REPRESENTATIONS AND CERTIFICATIONS

Similar documents
REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

This form will be made a part of any resultant purchase order or subcontract SECTION I

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory

USAID GHSC PSM. Annex 2: Required Certifications

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

YEAR SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATONS

LOCKHEED MARTIN CORPORATION CORPDOC 2B

DRAPER LABORATORY SUPPLIER CERTIFICATION

LOCKHEED MARTIN CORPORATION CORPDOC 2A

Pacific Ship Repair & Fabrication, Inc. Supplier Annual Representations and Certifications

ANNUAL SUPPLIER REPRESENTATIONS and CERTIFICATIONS

LOCKHEED MARTIN CORPORATION CORPDOC 4D

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS Long Form

STRATA-G SOLUTIONS INC. REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS

LOCKHEED MARTIN CORPORATION CORPDOC 2A

ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO MWH AMERICAS / CONSTRUCTORS, INC.

ANNUAL SUPPLIER REPRESENTATIONS and CERTIFICATIONS

VALERO SUPPLEMENT 2, GOVERNMENT CONTRACT REPRESENTATIONS AND CERTIFICATIONS

REDSTONE DEFENSE SYSTEMS (RDS)

Federal Certification Forms

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

LOCKHEED MARTIN CORPORATION CORPDOC 3B

(End of Provision) FAR Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)

Request for Qualifications Number 1470 General Construction Services

Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2007)

Offeror Representations and Certifications Commercial Items. Offeror Representations and Certifications Commercial Items (Oct 2010)

2016 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

OFFEROR NAME: PART 1 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS

SECTION A, APPLICABLE TO ALL OFFERS..1 SECTION B, APPLICABLE TO OFFERS OF $650,000 OR MORE ($1,000,000 IF CONSTRUCTION)..5

ANNUAL REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS FOR PROCUREMENTS EXPECTED TO EXCEED $25,000

Supplier Annual Representations and Certifications

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

LOCKHEED MARTIN CORPORATION CORPDOC 3A

BAE SYSTEMS, ES(UK) SPECIAL CONDITIONS FAR/DFAR Rev: 3

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

OFFEROR NAME CAGE CODE

Section A.1.: Substitute W-9 Form (Offeror Registration)

BLACK HALL AEROSPACE, INC. REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS FOR SUBCONTRACTS

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

REQUEST FOR PROPOSAL. No. FY Facilitation Consulting Services. October American Association of Motor Vehicle Administrators

CONSTRUCTION AGREEMENT

LOCKHEED MARTIN CORPORATION CORPDOC 3A

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

PART A. Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent: Name_ TIN

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

Sherman Independent School District Vendor Application

OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS with SAM

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

OKLAHOMA DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 49 CFR PART 26 APPLICATION FOR CURRENTLY CERTIFIED FIRM

APPLICABLE COMMERCIAL PROVISIONS WHEN SOLICITATION OR PURCHASE ORDER IS IN SUPPORT OF A GOVERNMENT CONTRACT:

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR SINGLE FAMILY HOUSING LOAN GUARANTEE

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS MINOR REPAIRS

1. Provide the following information for your corporate headquarters:

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

Give Me 5: Navigating the SAM Registration Process by Understanding Key FAR Provisions

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

Small Disadvantaged Business Certification Application Community Development Corporation (CDC) Owned Concern

UNIFORM CERTIFICATION APPLICATION

REQUEST FOR BIDS MODERNIZATION

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

REQUEST FOR QUOTATION (RFQ) Issue Date: March 29, 2018

Cherokee Nation

Beaumont Independent School District

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

Section A.1.: Substitute W-9 Form (Offeror Registration)

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

Section A.1. Substitute W-9 Form (Offeror Registration)

D. Type of work or services performed:

August 12, 2016 N O T I C E O F R E Q U E S T F O R P R O P O S A L S GENERAL CONDITIONS AND INSTRUCTIONS TO OFFERORS. For

Public Review Draft PORT OF HOOD RIVER RULE PUBLIC PRIVATE PARTNERSHIPS FOR BRIDGE PROJECTS AND BRIDGE PROJECT ACTIVITIES

Certifications and Representations for Noncommercial Items for Government Programs Applicable to Harris Corporation Government Communications Systems

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MINOR REPAIRS

Request for Quotation For Lawn Care Treatment

AMENDMENT TO DELEGATE AGENCY GRANT AGREEMENT (ARRA)

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

UNITED STATES DEPARTMENT OF AGRICULTURE RURAL DEVELOPMENT RURAL HOUSING SERVICE REQUEST FOR SINGLE FAMILY HOUSING LOAN GUARANTEE

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

CHESTERFIELD COUNTY BOARD OF SUPERVISORS Page 1 of 2 AGENDA

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

FLOWDOWN PROVISIONS FOR C-W EPD PURCHASE ORDERS UNDER BECHTEL PLANT MACHINERY, INC. TAC-2011

SUSPENSION & DEBARMENT AS AN ANTI-CORRUPTION MEASURE

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

Transcription:

REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each statement) is available in the Federal Acquisition Regulations (FAR) or can be supplied by Fluor-B&W Portsmouth LLC. Check each block that applies: 1. The Offeror certifies, to the best of its knowledge and belief, that the Offeror and/or any of its principals: ARE ARE NOT presently debarred, suspended, proposed for debarment, or declared ineligible for award of contracts by any federal agency; and FAR CLAUSE 52.209-5 HAVE HAVE NOT within a 3-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, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property, and ARE ARE NOT presently indicted for, or otherwise criminally or civilly charged by a government entity with, commission of any of these offenses, and HAVE HAVE NOT within a 3-year period preceding this offer, been notified of any delinquent federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. 2. The Offeror represents as part of its offer that it IS IS NOT a small business concern. 52.219-1 3. Complete only if the Offeror represented itself as a small business concern in item 2 above. 52.219-1 The Offeror IS IS NOT a small disadvantaged business concern as defined in 13 CFR 124.1002. The Offeror IS IS NOT a women-owned small business concern. The Offeror IS IS NOT a veteran-owned small business concern. The Offeror IS IS NOT a service-disabled veteran-owned small business concern. The Offeror IS IS NOT a HUBZone small business concern. The Offeror IS IS NOT a joint venture that complies with the requirements of 13 CFR Part 126. 4. Complete only if the Offeror represented itself as a small disadvantaged business concern in item 3 above. The Offeror shall check the category in which its ownership falls: 52.219-1 Black American Hispanic American Native American Alaskan Native American Asian Pacific American Subcontinent Asian American Certified 8(a) contractor Other minority firm 5. Offeror HAS HAS NOT participated in previous work subject to Equal Opportunity. 52.222-22 6. Offeror HAS HAS NOT filed all required Equal Opportunity compliance reports. 52.222-22 7. Offeror HAS HAS NOT developed and has on file Affirmative Action Programs. 52.222-25 8. Offeror HAS HAS NOT had previous contracts subject to written Affirmative Action Program requirements. 52.222-25 Page 1 of 8

REPRESENTATIONS AND CERTIFICATIONS 9. Each end product is a domestic end product unless the Offeror (or supplier) notifies Fluor-B&W Portsmouth LLC of the use of foreign end products. 10. Offeror can comply with the Cost Accounting Standards (CAS). 52.225-1 52.230-1 If exempt or eligible for modified coverage, list why: 11. Offeror has a government-approved accounting system. Date accounting period ends: 12. Offeror has approved forward pricing rates. 13. Offeror has an approved Disclosure Statement. Date: Offeror s Administrative Contracting Officer: Address: Name: Agency Name: Phone Number 14. Any facility to be used for this effort is not listed on EPA s list of violating facilities. 15. Offeror maintains a corporate quality assurance program and executes all projects/orders in accordance with this program. 16. ISO 9001 Certified. 17. Offeror has an approved Property Management system. 18. Signer is authorized to represent the business making this offer (Offeror) in all matters related to pricing, terms and conditions, conduct of business, and buyer-seller relationships between Offeror and the Buyer. 19. Prices offered have been arrived at independently, without consultation, communication, agreement, or condition that relates to the proposal by any other Offeror or competitor. The Offeror has not, and will not, disclose offered prices to any other Offeror or competitor prior to award of a resulting Contract or Purchase Order, or cancellation of this solicitation. The Offeror has not attempted to induce any other person or firm to submit, or not submit, an offer in response to this solicitation. Offeror warrants that the prices offered do not exceed those currently offered to any other customer for the same or similar quantities of the same or similar goods or services. 20. No person or company, other than Offeror s employee(s) or affiliate firms, has/have been paid to solicit or obtain this Contract or Purchase Order nor has any agreement been made to pay a person or company a commission, fee, or any form of compensation contingent upon award of this solicitation. 21. Offeror s current Experience Modification Rating (EMR) is (potential contractors only): Page 2 of 8

REPRESENTATIONS AND CERTIFICATIONS 22. Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sept 2007) (a) Definitions. As used in this provision Lobbying contact has the meaning provided at 2 U.S.C. 1602(8). The terms agency, influencing or attempting to influence, officer or employee of an agency, person, reasonable compensation, and regularly employed are defined in the FAR clause of this solicitation entitled Limitation on Payments to Influence Certain Federal Transactions (52.203-12). (b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled Limitation on Payments to Influence Certain Federal Transactions (52.203-12) are hereby incorporated by reference in this provision. (c) Certification. The offeror, by signing its offer, hereby 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 its behalf in connection with the awarding of this contract. (d) Disclosure. 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. (e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. 23. Offeror provides Goods Services Employer/Tax I.D. No.: - - 24. Complete one of the following responses: Offeror is not subject to backup withholding per Sec. 3406(a)(i)(c) Internal Revenue Code. Offeror is subject to backup withholding; social security number(s) is: - - 25. Offeror is: An Individual A Joint Venture A Nonprofit Corporation A Partnership A Foreign Citizen A State or Local Government Agency U.S. Government Agency A Corporation Incorporated in the State of Company LEGAL Name: Dun & Bradstreet Number: Ordering Address: P.O. Box: State: Phone: Contact: City: Zip: Fax: Title: Page 3 of 8

REPRESENTATIONS AND CERTIFICATIONS Remit To Address: P.O. Box: State: Phone: Contact: City: Zip: Fax: Title: Parent Company Name: Dun & Bradstreet Number: Ordering Address: P.O. Box: State: Phone: Contact: City: Zip: Fax: Title: I certify that the information provided on this form is accurate and true to the best of my knowledge, and any changed conditions shall be reported promptly to Fluor-B&W Portsmouth LLC. These certification statements concern matters within the jurisdiction of an agency of the United States. Making a false, fictitious, or fraudulent certification may render Offeror subject to prosecution Section 1001, Title 18, United States Code. The Buyer may withhold an award based on any negative responses to the certifications above and/or Offerors failure to adequately describe the conditions of the response. Offeror agrees that the certifications and conditions provided herein are a material and binding part of, and are hereby incorporated by reference into, any resulting contract unless specifically excluded in the Contract or Purchase Order. Printed Name Company Signature Date Internet Homepage and/or Email Address: Page 4 of 8

FLUOR-B&W PORTSMOUTH LLC REPRESENTATIONS AND CERTIFICATIONS GOVERNMENT PROPERTY MANAGEMENT QUESTIONNAIRE The purpose of this questionnaire is to obtain information regarding the contractor s ability to control government property provided or acquired during contract performance. This form is to be completed, signed by a contractor official, and returned to company within 15 calendar days after receipt. A Does contractor have written policies and procedures to control materials, equipment, and property?? Yes No If contractor has a system or procedures, have they been approved by a government agency? B Name of Agency: Yes No C Does contractor have a written and approved property control system or procedures that meet the minimum requirements of FAR Subpart 45? Yes No D Should contractor not have a written and approved system or procedures, briefly explain the guidelines, policy, or methods used to control and account for client- or government-owned property in contractor s possession. Contractor s Business Name: Contractor s Business Address: City: State: Zip: Contractor Official (signature): Print/Type Name: Date: Page 5 of 8

FLUOR-B&W PORTSMOUTH LLC ORGANIZATIONAL CONFLICTS OF INTEREST (OCI) A. In compliance with Department of Energy Acquisition Regulation (DEAR) 909.5, your offer must provide the information and assurances called for by below: The offeror must submit the following documents for each of the entities listed in paragraph b. Below: 1. Either the organizational conflicts of interest representation or disclosure statement. A copy of the most current 10k form (or equivalent form) submitted to the securities and exchange commission and the most current annual report must be submitted. If not applicable, the offeror must so certify. 2. If the disclosure statement is signed, the OCI questionnaire below must be completed. If any question is answered "yes", an attachment showing the requested information must be attached. 3. The following entities and individuals are required to complete an OCI representation statement or an OCI disclosure statement with questionnaire: a. Subcontractor proposing to Fluor-B&W Portsmouth LLC. b. Lower tier Subcontractor(s) (unless the contractor is providing supplies only) and consultants at any tier. c. All affiliates of the foregoing. d. Any entities owned or represented by the chief executives or directors of: the subcontractor; any of the lower tier subcontractors, except for those only providing supplies; and, any consultants. e. Chief executives and directors if they will be involved in performing the proposed work of: the subcontractor; lower tier subcontractors at any tier (except for those only providing supplies); consultants at any tier; and, affiliates of the foregoing. - NOTICE - Apart from other remedies allowed by law or contract, any nondisclosure or misrepresentation of relevant facts required by OCI may result in Department of Energy disqualification from future Fluor-B&W Portsmouth LLC and Government contracts. Complete either the OCI representation statement (stating that), OR the certification (disclosure) statement. Do not complete both. If you object to the release of this information to Fluor-B&W Portsmouth LLC, direct submission to DOE may be arranged. Refusal to comply with OCI requirements may result in disqualification for award. ORGANIZATIONAL CONFLICTS OF INTEREST REPRESENTATION STATEMENT I hereby certify (or as a representative of my organization, I hereby certify) that, to the best of my knowledge and belief, no facts exist relevant to any past, present, or currently planned interest or activity (financial, contractual, personal, organizational, or otherwise) which relate to the proposed work: and bear on whether I have (or the organization has) a possible conflict of interest with respect to (1) being able to render impartial, technically sound, and objective assistance or advice; or (2) being given an unfair competitive advantage (an unfair competitive advantage does not include the normal flow of benefits from the performance of the contract). Signature: Name: Title: Date: Organization: SEC Financial and Disclosure Form [ ] SEC Form 10 K is applicable and is attached [ ] SEC Form 10 K is not applicable Page 6 of 8

FLUOR-B&W PORTSMOUTH LLC ORGANIZATIONAL CONFLICTS OF INTEREST DISCLOSURE STATEMENT I hereby certify (or as a representative of my organization, I hereby certify) that, to the best of my knowledge and belief, all relevant facts concerning past, present, or currently planned interests or activities (financial, contractual, personal, organizational, or otherwise) which relate to the proposed work and bear on whether I have (or the organization has) a possible conflict of interest with respect to (1) being able to render impartial, technically sound, and objective assistance or advice, or (2) being given an unfair competitive advantage (an unfair competitive advantage DOEs not include the normal flow of benefits from the performance of the contract) are fully disclosed on the attached page(s) and formatted to show: For ease of presentation, divide following data into four parts: organizational, contractual, financial, and other; The company, agency, organization in which you have a past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise); A brief description of relationship; The extent of relationship (e.g., value of financial interest of work; percent of total holdings, total work, etc.). Signature: Name: Title: Date: Organization: SEC Financial and Disclosure Form [ ] SEC Form 10 K is applicable and is attached [ ] SEC Form 10 K is not applicable Page 7 of 8

FLUOR-B&W PORTSMOUTH LLC ORGANIZATIONAL CONFLICTS OF INTEREST QUESTIONNAIRE (To be completed with the OCI DISCLOSURE STATEMENT) 1. What is (are) the major type (s) of business conducted by you (or your organization)? 2. Provide the names and description of subsidiaries and affiliates. If none, so state. 3. Identify any subcontractors or consultants who will perform (under this proposal) either technical consulting, management support services, or evaluation services activities, and attach their certification(s) or representation(s) and supporting data. If none, so state. 4. Identify and list any financial, contractual, or other relationship with any entity your organization has which relates to the performance of the statement of work of this solicitation. Include what portion of your organization s total income for the current and preceding fiscal year you expect to derive or have realized from these relationships. If none, so state. 5. Identify any interests or involvement in technologies that are or may be the subject of the statement of work of this solicitation. If none, so state. 6. Identify any circumstance where performance of the statement of work of this solicitation would result in your organization s evaluating or inspecting (on behalf of Fluor Fernald, Inc.) services or products of your organization, affiliate, or entity with which your organization has a client, organizational, financial, or other relationship. If none, so state. 7. Identify any contracts, subcontracts, grants, cooperative agreements, or other arrangements with the Department of Energy, other Federal agency, or their contractors, or a subcontract of any tier under the Department of Energy s or other Federal agency s prime contract that relate to the work described in the statement of work of this solicitation. On each item identified, indicate whether a provision that prohibits proposing to perform or performing work of the type or nature involved in the statement of work of this solicitation exists. If none, so state. I hereby certify that I have the authority to represent my organization. I further certify that the answers provided here are true to the best of my knowledge and belief. Signature: Name (Printed or Typed): Title: Page 8 of 8