner’s purchasing representative to be actually purchased orleased, as applicable, and paid for and owned by Owner but deliverable to the contractor, withthe initial project cost and corresponding progress payments being reduced by the amountassociated with the purchase or lease, as applicable, of the equipment, materials and supplies,including sales and use taxes and shipping and delivery costs. Contractor and allsubcontractors shall fully cooperate with Owner’s exercise of this option. Owner assumes riskof loss until delivered to contractor.5.25.2.1Specific Tulane Terms and ConditionsContractor shall abide by those terms and conditions contained at Exhibit B to Tulane’sstandard Master Service Agreement.5.35.3.1Federally Required ProvisionsContract shall abide by those terms and conditions contained at Exhibit C to Tulane’sstandard Master Service Agreement.5.3.25.3.2.1Document Collection and RetentionThis contract may be federally funded, in part or in full, and as such Tulane is responsible forsubstantiating its actual costs through sufficient documentation. These records become thebasis for verification of the accuracy of project cost estimates during validation of small projects,reconciliation of costs for large projects, and audits. To ensure documentation is maintainedto support that costs incurred in performance of this contract are allowable and allocable, anycontract issued pursuant to this solicitation shall be subject to the record retention requirementsof Title 2, Part 200 of the Code of Federal Regulations. Given the broad language set forth inthe applicable provisions of the Code of Federal Regulations, Tulane specifically notes forofferors that one of Tulane’s priorities in the award of this contract will be the system forcollecting and the retention system for maintaining accurate information about the events andexpenditures related to contract. Tulane expects each offer to include a detailed descriptionof the recordkeeping system that the offeror is proposing, and the strength of the data collectionand retention proposals will be one of the principal criteria on which Tulane will determine whichoffer will best facilitate successful accomplishment of its goals.5.3.2.2In determining what data collection and retention system to propose, potential offerors shouldconsult Title 2, Part 200 of the Code of Federal Regulations, which requires the retention ofrecords directly pertinent to the work.The information required for documentation describes the “who, what, when, where, why, andhow much,” for each item of work. For Tulane, this information should include the estimated

9and actual costs; force account labor; force account equipment, materials, and purchases;photographs of work underway, and work completed; insurance information; environmentaland/or historic alternatives and hazard mitigation opportunities considered; environmentalreview documents; receipt and disbursement documents; and records of donated goods andservices, if any. For work performed by Contractor under this Agreement, Contractor isrequired to keep documentation sufficient to support those requirements.By way of example, this documentation would include, but is not limited to, supportingdocuments for procurement decisions (i.e., the selection of subcontractors), as well as recordsof expenses incurred in relation to the work, such as:detailed scopes of work;contemporaneous and verified timesheets that record labor hours worked each day by eachperson; overtime worked, including justifications as to the amount of overtime and the reasonfor such overtime; receipts for materials procured; records of materials actually used (versusthose procured and not used); subcontractor invoices and their supporting costs; lodging andper diem expenses; etc. Note, the aforementioned categories of information are merelyillustrative and by no means serve as an exhaustive list.5.3.2.3As a result of the importance of document creation and maintenance, the contract awarded inresponse to this solicitation will include a requirement substantially similar to this term. Further,any contractor shall be required to flow down this requirement to, or a substantially similarrequirement, its subcontractors, to make certain that Tulane will have in its possession (oraccess to) all the information necessary to satisfy its obligations to the Federal government.5.3.2.4Contractor agrees to maintain the records described herein for a period of five (5) years fromthe date of final payment. Contractor also agrees to notify Tulane in writing at least sixty (60)days prior to the destruction of any such documents so that Tulane may request the provisionof such documents or copies thereof prior to their destruction. Tulane shall pay any associatedshipping and/or reproduction costs.5.3.2.5The failure on the part of the contractor to adequately conform to the record keeping processin compliance with the applicable regulations and this term, including the notification ofdestruction, shall serve as a basis to allow Tulane to recover any monies not ultimatelyrecovered from and/or reimbursed by the federal government as a result of a lack of relevantsupporting documentation.5.4Flow Down RequirementsContract shall be required to flow down the following requirements to all subcontractors, asapplicable: The requirements of Title 2 Part 200 of the Code of Federal Regulations;The Tulane specific terms and conditions as set forth at paragraph 5.3; andThe federally required provisions, including the document collection and retentionrequirements as set forth in paragraph 5.4.COMMENCEMENT DATE & COMPLETION TIME:6.1Completion Time:6.1.1Contractor hereby agrees to commence Work as Work Orders are issued and to fullycomplete the project as provided in the Contract Documents by date on issued Work Order.Contractor's attention is especially directed to the urgency of this Work and that time is of theessence.

10Confidentiality Statement7.1 Respondent agrees that it will establish policies and procedures to safeguard informationdeemed sensitive by the Owner. All financial, statistical, personal, technical and other data andinformation relating to the Owner’s operation which are designated confidential by the Ownerand made available to Respondent in order to carry out services described in this RFP, orwhich become available to the Respondent in carrying out this contract, shall be protected bythe Respondent from unauthorized use and disclosure. (See Attachment 1)

11ATTACHMENT 1 – CERTIFICATION STATEMENTThe undersigned hereby acknowledges she/he has read and understands all requirementsand specifications of the Request for Qualifications (RFP), including attachments.OFFICIAL CONTACT: Tulane University (“Tulane”) requests that the proposer designate one personto receive all documents or other communication. Primary means of communication will be via e-mail.Identify the Contact name and fill in the information below: (Print Clearly):A . Official Contact Name:B. E-mail Address:C . Facsimile Number with area code: ( )D. US Mail Address:E . Telephone Number :Respondent grants permission to Owner to contact the above named person or otherwise verify theinformation provided.By its submission of this proposal and authorized signature below, respondent certifies that:The information contained in the response to this RFP is accurate;(1) Respondent has complied with each of the mandatory requirements listed in the RFP and meets orexceeds the requirements outlined therein;(2) Respondent accepts all requirements, conditions and terms set forth in this RFP and the proposedagreement;(3) Respondent’s proposal is valid for at least 90 days from the date of respondent’s signature below;(4) Respondent agrees that if selected as the successful respondent, respondent will have 10business days from the date of notice of contract award to execute the final agreementdocument in the form attached to the RFP.(5) Respondent agrees that it will establish policies and procedures to safeguard information deemedsensitive by the Owner. All financial, statistical, personal, technical and other data andinformation relating to the Owner’s operation which are designated confidential by the Owner andmade available to Respondent in order to carry out services described in this RFP, or whichbecome available to the Respondent in carrying out this contract, shall be protected by theRespondent from unauthorized use and disclosure.Typed or Printed Name:Title:Company Name:Address:City: State: Zip:CLIENT:SIGNATURE of Respondent’s Authorized RepresentativeDate

12ATTACHMENT 2ItemDescriptionUnitRatePersonnel1Project DirectorHourly 2Project ManagerHourly 3Project CoordinatorHourly 4Assistant Project ManagerHourly 5Health & Safety OfficerHourly 6Restoration SupervisorHourly 7Project AuditorHourly 8Clerical SupportHourly 9Emergency ResponderHourly 10General LaborHourly 11Equipment TechnicianHourly 12Environmental ConsultantHourly 13CarpenterHourly 14ElectricianHourly 15PainterHourly 16MechanicalHourly 17PlumberHourly 18GlazerHourly 19RooferHourly 20Grounds WorkerHourly 21Roofing InspectorHourly 22Hazardous Material Inspectors (Certified)Hourly Total Hourly CostItemDescription UnitRateDrying & Air Filtration Equipment1Dehumidifier - EBAC NeptuneDaily 2Dehumidifier - EBAC CD60Daily 3Dehumidifier - Drieaz 120Daily 4Dehumidifier - Drieaz 1200Daily 5Dehumidifier - Drieaz 2400Daily 6Dehumidifier - Phoenix 200Daily

137Dehumidifier - Phoenix 300Daily 8Fan - Turbo DryerDaily 9Fan - Hurricane 48"Daily 10Fan - Injeti-DryDaily 11Fan - Turbo VentDaily 12Scrubber - Phanom NAM 2000Daily 13Scrubber - Phanom NAM 600Daily 14Scrubber - Phoenix Guardian NAM 1300Daily 15Scrubber - Phoenix Guardian NAM 2000Daily 16Equipment DecontaminationDaily Desi

4) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (3) of this provision.] The offeror represents, for general statistical purposes, that it is, is not a small disadvantaged business concern as defined in 13 C.F.R. § 124.1002. 5) Women-owned small business concern.