Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

R -- Program Management Support Services for Conservation Easements - NRCS-Tennessee - Package #1

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Tennessee State Office, 675 U.S. Courthouse, 801 Broadway, Nashville, Tennessee, 37203-3878
 
ZIP Code
37203-3878
 
Solicitation Number
AG-4741-S-13-0001
 
Archive Date
3/16/2013
 
Point of Contact
Nancy W. Harris, Fax: 615-277-2668
 
E-Mail Address
nancy.harris@tn.usda.gov
(nancy.harris@tn.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Certifications Attachment Bid Schedule Statement of Work Synopsis/Solicitation with clauses and instructions to offerors (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) The USDA, Natural Resources Conservation Service in Tennessee is soliciting and plans to award one (1) firm fixed price service contract for program management support services to meet the requirements of the Statement of Work (SOW) that is included with this solicitation. Solicitation number AG-4741-S-13-0001 is being issued as a Request For Proposal (RFP) and the acquisition procedures at FAR Parts 12 and 15 are being utilized. A requirements type indefinite -delivery contract as defined by FAR 16.503, to include a base period of one year from the date of the award and two one year each option periods, is contemplated. The work is to be performed in Nashville, Tennessee. The Government plans to make award without negotiations. The estimated commencement date is March 11, 2013 and the estimated completion date is September 30, 2013. Services include labor and supervision necessary to review, update, enter and complete information into case files and the National Easement Staging Tool. This service will require the ability to be trained in the use of the National Easement Staging Tool (NEST) and the ability to obtain an understanding of the Wetland Reserve Program policy and other conservation easement programs to be able to provide assistance to the NRCS Easement Programs Staff. Experience would be desired in these areas but is not required. The objective of this effort will be to ensure NEST data is complete and up to date on easement files, official easement file folders are complete and up to date and that the easement files are getting closed in accordance with national policy. Responses are due by 2:30 p.m., Central Time, March 1, 2013, at USDA, Natural Resources Conservation Service (NRCS) (Attn: Nancy Harris), 675 U.S. Courthouse, 801 Broadway, Nashville, Tennessee 37203. PROPOSALS MAY BE SUBMITTED VIA E-MAIL TO nancy.harris@tn.usda.gov. Contact Nancy Harris, Contracting Officer, via telephone at (615) 277-2543 or by email at nancy.harris@tn.usda.gov for information regarding the solicitation. (iii) This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65. The Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses and provisions referenced in this solicitation can be found respectively in full text format at https://www.acquisition.gov/far/index.html and http://www.da.usda.gov/procurement/policy/agar_x/agar04.pdf. (iv) This requirement is a 100% SMALL BUSINESS SET-ASIDE. The North American Classification System (NAICS) Code is 561110, and the small business size standard is $7.0 million. Only proposals from small businesses will be considered. A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. Size standards are the average annual receipts of a firm. How to calculate average annual receipts of a firm can be found in 13 CFR 121.104. For more information on these size standards, please visit http://www.sba.gov/size. (v) Contract Line Item Numbers (CLINs) Pricing will be provided for a 01020 Administrative Assistant as defined by the Department of Labor, Service Contract Act Director of Occupations found at - 2 - http://www.dol.gov/whd/regs/compliance/wage/SCADirV5/SCADirectVers5.pdf. Pricing must be provided for the base period and each of the two option periods. The base period will start the date of award and will be a period of one year. The current estimated award date is March 11, 2013. All dates below are based on this estimate. The actual dates in the contract award document will be based upon the actual award date. Because a requirements type contract is contemplated 16.503(a)(1) states that "For the information of offerors and Contractors, the Contracting Officer shall state a realistic estimated total quantity in the solicitation and resulting contract. This estimate is not a representation to an offeror or Contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The Contracting Officer may obtain the estimate from records of previous requirements and consumption, or by other means, and should base the estimate on the most current information available." The current overall annual amount of estimated hours needed is 1200. As delivery requirements are defined firm fixed-price task orders will be issued based on the rates provided in the contract and the number of hours needed. Base Period (Date of Award 3/11/2013 - 3/10/2014) CLIN Description UOM Unit Price 0001 Administrative Assistant HR tiny_mce_marker______ Option Period 1 (3/11/2014 - 3/10/2015) CLIN Description UOM Unit Price 0002 Administrative Assistant HR tiny_mce_marker______ Option Period 1 (3/11/2015 - 3/10/2016) CLIN Description UOM Unit Price 0003 Administrative Assistant HR tiny_mce_marker______ (vi) Description of Requirements: See the attached Statement of Work (SOW) for detail. (vii) Date(s) and Place(s) of Delivery and Acceptance. The delivery location and place of performance will be the NRCS State Office in Nashville, Tennessee. The period of performance will vary for each task order and will be specified therein. Delivery and acceptance will occur at the NRCS State Office in Nashville, Tennessee. Invoices will be approved by the Contracting Officer at the NRCS Tennessee State Office. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addenda also apply. Offerors must read and follow these additional instructions to receive consideration. - 3 - 1. System for Award Management (SAM) Registration In order to comply with the Debt Collection Improvement Act of 1996, all Contractors must be registered in the System for Award Management, or SAM (formerly Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA)) prior to award of a Federal Contract. However, due to the need to promptly award a contract after receipt of proposals, registration in SAM, to include completion of the Representations and Certifications, and having a status of "Active" is required BEFORE submitting an offer. For information regarding registration visit www.sam.gov. A DUNS number is required to register in SAM. 2. Technical Proposal and Past Performance Information Offerors should submit a written narrative that thoroughly addresses the two (2) non-price evaluation factors listed in Section (ix) below. The narrative should be supported by evidence that gives credibility to the statements made by the offeror and in turn gives the Government enough information to understand and gain confidence in what the offeror is stating. There is no limit on the length of the narrative, but it should be of a reasonable length and well supported. All text must be legible and easily read. All text shall be typed single-spaced with 1-inch margins. Elaborate proposals are not necessary. 3. Price Proposal Submit a price for the hourly rate for the base and each option period on the Bid Schedule that is included. 4. Certification at FAR 52.209-7 Information Regarding Responsibility Matters and the Certification at AGAR 452.209-70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. The offeror must complete the two certifications by reading and checking the appropriate box(s). A copy of the text of the two provisions can be found in Section (xiii) below and as a separate attachment to this notice. Complete the certification using the attachment related to this notice. 5. Copies of Proposal Only one copy of the proposal technical/past performance and price proposal is required to be submitted. Also include the certifications referenced in paragraph 4 above. Offers can be submitted by mail, fax or email (scanned documents). If the document is faxed the offeror must call or send an email the Contracting Officer and received affirmative confirmation that the proposal was received. (ix) FAR provision 52.212-2, Evaluation-Commercial Items applies to this solicitation and is completed as follows. (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. - 4 - The tradeoff process evaluation methodology will be followed. The Contractor's response to the following factors in descending order of importance will be used to evaluate offers. The factors describe the qualities that are delivered. SELECTION CRITERIA - The following factors shall be used to evaluate offers: (1) FACTOR 1 - Technical Capability (Prior Experience and Management of Similar Requirements) Instructions to Offeror - Submit a well defined approach to successfully accomplish the work described in the statement of work. Define how work will be accomplished. Evaluation Criteria - The contractor will require the ability to be trained in the use of the National Easement Staging Tool (NEST), to review and understand the Wetland Reserve Program policy and other conservation easement programs in order to be able to provide assistance to the NRCS Easement Programs Staff. Assistance to the Easement Staff includes assisting with closing easements and preparing the paperwork included in this process. The paperwork includes preparing offer letters, payment obligations, title review, obtaining information from the field office, obtaining information from the contracted closing attorney, obtaining information from the Office of General Counsel, preparing closing packages and obtaining final title opinions. Experience would be desired in these areas but is not required. The technical capability will be evaluated to determine whether the offeror possesses the ability to provide the technical services required by this solicitation. To be considered technically acceptable the offeror must demonstrate a clear understanding of all requirements and demonstrate that as a contractor it has technical expertise to perform this service. Knowledge of federal government easement program requirements and procedures will receive additional weight. FACTOR 2 - Technical/ Past Performance Instructions to offeror: Include descriptions of similar project experience in Tennessee and/or surrounding states. Past performance information is one indicator of an offeror's ability to perform the contract successfully. Evaluation Criteria - Past Performance will be evaluated as Acceptable or Not Acceptable. The offeror shall submit three past performance references to support its ability to meet the Government's objectives. The offeror's similar experience will also be evaluated based on demonstrated commitment to customer satisfaction and timely delivery of quality services. In accordance with the table below, an offeror's past performance shall be rated Acceptable, Unacceptable or Unknown. For offerors without a record of relevant past performance, or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonable assigned, the offeror shall not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have Unknown past performance. In the context of acceptability/unacceptability, Unknown shall be considered Acceptable. Past Performance will be rated according to the following table below. Rating Acceptable Description Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or - 5 - the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. The technical factors and past performance, when combined, are significantly more important when compared to price. FACTOR 3 - Price Instructions to Offeror: Offeror should complete Pricing Sheet for the Base Period and Option Periods. Evaluation Criteria - To evaluate offers for award purposes, the Government will apply the offeror's proposed fixed-prices/rates to the estimated needs for the first year. These prices will be evaluated to determine reasonableness of the price. A comparison of the proposed prices, government estimate, and/or market values will be used. (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. (x) Offerors are required to complete the FAR provision at 52.212-3 Offeror Representations and Certifications-Commercial Items. This must be completed when registering in SAM. (xi)The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there are no addenda. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, and the following FAR clauses cited in that clause are applicable to this acquisition: 52.203-6; 52.204-10, 52.209-6, 52.209-9, 209-10; 52.219-6, 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-17; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52-222-54; 52.223-18, 52.225-13; 52.232-33; 52.222-41; 52.222-42, and 52.222-43 (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) - 6 - clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). [ ] Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). Additional contract requirements(s) or terms and conditions: PROVISIONS (xiii)52.209-7 Information Regarding Responsibility Matters (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. - 7 - (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the Central Contractor Registration database via https://www.acquisition.gov (see 52.204-7). AGAR 452.209-70 REPRESENTATION BY CORPORATIONS REGUARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (a) Awards made under this solicitation are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012 (P.L. No. 112-55), Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offers also must complete paragraphs (2) and (3) of this representation. b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federal States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virginia Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under the Federal or State law within 24 months preceding the dated of offer. (ii) The Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal State law in the 24 months preceding the date of offer. (3) The Offeror does [ ], [ ], does not (check one) have any unpaid Federal tax liability that has been accessed, 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. AGAR 452.209-71 ASSURANCE REGUARDING FELONY CONVICTION OR TAX DELINQUENT STATUS FOR CORPORATE APPLICANTS (a) This award is subject to the provisions contained in the Agriculture, Rural Development, Food and drug Administration, and Related Agencies Appropriations Act, 2012. P.L. No. 112-55, Division A, Sections 738 and 739 regarding the corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it - (1) does not have a tax delinquency, meaning that it is not subject to 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 - 8 - (2) has not been convicted (or had any officer or agent acting on its behalf convicted) of a felony criminal violation under Federal or State law within 24 months preceding, the award, unless suspending and debarring the official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interest of the Government. (b) If the awardee fails to comply with these provisions NRCS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739. The following Agriculture Acquisition Regulations (AGAR) apply to this solicitation: 452.224-70 CONFIDENTIALITY OF INFORMATION (a) Confidential information, as used in this clause, means - (1) information or data of a personal nature, proprietary about an individual, or (2) information or data submitted by or pertaining to an organization. (b) In addition to the types of confidential information described in (a)(1) and (2) above, information which might require special consideration with regard to the timing of its disclosure may derive from studies or 12 research, during which public disclosure of primarily invalidated findings could create an erroneous conclusion which might threaten public health or safety if acted upon. (c) The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential. Similarly, the contracting Officer and the Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. Failure to agree will be settled pursuant to the "Disputes" clause. (d) If it is established that information to be utilized under this contract is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. (e) Confidential information, as defined in (a)(1) and (2) above, shall not be disclosed without the prior written consent of the individual, institution or organization. (f) Written advance notice of at least 45 days will be provided to the Contracting Officer of the Contractor's intent to release findings of studies or research, which have the possibility of adverse effects on the public or the Federal agency, as described in (b) above. If the Contracting Officer does not pose any objections in writing within the 45 day period, the contractor may proceed with disclosure. Disagreements not resolved by the Contractor and Contracting Officer will be settled pursuant to the "Disputes" clause. (g) Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this clause, the Contractor shall obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. (h) The provisions of paragraph (e) of this clause shall not apply when the information is subject to conflicting or overlapping provisions in other Federal, State or local laws. 452.237-75 RESTRICTIONS AGAINST DISCLOSURE (FEB 1988) (a) The Contractor agrees, in the performance of this contract, to keep all information contained in source documents or other media furnished by the Government in the strictest confidence. The Contractor also agrees not to publish or otherwise divulge such information in whole or in part in any manner or form, or to authorize or permit others to do so, taking such reasonable measures as are - 9 - necessary to restrict access to such information while in the Contractor's possession, to those employees needing such information to perform the work provided herein, i.e., on a "need to know" basis. The Contractor agrees to immediately notify in writing, the Contracting Officer, named herein, in the event that the Contractor determines or has reason to suspect a breach of this requirement. (b) The Contractor agrees not to disclose any information concerning the work under this contract to any persons or individual unless prior written approval is obtained from the Contracting Officer. The Contractor agrees to insert the substance of this clause in any consultant agreement or subcontract hereunder. CLAUSES 52.216-18 Ordering. (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of award through the expiration date of the contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $1,000,000.00 ; (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source 52.216-21 Requirements. (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the - 10 - Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required topurchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 12 months from the date the task order was issued. 52.217-9 Option to Extend the Term of the Contract. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/TNSO/AG-4741-S-13-0001/listing.html)
 
Place of Performance
Address: NRCS-Tennessee State Office, 675 U.S. Courthouse, 801 Broadway, Nashville, Tennessee, 37203, United States
Zip Code: 37203
 
Record
SN02986802-W 20130215/130213234335-f4e7a2a683a2aa4f9b3a8cd032a0f9fb (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  © 1994-2020, Loren Data Corp.