Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
DOCUMENT

89 -- Bread-base + 4 solicitation-Mountain Home TN VAMC - Attachment

Notice Date
6/18/2014
 
Notice Type
Attachment
 
NAICS
311812 — Commercial Bakeries
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24914Q0615
 
Response Due
6/26/2014
 
Archive Date
7/26/2014
 
Point of Contact
Eric Lee
 
E-Mail Address
5-5973<br
 
Small Business Set-Aside
N/A
 
Description
SECTION A A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS Schedule of Supplies/Cost/Price Contractor to provide the following items to the VA Medical Center, Nutrition & Food Service Department, Mountain Home, TN 37684, in strict accordance with the terms, conditions and schedules noted herein. The period of performance is October 1, 2014 through September 30, 2015 as a base year with four one- year options to renew. Alternate Items: Bids on alternate items other that those shown herein will be considered only if acceptable bids on required items are not received or do not satisfy the total estimated requirements. Such bids must clearly identify and explain the characteristics which differ from the required item. Quantities specified represent the Government's best estimates. However, actual requirements may be more or less than specified. In any event, the Contractor shall provide the amounts required at the prices offered. Basis for Award: A single award will be made to the responsive, responsible bidder providing the lowest total cost to the Government. A separate award will not be made for the VA Medical Center Nutrition & Food Service needs. This procurement is conducted under the test program using simplified acquisition procedures for commercial items which is authorized by FAR subpart 13.5. This procurement is being conducted according to Part 12, 13, 14, and 15 of the FAR or some combination thereof. The Contractor agrees to provide the items listed above to the VAMC Nutrition & Food Services (or dietetics) during the period stated herewith. Deliveries shall be in such quantities and at such times as may be required in accordance with all terms, conditions, provisions and schedules of this contract. Contractor must bid on all items for the VAMC Nutrition & Food Services or their bid will be rejected as non-responsive. Option Year 1 October 1, 2015 through September 30, 2016 Option Year 2 October 1, 2016 through September 30, 2017 Option Year 3 October 1, 2017 through September 30, 2018 Option Year 4 October 1, 2018 through September 30, 2019 Prices quoted should be F.O.B. destination. ***Please provide quote on tables below*** Base Year: October 1, 2014 through September 30, 2015 Item No. Description Est. Quantity Unit Price Extended Price 1.ROLLS, DINNER, FRESH WHITE ENRICHED SOFT PAN BAKED, 24 ROLLS, SEEDLESS, TYPE VIII, 24OZ. FOOD GROUP: 4 3514 PG $00.00 $00.00 2.BREAD, WHITE, ENRICHED, PAN BAKED, SANDWICH FRESH SEEDLESS, 26 SLICES, TYPE I, 20 OZ LOAF GROUP IV FOOD GROUP: 4 3981 PG $00.00 $00.00 3.BREAD, WHITE, FRENCH, TEXAS TOAST, FRESH SLICED SEEDLESS, 17 SLICES, 24 OZ., CLASS I, STYLE 2 GROUP IV FOOD GROUP: 4 312 PG $00.00 $00.00 4.BREAD, WHOLE WHEAT, FRESH PAN BAKED ROUND TOP, SEEDLESS, 22 SLICES, TYPE III, 20 OZ GROUP IV FOOD GROUP: 4 5595 PG $00.00 $00.00 5.ROLLS, HAMBURGER, FRESH WHITE ENRICHED SOFT PAN BAKED SEEDLESS, 12 BUNS, TYPE III, 12 PER PKG 4" DIAM, 20 OZ, GROUP IV FOOD GROUP: 4 1167 PG $00.00 $00.00 TOTAL COST FY-15 $00.00 Option Year 1: October 1, 2015 through September 30, 2016 Item No. Description Est. Quantity Unit Price Extended Price 1.ROLLS, DINNER, FRESH WHITE ENRICHED SOFT PAN BAKED, 24 ROLLS, SEEDLESS, TYPE VIII, 24OZ. FOOD GROUP: 4 3514 PG $00.00 $00.00 2.BREAD, WHITE, ENRICHED, PAN BAKED, SANDWICH FRESH SEEDLESS, 26 SLICES, TYPE I, 20 OZ LOAF GROUP IV FOOD GROUP: 4 3981 PG $00.00 $00.00 3.BREAD, WHITE, FRENCH, TEXAS TOAST, FRESH SLICED SEEDLESS, 17 SLICES, 24 OZ., CLASS I, STYLE 2 GROUP IV FOOD GROUP: 4 312 PG $00.00 $00.00 4.BREAD, WHOLE WHEAT, FRESH PAN BAKED ROUND TOP, SEEDLESS, 22 SLICES, TYPE III, 20 OZ GROUP IV FOOD GROUP: 4 5595 PG $00.00 $00.00 5.ROLLS, HAMBURGER, FRESH WHITE ENRICHED SOFT PAN BAKED SEEDLESS, 12 BUNS, TYPE III, 12 PER PKG 4" DIAM, 20 OZ, GROUP IV FOOD GROUP: 4 1167 PG $00.00 $00.00 TOTAL COST FY-16 $00.00 Option Year 2: October 1, 2016 through September 30, 2017 Item No. Description Est. Quantity Unit Price Extended Price 1.ROLLS, DINNER, FRESH WHITE ENRICHED SOFT PAN BAKED, 24 ROLLS, SEEDLESS, TYPE VIII, 24OZ. FOOD GROUP: 4 3514 PG $00.00 $00.00 2.BREAD, WHITE, ENRICHED, PAN BAKED, SANDWICH FRESH SEEDLESS, 26 SLICES, TYPE I, 20 OZ LOAF GROUP IV FOOD GROUP: 4 3981 PG $00.00 $00.00 3.BREAD, WHITE, FRENCH, TEXAS TOAST, FRESH SLICED SEEDLESS, 17 SLICES, 24 OZ., CLASS I, STYLE 2 GROUP IV FOOD GROUP: 4 312 PG $00.00 $00.00 4.BREAD, WHOLE WHEAT, FRESH PAN BAKED ROUND TOP, SEEDLESS, 22 SLICES, TYPE III, 20 OZ GROUP IV FOOD GROUP: 4 5595 PG $00.00 $00.00 5.ROLLS, HAMBURGER, FRESH WHITE ENRICHED SOFT PAN BAKED SEEDLESS, 12 BUNS, TYPE III, 12 PER PKG 4" DIAM, 20 OZ, GROUP IV FOOD GROUP: 4 1167 PG $00.00 $00.00 TOTAL COST FY-17 $00.00 Option Year 3: October 1, 2017 through September 30, 2018 Item No. Description Est. Quantity Unit Price Extended Price 1.ROLLS, DINNER, FRESH WHITE ENRICHED SOFT PAN BAKED, 24 ROLLS, SEEDLESS, TYPE VIII, 24OZ. FOOD GROUP: 4 3514 PG $00.00 $00.00 2.BREAD, WHITE, ENRICHED, PAN BAKED, SANDWICH FRESH SEEDLESS, 26 SLICES, TYPE I, 20 OZ LOAF GROUP IV FOOD GROUP: 4 3981 PG $00.00 $00.00 3.BREAD, WHITE, FRENCH, TEXAS TOAST, FRESH SLICED SEEDLESS, 17 SLICES, 24 OZ., CLASS I, STYLE 2 GROUP IV FOOD GROUP: 4 312 PG $00.00 $00.00 4.BREAD, WHOLE WHEAT, FRESH PAN BAKED ROUND TOP, SEEDLESS, 22 SLICES, TYPE III, 20 OZ GROUP IV FOOD GROUP: 4 5595 PG $00.00 $00.00 5.ROLLS, HAMBURGER, FRESH WHITE ENRICHED SOFT PAN BAKED SEEDLESS, 12 BUNS, TYPE III, 12 PER PKG 4" DIAM, 20 OZ, GROUP IV FOOD GROUP: 4 1167 PG $00.00 $00.00 TOTAL COST FY-18 $00.00 Option Year 4: October 1, 2018 through September 30, 2019 Item No. Description Est. Quantity Unit Price Extended Price 1.ROLLS, DINNER, FRESH WHITE ENRICHED SOFT PAN BAKED, 24 ROLLS, SEEDLESS, TYPE VIII, 24OZ. FOOD GROUP: 4 3514 PG $00.00 $00.00 2.BREAD, WHITE, ENRICHED, PAN BAKED, SANDWICH FRESH SEEDLESS, 26 SLICES, TYPE I, 20 OZ LOAF GROUP IV FOOD GROUP: 4 3981 PG $00.00 $00.00 3.BREAD, WHITE, FRENCH, TEXAS TOAST, FRESH SLICED SEEDLESS, 17 SLICES, 24 OZ., CLASS I, STYLE 2 GROUP IV FOOD GROUP: 4 312 PG $00.00 $00.00 4.BREAD, WHOLE WHEAT, FRESH PAN BAKED ROUND TOP, SEEDLESS, 22 SLICES, TYPE III, 20 OZ GROUP IV FOOD GROUP: 4 5595 PG $00.00 $00.00 5.ROLLS, HAMBURGER, FRESH WHITE ENRICHED SOFT PAN BAKED SEEDLESS, 12 BUNS, TYPE III, 12 PER PKG 4" DIAM, 20 OZ, GROUP IV FOOD GROUP: 4 1167 PG $00.00 $00.00 TOTAL COST FY-19 $00.00 Base Year October 1, 2014 through September 30, 2015 $ 0000.0000 Option Year 1 October 1, 2015 through September 30, 2016 $ 0000.0000 Option Year 2 October 1, 2016 through September 30, 2017 $ 0000.0000 Option Year 3 October 1, 2017 through September 30, 2018 $ 0000.0000 Option Year 4 October 1, 2018 through September 30, 2019 $ 0000.0000 ___________________________________________________________________ Total Aggregate Price Base + 4 (1) year options $ 0000.0000 BREAD DESCRIPTION/SPECIFICATION/WORK STATEMENT 1.The items listed in this contract are required subsistence items for the Department of Veterans Affairs, VA Medical Center, Mountain Home, TN 37684, Nutrition and Food Service. Products and deliveries are to be in strict accordance with the terms, conditions, and schedules noted herein. The period of performance is October 1, 2013 through September 30, 2014 as a base period and four one ­ year option to renew. Prices quoted should be F.0.B. destination to both locations. Point of Contact for the VA Medical Center, Nutrition and Food Service Department: Sam Sisley, 423-926-1171 ext. 2915 2.Packaging, Packing, and Labeling: a. All packaging and packing shall be in accordance with good commercial practice and in commercially acceptable containers. All items shall be labeled. Labeling shall be in accordance with commercial labeling complying with the Federal Food, Drug, and Cosmetic Act and regulations promulgated there under. b. All items must be identified with readable dates (open code dates), or coded dates. Contractors who do not use open dating will provide a product code number key listing to each customer facility. The product code number key listing shall explain the actual date of production or processing. Copies of key-codes will be furnished to each destination receiving officer and each destination inspection agency with the first delivery. c. Vendor -owned delivery trays, racks, and wheeled carts, etc. shall be in a clean condition at delivery time; if they are not, vendor personnel will be required to transfer the bread delivery to government-owned holding racks. d. Delivery Orders will be placed by personnel from Nutrition & Food Service and will be designated at time of award. e. Production of bread shall not precede delivery by more than twenty-four (24) hours. Bread/bakery items must be fresh and dated in either of the following methods: (a) production date or freshness expiration date directly marked on packaging or twist tie/plastic closure; (b) Production date or freshness expiration date color coding or similar type markings on packaging or twist tie/plastic closure. f. Salient Characteristics, Regulatory Requirements, Quality Assurance Provisions, and Packaging, shall be as specified in Commercial Item Descriptions A-A-200538 and A-A- 200528. Copies available upon request to Contracting Officer or at http://www.ams.usda.gov/fv/fvqual.htm. 3.SPECIAL OFFERS: The Contractor shall agree to make "special offers" available on the same basis as they may be made to their most favorable customers. 4.AUTHORIZED ORDERS : The government shall be bound under this contract only to the extent of authorized orders actually placed against this contract, and shall not be held liable in any way in the event that no orders are placed with the contractor. 5.PROCEDURES FOR ORDERING : Procedures to be followed for placing orders with Contractor are as follows : a.Purchase orders will be placed directly with the contractor by authorized personnel from the VA Medical Center Nutrition & Food Service. Orders may be placed daily, weekly or monthly, orally by telephone, fax, or daily quantities may be furnished to the drivers. b.Items will be shipped as directed herein. Shipping charges will be borne by the Contractor. c.The Chief of Nutrition and Food Service or their designee will place orders for their department. ALL ORDERS, DELIVERIES AND BILLINGS, FOR EACH FACILITY, SHALL BE SEPARATE AND DISTINCT. 6.ESTIMATED QUANTITIES: The estimated quantities are estimates only and are not intended to mean that the VA Medical Facilities are obligated to purchase any predetermined amount listed under this contract. 7.INVOICES: An itemized invoice shall identify the contract number and purchase order number covered therein and shall be furnished to the payment office as indicated herein. Invoices may be rejected if all information required by FAR Clause 52.212-4(g) is not included. 8.SUBSTITUTIONS: The Contractor may not offer substitute items. The delivery orders will be filled exactly as requested. 9.INSPECTION OF PLANTS: An inspection MAY be made of the premises and employees of the bidder(s), prior to making award and conditions found will be considered in awarding the contract. Inspection may also be made any time during the life of the contract and, if it is found the contractor is not complying with specifications, deliveries will be rejected and the products covered by this contract will be procured on the Open Market. Any excess costs occasioned by this action will be charged against the contractor's account. 10.DELIVERY SCHEDULE:VA Medical Center - Mountain Home. TN Nutrition & Food Service: Delivery Hours 5:30am to 8:00am (local time) Delivery Location: Building 160 loading dock, 151 floor kitchen Frequency of Delivery: Monday, Tuesday, Thursday, and Friday Mail invoices to: Budget and Fiscal Technician, Nutrition & Food Service (120) NOTE: Daily deliveries will be at or about the same times each day and within the established hours of operation listed above. If a delivery date falls on a federal holiday, the vendor must establish an alternative delivery date and inform the VA Medical Center of the new date. The Contracting Officer's Technical Representative (COTR) shall be notified as early as possible if a delivery schedule cannot be met or if a delivery shall be late 11. PAYMENT: Contractor will submit monthly, in arrears, invoices covering all items delivered to nutrition and food service and the canteen. Invoices will be identified by contract number and the appropriate purchase order number, and should be mailed to the payment office as indicated by nutrition and food service. 12. REPRESENTATIVE OF CONTRACTING OFFICER: The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally supervise the work being performed under this contract. The foregoing is not to be considered as authorization to interpret or furnish advice and information to the contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. 13.CONTRACTOR'S RESPONSIBILITIES: The contractor shall obtain all necessary licenses and/or permits required to perform this work. He shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract that is caused by him/her or his/her employee's fault or negligence 14.DISCOUNTS FOR EARLY PAYMENT:Early payment discounts will not be considered in making award. 15. THE BIDDER CERTIFIES THAT: (Check one) ( ) Within the past six (6) months no inspection of the Physical Facilities of this plant has been conducted by any agency of the Federal Government, OR ( ) An inspection of the Physical Facilities of this plant was conducted by the: AGENCYDATE OF INSPECTION and this plant was (ACCEPTED/REJECTED) for furnishing its product to the Federal Government. PLEASE PROVIDE COPY OF LAST INSPECTION REPORT WITH BID PACKAGE. 16. CURRENT CONTRACT: Contractor must state whether he currently holds a contract with another VA Medical Center, Federal or State installation. YESNO ADDRESS OF INSTALLATION: 17. SANITATION AND WORKMANSHIP: Items shall be prepared, processed and packed under sanitary conditions and in accordance with good commercial practice. All containers shall be clean, sound and securely covered or sealed to provide adequate protection from dirt, filth, and other contamination. 18. NOTED FEDERAL HOLIDAYS :New Year's Day, Martin Luther King Day, Washington 's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas And any other day specifically declared by the President to be a national holiday. 19. (NOTE): If proposed products will be provided from more than one plant location, inspection information must be provided for all locations. BRANCH FIRM: If the orders are to be placed and delivery effected by a branch firm at other than the address given on page three, this firm and address with telephone number will be inserted. BRANCH FIRM FOR DELIVERIES TO: VA Medical Center, MOUNTAIN HOME, TN Nutrition & Food Services. Name: __________ Address: __________ __________ Telephone: FAX: __________________ 20.CONTRACT ADMINISTRATION DATA: The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration.Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Table of Contents SECTION A1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS1 b.Items will be shipped as directed herein. Shipping charges will be borne by the Contractor.10 6.ESTIMATED QUANTITIES: The estimated quantities are estimates only and are not intended to mean that the VA Medical Facilities are obligated to purchase any predetermined amount listed under this contract.10 The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration.Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.12 SECTION B - CONTINUATION OF SF 1449 BLOCKS14 B.1 CONTRACT ADMINISTRATION DATA14 SECTION C - CONTRACT CLAUSES16 C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)16 C.2 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)16 SECTION E - SOLICITATION PROVISIONS18 E.1 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999)18 E.2 52.232-18 AVAILABILITY OF FUNDS (APR 1984)18 E.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990)19 E.4 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989)19 E.5 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)19 E.6 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)19 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:Eric Lee b. GOVERNMENT: Contracting Officer 00621 Department of Veterans Affairs Network Contracting Office 9 1639 Medical Center Parkway Suite 400 Murfreesboro TN 37129 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X]52.232-34, Payment by Electronic Funds Transfer-Other Than System For Award Management, or [X]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[] c. Other[x] upon delivery 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FSC P O Box 149971 Austin TX 78714 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE SECTION C - CONTRACT CLAUSES ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) FAR NumberTitleDate 852.215-71EVALUATION FACTOR COMMITMENTSDEC 2009 852.232-72ELECTRONIC SUBMISSION OF PAYMENT REQUESTSNOV 2012 52.232-35DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATIONJUL 2013 52.232-39UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONSJUN 2013 52.232-40PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORSDEC 2013 C.2 VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of Provision) FAR NumberTitleDate 852.246-71INSPECTION ALTERNATE I (JAN 2008)JAN 2008 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMSNOV 2013 SECTION E - SOLICITATION PROVISIONS ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (End of Addendum to 52.212-1) E.1 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance 2. Technical 3. Price Technical and past performance, when combined, is greater than price alone. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) E.2 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) E.3 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) E.4 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) E.5 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 30 days. (End of Clause) E.6 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 five (5) years. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0615/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-14-Q-0615 VA249-14-Q-0615_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1438691&FileName=VA249-14-Q-0615-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1438691&FileName=VA249-14-Q-0615-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03398702-W 20140620/140619021728-5a56b069e10aa20683df9d28ea224f76 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.