0% found this document useful (0 votes)
29 views27 pages

Sol 89503625QSW000165

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
29 views27 pages

Sol 89503625QSW000165

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 27

1.

REQUISITION NUMBER PAGE OF


SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 1 27
2. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION
EFFECTIVE DATE 89503625QSW000165 ISSUE DATE
10/28/2024
7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/LOCAL TIME
INFORMATION CALL: Andrew Monroe 000-0000 11/26/2024 1630 CS

9. ISSUED BY CODE 895036 10. THIS ACQUISITION IS UNRESTRICTED OR X SET ASIDE: 100.00 % FOR:

WOMEN-OWNED SMALL NORTH AMERICAN INDUSTRY


Southwestern Power Administration X SMALL BUSINESS
BUSINESS (WOSB) CLASSIFICATION STANDARD
SWPA (Tulsa) HUBZONE SMALL
ECONOMICALLY DISADVANTAGED
(NAICS):
BUSINESS
U.S. Department of Energy WOMEN-OWNED SMALL
SERVICE-DISABLED BUSINESS (EDWOSB) 561730
Southwestern Power Administration VETERAN-OWNED
P.O. Box 1619 SMALL BUSINESS 8(A) SIZE STANDARD: $9.5
Tulsa OK 74101 (SDVOSB)

11. DELIVERY FOR FREE ON BOARD 13b. RATING


12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED
(FOB) DESTINATION UNLESS 14. METHOD OF SOLICITATION
ORDER UNDER THE DEFENSE REQUEST FOR
BLOCK IS MARKED REQUEST FOR INVITATION
PRIORITIES AND ALLOCATIONS PROPOSAL
X SEE SCHEDULE X QUOTE (RFQ) FOR BID (IFB)
SYSTEM - DPAS (15 CFR 700) (RFP)
15. DELIVER TO CODE 16. ADMINISTERED BY CODE 01301
See Schedule

17a. CONTRACTOR/ CODE FACILITY 18a. PAYMENT WILL BE MADE BY CODE


OFFEROR CODE

TELEPHONE NO.

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW
IS CHECKED SEE ADDENDUM

19. 20. 21. 22. 23. 24.


ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

ADMINISTERED BY:
SWPA (Tulsa)
U.S. DEPT OF ENERGY
SOUTHWESTERN POWER ADMINISTRATION
ONE WEST THIRD STREET
Tulsa OK 74103-3502 US
Period of Performance: 01/01/2025 to 12/31/2025

00001 The contractor shall provide all personnel,


equipment, supplies, facilities, transportation,
Continued ...
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Government Use Only)

X 27a. SOLICITATION INCORPORATES BY REFERENCE (FEDERAL ACQUISITION REGULATION) FAR 52.212-1, 52.212-4. FAR 52.212-3 ARE X ARE NOT ATTACHED.
AND 52.212-5 ARE ATTACHED. ADDENDA

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.

1 29. AWARD OF CONTRACT: REFERENCE OFFER


X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5),
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH
SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

Signature on File
30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED
Douglas Keeler 10/28/2024
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 11/2021)
PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212
2 of 27
19. 20. 21. 22. 23. 24.
ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

tools, materials, supervision, and other items


and nonpersonal services necessary to provide Grounds Maintance Services at the SWPA
Headquarters building, 6655 S. Lewis Ave., Tulsa OK 74136. All work shall be in
accordance with the attached Performance Work Statment and Wage Determination
15-5317.

00002 Option Year 1: The contractor shall provide all


personnel, equipment, supplies, facilities,
transportation, tools, materials, supervision,
and other items and nonpersonal services necessary to provide Grounds Maintance
Services at the SWPA Headquarters building, 6655 S. Lewis Ave., Tulsa OK 74136. All
work shall be in accordance with the attached Performance Work Statment and Wage
Determination 15-5317.
(Option Line Item)

Period of Performance: 01/01/2026 to 12/31/2026

00003 Option Year 2: The contractor shall provide all


personnel, equipment, supplies, facilities,
transportation, tools, materials, supervision,
and other items and nonpersonal services necessary to provide Grounds Maintance
Services at the SWPA Headquarters building, 6655 S. Lewis Ave., Tulsa OK 74136. All
work shall be in accordance with the attached Performance Work Statment and Wage
Determination 15-5317.
(Option Line Item)

Period of Performance: 01/01/2027 to 12/31/2027

32a. QUANTITY IN COLUMN 21 HAS BEEN

RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE

32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER
CORRECT FOR

COMPLETE PARTIAL FINAL


PARTIAL FINAL

38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY

41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42b. RECEIVED AT (Location)

42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 11/2021) BACK


Clauses Section

FAR 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 address: http:// www.acquisition.gov/far/

52.203-12 Limitation on Payments to Influence Certain Federal JUN 2020


Transactions
52.204-13 System for Award Management Maintenance OCT 2018
52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
52.212-4 Contract Terms and Conditions - Commercial Products and NOV 2023
Commercial Services
52.232-18 Availability of Funds APR 1984

52.237-2 Protection of Government Buildings, Equipment, and APR 1984


Vegetation

FAR 52.252-6 Authorized Deviation in Clauses NOV 2020

(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an
authorized deviation is indicated by the addition of “(DEVIATION)” after the date of the clause.
(b) The use in this solicitation or contract of any Department of Energy Regulation (48 CFR, Chapter 14) clause
with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.

Contract Terms and Conditions Required to Implement Statutes or


FAR 52.212-5 FEB 2024
Executive Orders – Commercial Products and Commercial Services

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 products and commercial services:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)
(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.
113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by
Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).
(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or
Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).
(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(5) 52.232–40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U.S.C.
3903 and 10 U.S.C. 3801).
(6) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78
(19 U.S.C. 3805note)).
(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 products and commercial services:
[Contracting Officer check as appropriate.]

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


☒ (4) 52.203–17, Contractor Employee Whistleblower Rights (NOV 2023) (41 U.S.C. 4712); this clause does not
apply to contracts of DoD, NASA, the Coast Guard, or applicable elements of the intelligence community—see
FAR 3.900(a).

☒ (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-
282) (31 U.S.C. 6101 note).

☐ (9) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of
Pub. L. 117-328).

☒ (11)(i) 52.204–30, Federal Acquisition Supply Chain Security Act Orders— Prohibition. (DEC 2023) (Pub. L.
115–390, title II).
__(ii) Alternate I (DEC 2023) of 52.204–30

☒ (12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).

☒ (18) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C.644).

☒ (26) (i) 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024) (15 U.S.C. 632(a)(2)).

☒ (31) 52.222-3, Convict Labor (June 2003) (E.O.11755).

☒ (32) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) (E.O.13126).

☒ (33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

☒ (34) (i) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).

☒ (36) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793).

☒ (37) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

☒ (38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O.
13496).

☒ (39) (i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

☒ (40) 52.222-54, Employment Eligibility Verification (MAY 2022). (Executive Order 12989). (Not applicable to
the acquisition of commercially available off-the-shelf items or certain other types of commercial products and
commercial services as prescribed in FAR 22.1803.)

☒ (42) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun
2016) (E.O. 13693).

☒ (ii) Alternate I (Jun 2014) of 52.223-14.

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


☒ (48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).

☒ (55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes
administered by the Office of Foreign Assets Control of the Department of the Treasury).

☒ (62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)
(31 U.S.C. 3332).

(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 products and commercial services:
[Contracting Officer check as appropriate.]

☒ (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67).

☒ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and
41 U.S.C. chapter 67).

☒ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year
and Option Contracts) (Aug 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

☒ (7) 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022).

☒ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706).

FAR 52.217-8 Option to Extend Services NOV 1999

The Government may require continued performance of any services within the limits and at the rates specified in
the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance
hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the
Contractor within 60 days before the contract expires.

FAR 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 30 days
provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60
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 3
years.

Provisions Section
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


All interested parties shall be registered in the System for Award Management or SAM at time an offer or quotation
is submitted.

FAR 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): https://www.acquisition.gov

52.204-7 System for Award Management OCT 2018


52.204-16 Commercial and Government Entity Code Reporting AUG 2020
52.204-22 Alternative Line Item Proposal JAN 2017
52.204-29 Federal Acquisition Supply Chain Security Act DEC 2023
Orders—Representation and Disclosures.
52.209-7 Information Regarding Responsibility Matters OCT 2019
52.212-1 Instruction to offerors-Commercial Products or Commercial SEP 2023
Services

Representation Regarding Certain Telecommunications and Video


52.204-24 NOV 2021
Surveillance Services or Equipment

The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented
that it ‘‘does not provide covered telecommunications equipment or services as a part of its offered products or
services to the Government in the performance of any contract, subcontract, or other contractual instrument’’ in
paragraph (c)(1) in the provision at 52.204–26, Covered Telecommunications Equipment or Services—
Representation, or in paragraph (v)(2)(i) of the provision at 52.212–3, Offeror Representations and Certifications–
Commercial Products or Commercial Services. The Offeror shall not complete the representation in paragraph (d)(2)
of this provision if the Offeror has represented that it ‘‘does not use covered telecommunications equipment or
services, or any equipment, system, or service that uses covered telecommunications equipment or services’’ in
paragraph (c)(2) of the provision at 52.204–26, or in paragraph (v)(2)(ii) of the provision at 52.212–3.

(a) Definitions. As used in this provision—

Backhaul, covered telecommunications equipment or services, critical technology, interconnection


arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in
the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services
or Equipment.

(b) Prohibition.

(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L.
115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or
extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


telecommunications equipment or services as a substantial or essential component of any system, or as critical
technology as part of any system. Nothing in the prohibition shall be construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that
connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit
visibility into any user data or packets that such equipment transmits or otherwise handles.

(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019
(Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a
contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses
covered telecommunications equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system. This prohibition applies to the use of covered telecommunications
equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in
the prohibition shall be construed to—

(i) Prohibit the head of an executive agency from procuring with an entity to provide a service that
connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit
visibility into any user data or packets that such equipment transmits or otherwise handles.

(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management
(SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications
equipment or services”.

(d) Representation. The Offeror represents that—

(1) It ☐ will, ☐ will not provide covered telecommunications equipment or services to the Government in
the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The
Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror
responds “will” in paragraph (d)(1) of this section; and

(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents
that—

It ☐ does, ☐ does not use covered telecommunications equipment or services, or use any equipment,
system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the
additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds “does” in
paragraph (d)(2) of this section.

(e) Disclosures.

(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded “will” in the
representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the
offer:

(i) For covered equipment—

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(A) The entity that produced the covered telecommunications equipment (include entity name, unique
entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a
distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number,
such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered telecommunications
services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer
part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided;
and explanation of the proposed use of covered telecommunications services and any factors relevant to determining
if such use would be permissible under the prohibition in paragraph (b)(1) of this provision.

(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded “does”
in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part
of the offer:

(i) For covered equipment—

(A) The entity that produced the covered telecommunications equipment (include entity name, unique
entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known);

(B) A description of all covered telecommunications equipment offered (include brand; model number,
such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and

(C) Explanation of the proposed use of covered telecommunications equipment and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.

(ii) For covered services—

(A) If the service is related to item maintenance: A description of all covered telecommunications
services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer
part number, or wholesaler number; and item description, as applicable); or

(B) If not associated with maintenance, the PSC of the service being provided; and explanation of the
proposed use of covered telecommunications services and any factors relevant to determining if such use would be
permissible under the prohibition in paragraph (b)(2) of this provision.

(End of provision)

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


FAR 52.212-2 Evaluation – Commercial Products and Commercial Services NOV 2021

(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:

Per FAR Part 13.106-2(b) evaluation will be conducting by comparative evaluation of offerors. This solicitation is
not stating nor required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR
13.106-1(a)(2)).

1. Price:
o The offered price will be evaluated for reasonableness. The price should reflect an understanding of the
work required and be consistent with the technical factors.

Price Submittal Requirement:


o Offerors are required to submit a completed bid schedule. The bid schedule must be complete and include
pricing for all listed option years. Please refer to attachment 3 for the bid schedule

2. Technical Capability:

Technical Factor A: Experience/Capabilities:


o The offeror must demonstrate specific experience performing grounds maintenance services of the
complexity similar or exceeding the scope identified in the attached Performance Work Statement (PWS)
through a narrative of at least one (1) contract in the last two (2) years.
o The narrative portion of the Corporate Experience Data Sheet must have sufficient explanation of
how the referenced contract relates to the services identified in the attached PWS.

Technical Factor A Submittal Requirement:


o Offerors are required to provide a completed Experience Data Sheet on at least one (1) of the firm’s
recently completed contracts (not to exceed two years older than date of solicitation) that demonstrate
experience providing grounds maintenance services. The narrative portion of the data sheet must be clear,
coherent, and prepared in sufficient detail for effective evaluation. Please refer to attachment 4 for the
Experience data sheet.

Technical Factor B: Solicitation Compliance:


o Offers must meet or exceed all PWS requirements, period of performance, and other terms and conditions
in the solicitation and any subsequent amendments. Any exceptions, submitted with an offer, which has not
been approved by the contracting officer, may be determined unacceptable. It will be assumed that any
offer without mention of any exceptions will take no exception from all specifications, terms and
conditions, clauses, or provisions within the solicitation.

Technical Factor B Submittal Requirement:


o Offerors must note all exceptions from the solicitation’s terms conditions, specifications, and/or the PWS,
if any. Any request for exceptions or questions about the PWS must be submitted to the contract specialist
no later than two (2) days prior to the solicitation due date. If exceptions or requested changes are approved
by the contracting officer, approval will be given by amending the solicitation. It will be assumed that any
offer without mention of any exceptions will take no exception from all specifications, terms and
conditions, clauses, or provisions within the solicitation.
o EXCEPTIONS – State precisely how the offered services differ from the applicable specifications
in the PWS and/or solicitation terms and conditions and how the offered services clearly meet the
minimum requirements in the specification and the solicitation terms and conditions.

(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
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


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.

Offeror Representations and Certifications - Commercial Products and


FAR 52.212-3 FEB 2024
Commercial Services

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual
representations and certification electronically in the System for Award Management (SAM) accessed
through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications
electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision.
(a) Definitions. As used in this provision—
“Covered telecommunications equipment or services” has the meaning provided in the clause 52.204-25,
Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
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.
Reasonable Inquiry has the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain
Telecommunications and Video Surveillance Services or Equipment.
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
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include
business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment
Act of 2007) conducting the business can demonstrate—
(1) Are conducted under contract directly and exclusively with the regional government of southern Sudan;
(2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the
Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted
under such authorization;
(3) Consist of providing goods or services to marginalized populations of Sudan;
(4) Consist of providing goods or services to an internationally recognized peacekeeping force or
humanitarian organization;
(5) Consist of providing goods or services that are used only to promote health or education; or
(6) Have been voluntarily suspended.“Sensitive technology”—
Sensitive technology—
(1) Means hardware, software, telecommunications equipment, or any other technology that is to be used
specifically—
(i) To restrict the free flow of unbiased information in Iran; or
(ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and
(2) Does not include information or informational materials the export of which the President does not have
the authority to regulate or prohibit pursuant to section 203(b)(3)of the International Emergency Economic Powers
Act (50 U.S.C. 1702(b)(3)).

Service-disabled veteran-owned small business (SDVOSB) concern means a small business concern—

(1)

(i) Not less than 51 percent of which is owned and controlled 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; or

(2) A small business concern eligible under the SDVOSB Program in accordance with 13 CFR part 128
(see subpart 19.14).

(3) Service-disabled veteran, as used in this definition, 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), and who is registered in the Beneficiary
Identification and Records Locator Subsystem, or successor system that is maintained by the Department of
Veterans Affairs’ Veterans Benefits Administration, as a service-disabled veteran.

Service-disabled veteran-owned small business (SDVOSB) concern eligible under the SDVOSB Program means
an SDVOSB concern that—

(1) Effective January 1, 2024, is designated in the System for Award Management (SAM) as certified by
the Small Business Administration (SBA) in accordance with 13 CFR 128.300; or

(2) Has represented that it is an SDVOSB concern in SAM and submitted a complete application for
certification to SBA on or before December 31, 2023.

Service-disabled veteran-owned small business (SDVOSB) Program means a program that


authorizes contracting officers to limit competition, including award on a sole-source basis, to SDVOSB concerns
eligible under the SDVOSB Program.
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


Small business concern—
(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in its
field of operation, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this
solicitation.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls
or has the power to control the others, or a third party or parties control or have the power to control the others. In
determining whether affiliation exists, consideration is given to all appropriate factors including common
ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set
forth at 13 CFR 121.103.
Small disadvantaged business concern, consistent with13 CFR 124.1001, means a small business concern under
the size standard applicable to the acquisition, that—
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by—
(i) One or more socially disadvantaged (as defined at13 CFR 124.103) and economically disadvantaged
(as defined at 13 CFR 124.104) individuals who are citizens of the United States; and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding the threshold at 13
CFR 124.104(c)(2) after taking into account the applicable exclusions set forth at 13 CFR124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13.CFR 124.106) by
individuals, who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
Subsidiary means an entity in which more than 50 percent of the entity is owned—
(1) Directly by a parent corporation; or
(2) Through another subsidiary of a parent corporation
Successor means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of
the predecessor under a new name (often through acquisition or merger). The term “successor” does not include new
offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of
the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances.
Veteran-owned small business concern means a small business concern—
(1) Not less than 51 percent of which is owned and controlled by one or more veterans (as defined at 38
U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is
owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more veterans.
Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR
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.
Women-owned small business concern means a small business concern—
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business,
at least51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
(b)
(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this
provision do not automatically change the representations and certifications in SAM
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed
through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that
the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and
Certifications-Commercial Products and Commercial Services, have been entered or updated in the last 12 months,
are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable
to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this
offer by reference (see FAR 4.1201), except for paragraphs ______________.
[Offeror to identify the applicable paragraphs at (c) through (v) 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.]

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(c) Offerors must complete the following representations when the resulting contract is for supplies to be
delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has
applied part 19 in accordance with 19.000(b)(1)(ii). Check all that apply.
(1) Small business concern. The offeror represents as part of its offer that -
(i) it □is, □is not a small business concern; or
(ii) It □ is, □ is not a small business joint venture that complies with the requirements of 13 CFR 121.103(h)
and 13 CFR 125.8(a) and (b). [The offeror shall enter the name and unique entity identifier of each party
to the joint venture: _______________.]
(2) Veteran-owned small business concern. [Complete only if the offeror represented itself as a small
business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it □is, □is not
a veteran-owned small business concern.
(3) SDVOSB 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 that it □ is, □ is not an SDVOSB concern.
(4) SDVOSB concern joint venture eligible under the SDVOSB Program. The offeror represents that
it □ is, □ is not an SDVOSB joint venture eligible under the SDVOSB Program that complies with the requirements
of 13 CFR 128.402. [Complete only if the offeror represented itself as an SDVOSB concern in paragraph (c)(3) of
this provision.] [The offeror shall enter the name and unique entity identifier of each party to the joint
venture: ____________.]
(5) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.] The offeror represents, that it □is, □is not a small disadvantaged
business concern as defined in 13 CFR124.1002.
(6) Women-owned small business concern. [Complete only if the offeror represented itself as a small business
concern in paragraph (c)(1) of this provision.] The offeror represents that it □ is, □ is not a women-owned small
business concern.

(7) WOSB joint venture eligible under the WOSB Program. The offeror represents that it □ is, □ is not a
joint venture that complies with the requirements of 13 CFR 127.506(a) through (c). [ The offeror shall enter the
name and unique entity identifier of each party to the joint venture: ____________.]

(8) Economically disadvantaged women-owned small business (EDWOSB) joint


venture. The offeror represents that it □ is, □ is not a joint venture that complies with the requirements of 13 CFR
127.506(a) through (c). [ The offeror shall enter the name and unique entity identifier of each party to the joint
venture: ____________.]

Note to paragraphs (c)(9) and (10): Complete paragraphs (c)(9) and (10) only if this solicitation is expected to
exceed the simplified acquisition threshold.

(9) Women-owned business concern (other than small business concern). [Complete only if the offeror is
a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of
this provision.] The offeror represents that it □ is a women-owned business concern.

(10) 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:____________

(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, as
having been certified by SBA as a HUBZone small business concern in the Dynamic Small Business Search and
SAM, and will attempt to maintain an employment rate of HUBZone residents of 35 percent of its employees during
performance of a HUBZone contract (see 13 CFR 126.200(e)(1)); and

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(ii) It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR
126.616(a) through (c). [ The offeror shall enter the name and unique entity identifier of each party to the joint
venture: ______.] Each HUBZone small business concern participating in the HUBZone joint venture shall provide
representation of its HUBZone status.

(d) Representations required to implement provisions of Executive Order11246-

(1) Previous contracts and compliance. The offeror represents that-


(i) It ☐ has, ☐ has not participated in a previous contract or subcontract subject to the Equal Opportunity
clause of this solicitation; and
(ii) It ☐ has, ☐ has not filed all required compliance reports.
(2) Affirmative Action Compliance. The offeror represents that-
(i) It ☐ has developed and has on file, ☐ has not developed and does not have on file, at each
establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts
60-1 and 60-2), or
(ii) It ☐ has not previously had contracts subject to the written affirmative action programs requirement of
the rules and regulations of the Secretary of Labor.
(e) Certification Regarding Payments to Influence Federal Transactions (31 http://uscode.house.gov/ U.S.C.
1352). (Applies only if the contract is expected to exceed $150,000.) By submission of its offer, the offeror certifies
to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with
the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a
lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its
offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The
offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable
compensation were made.
(f) Buy American Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy
American-Supplies, is included in this solicitation.)

(1) (i) The Offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision,
is a domestic end product and that each domestic end product listed in paragraph (f)(3) of this provision contains a
critical component.

(ii) The Offeror shall list as foreign end products those end products manufactured in the United States
that do not qualify as domestic end products. For those foreign end products that do not consist wholly or
predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end
products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the
domestic content is unknown, select “no”.

(iii) The Offeror shall separately list the line item numbers of domestic end products that contain a
critical component (see FAR 25.105).

(iv) The terms “commercially available off-the-shelf (COTS) item,” “critical component,” “domestic end
product,”," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation
entitled "Buy American-Supplies."

(2) Foreign End Products:

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


Line Item No. Country of Origin Exceeds 55% domestic content (yes/no)

______________ _________________

______________ _________________

______________ _________________

[List as necessary]
(3) Domestic end products containing a critical component:

Line Item No. ___

[List as necessary]

(4) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25.
(g)
(1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-
3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.)

(i) (A) The Offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (iii) of this
provision, is a domestic end product and that each domestic end product listed in paragraph (g)(1)(iv) of this
provision contains a critical component.

(B) The terms "Bahraini, Moroccan, Omani, Panamanian, or Peruvian end product," “commercially
available off-the-shelf (COTS) item,” “critical component,” "domestic end product," "end product," "foreign end
product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and
"United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli
Trade Act."

(ii) The Offeror certifies that the following supplies are Free Trade Agreement country end products
(other than Bahraini, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in
the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act."

Free Trade Agreement Country End Products (Other than Bahraini, Moroccan, Omani, Panamanian, or
Peruvian End Products) or Israeli End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


[List as necessary]
(iii) The Offeror shall list those supplies that are foreign end products (other than those listed in paragraph
(g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade
Agreements-Israeli Trade Act." The Offeror shall list as other foreign end products those end products manufactured
in the United States that do not qualify as domestic end products. For those foreign end products that do not consist
wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these
foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of
the domestic content is unknown, select “no”.

Other Foreign End Products:

Line Item No. Country of Origin Exceeds 55% domestic


content (yes/no)

______________ _________________

______________ _________________

______________ _________________

[List as necessary]
(iv) The Offeror shall list the line item numbers of domestic end products that contain a critical
component (see FAR 25.105).

Line Item No. ___

[List as necessary]

(v) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25.

(2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate 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 Israeli end products as defined in the clause
of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”:

Israeli End Products:

Line Item No.

_______________________________________

_______________________________________

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


Line Item No.

_______________________________________

[List as necessary]

(3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the
clause at 52.225–3 is included in this solicitation, substitute the following paragraphs (g)(1)(i)(B) and (g)(1)(ii) for
paragraphs (g)(1)(i)(B) and (g)(1)(ii) of the basic provision:

(g)(1)(i)(B) The terms “Korean end product”, “commercially available off-the-shelf (COTS) item,” “critical
component,” “domestic end product,” “end product,” “foreign end product,” “Free Trade Agreement country,” “Free
Trade Agreement country end product,” “Israeli end product,” and “United States” are defined in the clause of this
solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act.”

(g)(1)(ii) The Offeror certifies that the following supplies are Korean end products or Israeli end products as defined
in the clause of this solicitation entitled “Buy American—Free Trade Agreements—Israeli Trade Act”:

Korean End Products or Israeli End Products:

Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

(4) 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)(4)(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:

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


Line Item No. Country of Origin

______________ _________________

______________ _________________

______________ _________________

[List as necessary]

(iii) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25.
For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country
end products without regard to the restrictions of the Buy American statute. The Government will consider for
award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that
there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of
the solicitation.
(h) Certification Regarding Responsibility Matters (Executive Order 12689). (Applies only if the contract value
is expected to exceed the simplified acquisition threshold.) The offeror certifies, to the best of its knowledge and
belief, that the offeror and/or any of its principals–
(1) □ Are, □ are not presently debarred, suspended, proposed for debarment, or declared ineligible for the
award of contracts by any Federal agency;
(2) □ Have, □ have not, within a three-year period preceding this offer, been convicted of or had a civil
judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal
or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax
laws, or receiving stolen property;
(3) □ Are, □ are not presently indicted for, or otherwise criminally or civilly charged by a Government entity
with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and
(4) □ Have, □ have not, within a three-year period preceding this offer, been notified of any delinquent
Federal taxes in an amount that exceeds the threshold at 9.104-5(a)(2) 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.

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(C) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is
making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because
the taxpayer is not currently required to make full payment.
(D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced
collection action is stayed under 11 U.S.C. §362 (the Bankruptcy Code).
(i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). [The
Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are
included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless
excluded at 22.1503(b).]
(1) Listed end products.

Listed End Product Listed Countries of Origin

___________________ ___________________

___________________ ___________________

(2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph
(i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.]
(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product.
(ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined,
produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has
made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or
manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies
that it is not aware of any such use of child labor.
(j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of
manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of
manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) ☐ In the United States (Check this box if the total anticipated price of offered end products manufactured
in the United States exceeds the total anticipated price of offered end products manufactured outside the United
States); or
(2) ☐ Outside the United States.
(k) Certificates regarding exemptions from the application of the Service Contract Labor
Standards (Certification by the offeror as to its compliance with respect to the contract also constitutes its
certification as to compliance by its subcontractor if it subcontracts out the exempt services.) [The contracting
officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.]
☐ (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The
offeror ☐ does ☐ does not certify that–
(i) The items of equipment to be serviced under this contract are used regularly for other than
Governmental purposes and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontract)
in substantial quantities to the general public in the course of normal business operations;
(ii) The services will be furnished at prices which are, or are based on, established catalog or market prices
(see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and
(iii) The compensation (wage and fringe benefits) plan for all service employees performing work under
the contract will be the same as that used for these employees and equivalent employees servicing the same
equipment of commercial customers.
☐ (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror □ does □ does not certify that-
(i) The services under the contract are offered and sold regularly to non-Governmental customers, and are
provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial
quantities in the course of normal business operations;
(ii) The contract services will be furnished at prices that are, or are based on, established catalog or market
prices (see FAR 22.1003-4(d)(2)(iii));
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(iii) Each service employee who will perform the services under the contract will spend only a small
portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or
less than 20 percent of available hours during the contract period if the contract period is less than a month)
servicing the Government contract; and
(iv) The compensation (wage and fringe benefits) plan for all service employees performing work under
the contract is the same as that used for these employees and equivalent employees servicing commercial customers.
(3) If paragraph (k)(1) or (k)(2) of this clause applies–
(i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer
did not attach a Service Contract Labor Standards wage determination to the solicitation, the offeror shall notify the
Contracting Officer as soon as possible; and
(ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the
certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph
(k)(3)(i) of this clause.
(l) Taxpayer Identification Number (TIN) ( 26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is
required to provide this information to the SAM to be eligible for award.)
(1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to
comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C.
6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS).
(2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of
the offeror’s relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the
payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS
records to verify the accuracy of the offeror’s TIN.
(3) Taxpayer Identification Number (TIN).
TIN: ________________________________.
TIN has been applied for.
TIN is not required because:
Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income
effectively connected with the conduct of a trade or business in the United States and does not have an office or
place of business or a fiscal paying agent in the United States;
Offeror is an agency or instrumentality of a foreign government;
Offeror is an agency or instrumentality of the Federal Government.
(4) Type of organization.
Sole proprietorship;
Partnership;
Corporate entity (not tax-exempt);
Corporate entity (tax-exempt);
Government entity (Federal, State, or local);
Foreign government;
International organization per 26 CFR1.6049-4;
Other ________________________________.
(5) Common parent.
Offeror is not owned or controlled by a common parent;
Name and TIN of common parent:
Name ________________________________.
TIN _________________________________.
(m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does
not conduct any restricted business operations in Sudan.
(n) Prohibition on Contracting with Inverted Domestic Corporations.

(1) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts
with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the
exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4.
(2) Representation. The Offeror represents that–
(i) It □is, □ is not an inverted domestic corporation; and
(ii) It □is, □is not a subsidiary of an inverted domestic corporation.
(o) Prohibition on contracting with entities engaging in certain activities or transactions relating to Iran.
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(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 the threshold at FAR 25.703-2(a)(2) with Iran’s Revolutionary Guard Corps
or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the
International Emergency Economic Powers Act (et seq.) (see OFAC’s Specially Designated Nationals and Blocked
Persons List at https://www.treasury.gov/resource-center/sanctions/SDN-List/Pages/default.aspx).
(3) The representation and certification requirements of paragraph (o)(2) of this provision do not apply if-
(i) This solicitation includes a trade agreements certification (e.g., 52.212-3(g) or a comparable agency
provision); and
(ii) The offeror has certified that all the offered products to be supplied are designated country end
products.
(p) Ownership or Control of Offeror. (Applies in all solicitations when there is a requirement to be registered in
SAM or a requirement to have a unique entity identifier in the solicitation).
(1) The Offeror represents that it □ has or □ does not have an immediate owner. If the Offeror has more than
one immediate owner (such as a joint venture), then the Offeror shall respond to paragraph (2) and if applicable,
paragraph (3) of this provision for each participant in the joint venture.
(2) If the Offeror indicates “has” in paragraph (p)(1) of this provision, enter the following information:
Immediate owner CAGE code: ____________________.
Immediate owner legal name: _____________________.
(Do not use a “doing business as” name)
Is the immediate owner owned or controlled by another entity: □ Yes or □ No.
(3) If the Offeror indicates “yes” in paragraph (p)(2) of this provision, indicating that the immediate owner is
owned or controlled by another entity, then enter the following information:
Highest-level owner CAGE code: __________________.
Highest-level owner legal name: ___________________.
(Do not use a “doing business as” name)
(q) Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any
Federal Law.
(1) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts,
The Government will not enter into a contract with any corporation that–
(i) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative
remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the
unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the Government; or
(ii) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months,
where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of
the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(2) The Offeror represents that–
(i) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which
all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(ii) It is □ is not □a corporation that was convicted of a felony criminal violation under a Federal law
within the preceding 24 months.
(r) Predecessor of Offeror. (Applies in all solicitations that include the provision at 52.204-16, Commercial and
Government Entity Code Reporting.)
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(1) The Offeror represents that it □ is or □ is not a successor to a predecessor that held a Federal contract or
grant within the last three years.
(2) If the Offeror has indicated “is” in paragraph (r)(1) of this provision, enter the following information for
all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in
reverse chronological order):
Predecessor CAGE code: (or mark “Unknown”).
Predecessor legal name: .
(Do not use a “doing business as” name).
(s) [Reserved].
(t) Public Disclosure of Greenhouse Gas Emissions and Reduction Goals. Applies in all solicitations that require
offerors to register in SAM (12.301(d)(1)).
(1) This representation shall be completed if the Offeror received $7.5 million or more in contract awards in
the prior Federal fiscal year. The representation is optional if the Offeror received less than $7.5 million in Federal
contract awards in the prior Federal fiscal year.
(2) Representation. [Offeror to check applicable block(s) in paragraph (t)(2)(i) and (ii)].

(i) The Offeror (itself or through its immediate owner or highest-level owner) □ does, □ does not publicly disclose
greenhouse gas emissions, i.e., makes available on a publicly accessible website the results of a greenhouse gas
inventory, performed in accordance with an accounting standard with publicly available and consistently applied
criteria, such as the Greenhouse Gas Protocol Corporate Standard.
(ii) The Offeror (itself or through its immediate owner or highest-level owner) □does, □does not publicly
disclose a quantitative greenhouse gas emissions reduction goal, i.e., make available on a publicly accessible website
a target to reduce absolute emissions or emissions intensity by a specific quantity or percentage.
(iii) A publicly accessible website includes the Offeror's own website or a recognized, third-party
greenhouse gas emissions reporting program.
(3) If the Offeror checked “does” in paragraphs (t)(2)(i) or (t)(2)(ii) of this provision, respectively, the Offeror
shall provide the publicly accessible website(s) where greenhouse gas emissions and/or reduction goals are
reported:_________________.
(u)
(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as
extended in continuing resolutions), Government agencies are not permitted to use appropriated (or otherwise made
available) funds for contracts with an entity that requires employees or subcontractors of such entity seeking to
report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise
restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated
investigative or law enforcement representative of a Federal department or agency authorized to receive such
information.
(2) The prohibition in paragraph (u)(1) of this provision does not contravene requirements applicable to
Standard Form 312 (Classified Information Nondisclosure Agreement), Form 4414 (Sensitive Compartmented
Information Nondisclosure Agreement), or any other form issued by a Federal department or agency governing the
nondisclosure of classified information.
(3) Representation. By submission of its offer, the Offeror represents that it will not require its employees or
subcontractors to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise
restricting such employees or subcontractors from lawfully reporting waste, fraud, or abuse related to the
performance of a Government contract to a designated investigative or law enforcement representative of a Federal
department or agency authorized to receive such information (e.g., agency Office of the Inspector General).
(v) Covered Telecommunications Equipment or Services-Representation. Section 889(a)(1)(A) and section
889(a)(1)(B) of Public Law 115-232.
(1) The Offeror shall review the list of excluded parties in the System for Award Management (SAM)
(https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications
equipment or services”.
(2) The Offeror represents that— (i) It [ ] does, [ ] does not provide covered telecommunications equipment
or services as a part of its offered products or services to the Government in the performance of any contract,
subcontract, or other contractual instrument. (ii) After conducting a reasonable inquiry for purposes of this
representation, that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any
equipment, system, or service that uses covered telecommunications equipment or services.
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


FAR 52.237-1 Site Visit. APR 1984

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy
themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent
that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for
a claim after contract award.

SITE VISIT:

a) A site visit will be held as indicated below:

TIME: 10:00 AM (CD)

DATE: 11/13/2024

PLACES:

Southwestern Power Administration


6655 South Lewis Ave.
Tulsa, OK 74136

(b) Any questions to be answered during the site visit must be submitted via email to
[email protected]. no later than 11/15/2024. Written questions will also be taken at the site
visit, but answers may not be provided at that time. All questions and answers, including those answered
and not answered at the site visit will be provided via the sam.gov solicitation posting.

(c) Attendance at the site visit is not mandatory. The Government will not reimburse any offeror for
expenses related to attendance of this site visit. Due to personnel limitations, only two (2) representatives
per potential offeror will be allowed at the site visit. To facilitate the government's planning; please
provide the name, organizational affiliation, phone number, e-mail address and citizenship of each
proposed attendee via email to [email protected]. Instructions will be provided prior to the
conference for any additional information that will be required for access to the site or facility and for
non-US citizen attendees.

(d) Offerors are urged to attend and inspect the site where services are to be performed and satisfy
themselves regarding all general and local conditions that may affect the cost of performance, to the
extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute
grounds for a claim after contract award.

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


THE FOLLOWING SWPA ADDITIONAL TERMS AND CONDITIONS APPLY TO THIS ACQUISITION:

SWPA - CLEARANCE OF CONTRACTOR PERSONNEL – GENERAL


(a) General. This contract requires Contractor & Sub-contract employees, who are United States
citizens and require unescorted access to Southwestern Power Administration (Southwestern)
facilities and/or Corps of Engineers (COE) sites shall provide background information and obtain
a Southwestern photo security badge prior to working at or in a Southwestern facility and/or COE
site.
(b) Background information.
(1) All documents containing Personally Identifiable Information (PII) shall be transmitted
in an encrypted format.
(2) For each contractor employee subject to the requirements of this clause, the contractor
employee shall complete the required OF-306, Resume, fingerprinting at a USAccess or
Southwestern site with the capability, and accompanying electronic questionnaires in the
online e-QIP system.
(3) Additionally, the contractor shall utilize E-Verify, and provide a copy of the subject
contractor employee’s report, in order to verify the validity of identification information
provided for the employee.
(4) Each contractor employee subject to the above clauses and requiring entry to
Southwestern’s or COE’s sites and issuance of Southwestern identification shall submit
or have submitted a Southwestern SWPA F 206.5, Personal Identity Verification (PIV)
Request for Security Badge, with Section A, fields 4-12 completed legibly.
(5) The contract employee shall submit the OF-306 and Resume as instructed by
Southwestern personnel, in an encrypted format. The contractor shall deliver the E-
Verify report required by paragraph (b)(2), the completed SWPA F 206.5 required by
paragraph (b)(3), a US Passport quality photo, and a high quality color copy of the
individual’s photo identification (preferably their Driver’s License) to the COR, who
will then forward the report to [email protected]. The documents required by
paragraphs (b)(2) and (b)(3) shall be delivered to the COR not later than fourteen (14)
calendar days before a covered employee will begin work at the Southwestern facility
and/or site.
(6) The information provided in accordance with paragraph (b)(1) will be used by
Southwestern Security to determine the eligibility of the contractor employees to work
in the Southwestern facility and/or site. After completion of such review, the COR will
notify the contractor in writing of any contractor employees’ ineligibility to work in the
Southwestern facility and/or site. The contractor shall immediately remove such
employees from any work on this contract which requires the employees’ physical
presence in the Southwestern facility and/or site.

(c) Security Badges.


(1) Southwestern will issue a security badge to each contractor employee determined to be
eligible, pursuant to the background check in paragraph (b) and completion of a security
training presentation. Contractor employees shall have their security badges on their
persons at all times while working on Southwestern premises and shall present passes
for inspection upon request by Southwestern officials, Southwestern security personnel,
or Corp of Engineers personnel.
(2) Security badges shall identify individuals as contractor employees and shall have an
expiration date not exceeding the current term of the contract. Badges shall be renewed
for each succeeding contract period, if any.
Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(3) The contractor shall return a contractor employee’s badge to the COR when the
employment of any such employee is terminated, or when the employee no longer has a
need for access to the Southwestern facility and/or site. Upon expiration of this contract,
the contractor shall return to the COR all security badges issued by Southwestern and
not previously returned. The contractor is responsible for accounting for all badges
issued to the contractor’s employees.
(d) Control of access. Southwestern will have and exercise full and complete control over granting,
denying, withholding, and terminating access of contractor employees to Southwestern facilities
and/or sites. The COR will notify the contractor immediately when Southwestern has determined
that an employee is unsuitable or unfit for his/her assigned contractual duties, and therefore will
no longer be permitted access to the Southwestern facility and/or site. The contractor shall take
immediate steps to remove such an employee from working on this contract and provide
Southwestern a minimum of 24 hours to process any replacement.
Final determination of suitability for access, granting of access, or termination of access is the
responsibility of Southwestern’s Security Officer.
(e) Subcontracts. The contractor shall incorporate this clause in all subcontracts where the
requirements specified in paragraph (a) of this section are applicable to performance of the
subcontract.
(f) Other Government Facilities. While working on Government property other than Southwestern’s,
the contractor and subcontractors shall be required to abide by the security provisions of the
owner/manager of that Government property.
(g) Contractor personnel requiring access to a Southwestern control center (Springfield or Nixa) shall
complete required training provided by Southwestern at least annually. All security training
requirements shall be completed as directed by Southwestern or access will be temporarily or
permanently terminated.
Additionally, the completion of a third-party electronic residence verification may be required in
order to grant access to control centers in a timely fashion. Refusal to comply will result in delays
and may result in refusal of requested access.

SWPA - FOREIGN CITIZEN ACCESS TO SOUTHWESTERN FACILITIES


(a) General. This contract requires Contractor & Sub-contract employees, who are not United States
citizens and require access to Southwestern Power Administration (Southwestern) facilities shall
complete required documentation prior to working at or in a Southwestern facility. No exceptions
may be granted, as these requirements are set by the Department of Energy.
(b) Background information.
(1) All documents containing Personally Identifiable Information (PII) shall be transmitted
in an encrypted format.
(2) For each contractor employee subject to the requirements of this clause, the contractor
shall submit a completed SWPA F 473.3 Unclassified Foreign Visit/Assignment Request
Information, copy of their passport and visa/proof of eligibility to work in the United
States.
(3) Additionally, the contractor shall utilize E-Verify and provide a copy of the subject
contractor employee’s report, in order to verify the validity of identification information
provided for the employee.
(4) All documentation required by (b)(2) and (b)(3) shall be submitted no later than 30 days
prior to the requested start or visit date.

SWPA – INVOICING INSTRUCTION AND PAYMENT INFORMATION

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


(a) A proper invoice shall reflect the following information:

• Contractor Name, Address, Phone Number, billing contact name and e-mail address
• Invoice Date
• Unique invoice number
• Tax Identification Number (TIN)
• Contract Number and Order Number (if applicable) as shown on the award document
• Modification Number (if applicable)
• Discount Terms, if applicable
• Banking information: Bank Routing Transit Number (nine digits) and last 4 digits of bank account
number (for verification)
• Specific description of Work relating to invoice, including service period dates (if applicable)
• Invoice Amount

(b) Invoices will only be accepted if received in the following manner:

E-mailed to: [email protected]

Faxed to: 918-295-6529, Attn: CASHMGMT, S9200

Mailed : U.S. Department of Energy


Southwestern Power Administration (S9200, CASHMGMT)
One West Third Street
Tulsa, OK 74103-3502
918-595-6641 or 918-595-6799

(c) Prompt payment clock will begin on the date Cash Management receives a proper invoice

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]


List of Attachments

Number Description Number of Pages


1 Performance Work Statement 17
2 Madrona Mowing Map 1
3 Wage Determination, Tulsa, OK. 22
4 Bid Schedule_Grounds 2
5 Experience Data Sheet 2

Solicitation #: 89503625QSW000165

Point of Contact: Andrew Monroe / [email protected]

You might also like