Posted: Aug. 6, 2018, 10:24 a.m. EDT
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q0712 Posted Date: 03 August 2018 Response Date: 17 August 2018 @ 14:00, EST Service Code: H312 Set Aside: Small Business NAICS Code: 922160 Contracting Office Address Department of Veteran Affairs NCO 10 3140 Governor s Place Blvd., Ste 210 Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 922160. The Network Contracting Office (NCO) 10 is seeking to purchase Fire Sprinkler System Testing/Inspection for the Dayton VA Medical Center and CBOC s located in Richmond, IN and Springfield, OH. All interested companies shall provide quotation(s), for the following: Fire sprinkler testing/inspection Services PERFORMANCE WORK STATEMENT (PWS) Contract Title: Fire sprinkler testing/inspection Background: Dayton VA Medical Center and CBOC s requires inspection and testing of the fire sprinkler systems to be conducted quarterly, semi-annual and yearly inspection. Scope: Contractor will provide all parts, material, labor, and supervision related to fire sprinkler testing and required inspections for the Dayton VA Medical Center; Springfield and Richmond CBOC s. All work shall be up to the standards of NFPA 25 (Inspection, Testing and Maintenance of Water-Based Fire Protection Systems) guidelines. Specific Tasks: Quarterly, semi-annual, annual, 3-year full trip test, 5-year standpipe inspection and testing of the fire sprinkler system (see schedule) Inspections will be performed during normal hours of 08:00 to 15:30, EST Inspect all pipe, fittings, heads and assorted components Testing of all tamper switches, flow switch, annual fire pump, annual fire hydrants and main drains to include low points Include low air alarms for dry systems and fire pump loss of power supervisory alarms and any other supervisory signals Prior to testing system alarms, contractor must contact Gerry Pennington in the safety office at 937-268-6511 x2826 Check for any obstructions to system or sprinkler heads Will meet Joint Commission requirements Inspection report will include an inventory of tamper switches per building Performance Monitoring: All work will be signed off by COR once complete Security Requirements: BACKGROUND CHECKS and IDENTIFICATION BADGES Contractor and Subcontractor personnel that work on any VAMC property must consent to Background Checks or shall be denied access to the VAMC facilities. Information required to conduct a Background Check includes: full name, driver s license number and/or social security number, date of birth, and completion of a background check questionnaire. Contractors shall ensure their employees and those of their Subcontractors have the proper credentials allowing them to work in the United States. The Contractor shall not be entitled to any compensation for delay or expenses associated with this requirement and are not excused from proceeding with the Contract. Department of Veterans Affairs requires all Contractor employees to have a VAMC issued Identification Badge and wear it always while at the VAMC facilities. This ID badge shall be issued by the VAMC security office under its rule for issuance. Contractor personnel shall present a neat appearance and be easily recognized as a Contractor employee by wearing distinctive clothing bearing the name of the company and a VAMC issued ID badge. When an employee leaves the Contractor s service or the Contract is terminated, the employee s badge shall be returned to the VAMC immediately. REPORTING Contractor will report to Julian Lindsey in Engineering or Gerry Pennington in Safety prior to and immediately after completion of inspection and testing Contractor employee(s) will wear identification badges provided by VA when working on the VA campus or VA leased property Keys may be picked up and returned (at the end of each day) in B-408, room 205G Prior to going to the CBOC s, the contractor will: report to Julian Lindsey in Engineering or Gerry Pennington in Safety to schedule an appointment time with the CBOC manager Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): n/a Other Pertinent Information or Special Considerations: Contractor will comply with NFPA 25 guidelines for testing & inspecting sprinkler systems. Place of Performance: Dayton VA Medical Center | 4100 W. Third street | Dayton, OH 45428 Buildings: 115 116 120 126 129 131 143 302 305 307 310 315 320 321 330 335 340 341 401 408 409 410 411 412 425 Springfield CBOC | 512 South Burnett Road | Springfield, OH 45506 Richmond CBOC | 1010 N. J Street | Richmond, IN 47374 Period of Performance: Base period: August 27, 2018 August 26, 2019 Option 1: August 27, 2019 August 26, 2020 Option 2: August 27, 2020 August 26, 2021 Option 3: August 27, 2021 August 26, 2022 Option 4: August 27, 2022 August 26, 2023 Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price." The government will evaluate information based on the following evaluation criteria: (1) technical capability factor "meeting or exceeding the requirement, (2) past performance, and (3) price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) o All quoters shall submit the following: Technical Capability (see IV. Requirements), Past Performance (name, address, phone, period of performance), Price (quote) This is an open-market combined synopsis/solicitation for Fire Sprinkler System Testing/Inspection for the Dayton VA Medical Center and CBOC s located in Richmond, IN and Springfield, OH as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-41, Service Contract Act FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.237-70, Contractor Responsibility Submission shall be received not later than August 17, 2018 @ 14:00, EST via email to Jennifer Bowden, jennifer.bowden@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Contract Specialist: Jennifer Bowden jennifer.bowden@va.gov
Posted: June 11, 2018, 2:47 p.m. EDT
1 of 13 PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR X SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 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 (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 13 552-18-3-6109-0019 36C25018Q0712 06-11-2018 Jennifer Bowden jennifer.bowden@va.gov 937-268-6511 x3041 06-22-2018 14:00 EST 36C250 Department of Veterans Affairs NCO 10 3140 Governor s Place Blvd., Suite 210 Kettering OH 45409-1337 100 Y 561210 $38.5 Million X N/A X 36C552 Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street Dayton OH 45428-9000 36C250 Department of Veterans Affairs NCO 10 3140 Governor s Place Blvd., Suite 210 Kettering OH 45409-1337 3600 Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 See CONTINUATION Page See PWS and Schedule for Dayton VA Fire Sprinkler System This will be evaluated based on LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) THIS IS A 100% SMALL BUSINESS SET-ASIDE See CONTINUATION Page X X Table of Contents SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) 3 B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) 4 B.4 PRICE/COST SCHEDULE 6 ITEM INFORMATION 6 SECTION C - CONTRACT CLAUSES 11 C.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 11 C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 11 C.3 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 11 C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 12 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: CONTRACTOR: TBD GOVERNMENT: Adam Weber, Contracting Officer and Jennifer Bowden, Contract Specialist Department of Veterans Affairs NCO 10 3140 Governor s Place Blvd., Suite 210 | Kettering, OH 45409-1337 CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: 52.232-33, Payment by Electronic Funds Transfer System for Award Management INVOICES: Invoices shall be submitted in arrears QUARTERLY 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. Tungsten Network Client Services 877-489-6135 http://www.tungsten-network.com/customer-campaigns/veterans-affairs/ va.registration@tungsten-network.com B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. PERFORMANCE WORK STATEMENT (PWS) Contract Title: Fire sprinkler testing/inspection Background: Provide all necessary labor, equipment and skill to conduct quarterly, semi-annual and yearly inspection and testing of the fire sprinkler system All work shall be up to the standards of NFPA 25 (Inspection, Testing and Maintenance of Water-Based Fire Protection Systems) guidelines. Scope: Contractor will provide all parts, material, labor, and supervision. Specific Tasks: Quarterly, semi-annual and yearly inspection and testing of the fire sprinkler system Inspections will be performed during normal hours of 08:00 to 15:30 EST Inspect all pipe, fittings, heads and assorted components Testing of all tamper switches, flow switches and alarms Include low air alarms for dry systems and fire pump loss of power supervisory alarms Prior to testing system alarms, contractor must contact Gerry Pennington in the safety office at 937-268-6511 x2826 Check for any obstructions to system or sprinkler heads Will meet Joint Commission requirements Inspection report will include an inventory of tamper switches per building Performance Monitoring: All work will be signed off by COR once complete Security Requirements: Vendor will report to Julian Lindsey in Engineering & Gerry Pennington in Safety prior to and immediately after completion of inspection and testing Vendor s worker(s) will wear identification badges provided by VA when working on the VA campus or VA leased property Keys may be picked up in B-408, room 205G Keys are to be returned to B-408, room 205G at the end of each day. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): n/a Other Pertinent Information or Special Considerations: Contractor will comply with NFPA 25 guidelines for testing & inspecting sprinkler systems. Place of Performance: Dayton VA Medical Center | 4100 W. Third Street | Dayton, OH 45428 Period of Performance: Base period: June 29, 2018 June 28, 2019 Option 1: June 29, 2019 June 28, 2020 Option 3: June 29, 2021 June 28, 2022 Option 2: June 29, 2020 June 28, 2021 Option 4: June 29, 2022 June 28, 2023 B.4 PRICE/COST SCHEDULE ITEM INFORMATION BASE PERIOD 06-29-2018 thru 06-28-2019 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE TOTAL PRICE 0001 1 - Fire Pump Inspection 1 YR 0002 27 - Wet Fire Sprinkler System(s) 1 YR 0003 27 - Wet Fire Sprinkler System(s) 4 QTR 0004 2 - Wet and Dry Standpipe Maintenance and Inspection 1 YR 0005 16 - 2-1/2 Fire Hose Valve(s) 1 YR 0006 8 - Dry Fire Sprinkler System(s) 1 YR 0007 8 - Dry Fire Sprinkler System(s) 4 QTR 0008 7 - Dry System/Deluge or Pre-action System Auxiliary Drain Maintenance 1 YR 0009 58 - Fire Hydrant Inspection(s) 1 YR BASE TOTAL OPTION PERIOD 1 06-29-2019 thru 06-29-2020 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE TOTAL PRICE 1001 1 - Fire Pump Inspection 1 YR 1002 27 - Wet Fire Sprinkler System(s) 1 YR 1003 27 - Wet Fire Sprinkler System(s) 4 QTR 1004 2 - Wet and Dry Standpipe Maintenance and Inspection 1 YR 1005 16 - 2-1/2 Fire Hose Valve(s) 1 YR 1006 8 - Dry Fire Sprinkler System(s) 1 YR 1007 8 - Dry Fire Sprinkler System(s) 4 QTR 1008 7 - Dry System/Deluge or Pre-action System Auxiliary Drain Maintenance 1 YR 1009 58 - Fire Hydrant Inspection(s) 1 YR OPTION PERIOD 1 OPTION PERIOD 2 06-29-2020 thru 06-29-2021 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE TOTAL PRICE 2001 1 - Fire Pump Inspection 1 YR 2002 27 - Wet Fire Sprinkler System(s) 1 YR 2003 27 - Wet Fire Sprinkler System(s) 4 QTR 2004 2 - Wet and Dry Standpipe Maintenance and Inspection 1 YR 2005 16 - 2-1/2 Fire Hose Valve(s) 1 YR 2006 8 - Dry Fire Sprinkler System(s) 1 YR 2007 8 - Dry Fire Sprinkler System(s) 4 QTR 2008 7 - Dry System/Deluge or Pre-action System Auxiliary Drain Maintenance 1 YR 2009 58 - Fire Hydrant Inspection(s) 1 YR OPTION PERIOD 2 OPTION PERIOD 3 06-29-2021 thru 06-29-2022 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE TOTAL PRICE 3001 1 - Fire Pump Inspection 1 YR 3002 27 - Wet Fire Sprinkler System(s) 1 YR 3003 27 - Wet Fire Sprinkler System(s) 4 QTR 3004 2 - Wet and Dry Standpipe Maintenance and Inspection 1 YR 3005 16 - 2-1/2 Fire Hose Valve(s) 1 YR 3006 8 - Dry Fire Sprinkler System(s) 1 YR _ 3007 8 - Dry Fire Sprinkler System(s) 4 QTR 3008 7 - Dry System/Deluge or Pre-action System Auxiliary Drain Maintenance 1 YR 3009 58 - Fire Hydrant Inspection(s) 1 YR OPTION PERIOD 3 OPTION PERIOD 4 06-29-2022 thru 06-29-2023 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE TOTAL PRICE 4001 1 - Fire Pump Inspection 1 YR 4002 27 - Wet Fire Sprinkler System(s) 1 YR 4003 27 - Wet Fire Sprinkler System(s) 4 QTR 4004 2 - Wet and Dry Standpipe Maintenance and Inspection 1 YR 4005 16 - 2-1/2 Fire Hose Valve(s) 1 YR 4006 8 - Dry Fire Sprinkler System(s) 1 YR 4007 8 - Dry Fire Sprinkler System(s) 4 QTR 4008 7 - Dry System/Deluge or Pre-action System Auxiliary Drain Maintenance 1 YR 4009 58 - Fire Hydrant Inspection(s) 1 YR OPTION PERIOD 4 GRAND TOTAL 13 of 33 SECTION C - CONTRACT CLAUSES 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://farsite.hill.af.mil/vmfara.htm http://farsite.hill.af.mil/vmvara.htm FAR NUMBER TITLE DATE 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (DEVIATION 2018-O0013) JAN 2017 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS JAN 2017 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS JAN 2018 52.217-8 OPTION TO EXTEND SERVICES NOV 1999 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.246-71 INSPECTION JAN 2008 C.2 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 thirty (30) days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) 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 and six (6) months. C.3 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001 . (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001 . (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org ) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905 . (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. C.4 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Ohio. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.