BOARD OF CONTRACT APPEALS U.S. GOVERNMENT PRINTING OFFICE WASHINGTON, DC 20401 In the Matter of ) ) the Appeal of ) ) QUESTAR PRINTING, INC. ) Docket No. GPO BCA 19-94 Jacket No. 362-553 ) Purchase Order 96583 ) For the Appellant: Questar Printing, Inc., Chicago, Illinois, by Frederic G. Antoun, Jr., Esq., Attorney At Law, Chambersburg, Pennsylvania. For the Government: Roy K. Potter, Esq., Assistant General Counsel, U.S. Government Printing Office. Before FOSS, Administrative Judge. DECISION AND ORDER I. STATEMENT OF THE CASE By Notice of Appeal, dated May 16, 1994, Questar Printing, Inc. (Appellant or Contractor), 5825 S. Western Avenue, Chicago, Illinois 60636, filed a timely appeal of the final decision of Contracting Officer Robert C. Davis, dated April 21, 1994, of the U.S. Government Printing Office's (Respondent or GPO or Government), Printing Procurement Department (PPD), Washington, DC 20401, terminating the Appellant's contract, identified as Jacket No. 362-553, Purchase Order 96583, for default. See GPO Instruction 110.12, Subject: Board of Contract Appeals Rules of Practice and Procedure, dated September 17, 1984, Rules 1(a) and 2 (Board Rules). The reason given by the Contracting Officer for the default was that the Contractor had "failed to make delivery of the product in accordance with the specifications." See R4 File, Tab K.1 See also RPTC, at 3. A two-day evidentiary hearing in the appeal was conducted by the Board on January 30 and 31, 1995, respectively, at which both parties were represented by counsel, who, thereafter, filed timely briefs on the issues involved.2 Board Rules, Rules 17 through 24, 26 and 27. For the reasons which follow, the final decision of the Contracting Officer in is hereby REVERSED, and the appeal is GRANTED. II. BACKGROUND The relevant facts are essentially uncontroverted, and are set forth here as presented in R4 File, and the hearing transcript, including the parties' exhibits. 1. On December 30, 1993, GPO issued an Invitation for Bid (IFB) for Jacket No. 362-553, a contract for the production of 7,100 copies of a loose-leaf publication entitled "Civilian Benefits Guide" (Guide) for the U.S. Department of Transportation/U.S. Coast Guard (Coast Guard or customer-agency) (R4 File, Tab A, at 1). The Guide was to be produced in an 80- page version (6,000 copies), and another of 84 pages (1,100 copies) (R4 File, Tabs A, at 1, and C). 2. Among other things, the IFB provided, in pertinent part: * * * * * * * * * * Any contract which results from this Invitation to Bid will be subject to the applicable articles of GPO Contract Terms (Pub. 310.2, effective December 1, 1987 (Rev. 9-88) [hereafter GPO Contract Terms] and Quality Assurance Through Attributes Program, Rev. November 1989 (GPO Pub. 310.1) [hereinafter QATAP]. * * * * * * * * * * PRODUCT: Cloth-covered three-ring binder with opening/closing levers, a looseleaf publication with a separate one-piece cover, and a set of tab dividers. Publication prints in two versions, one with 80 pages and the other with 84 pages. Binder cover prints in four inks and text and tab dividers print 4-color process. * * * * * * * * * * SIZE: Binder - 295 (bind) x 273 mm (111/2 {bind} x 103/4"), 38 mm (11/2") capacity; to fit sheet size 216 x 279 mm (81/2 x 11"). Publication Cover - 232 x 279 mm (9_ x 11"). Publication Text - 216 x 279 mm (81/2 x 11"). Tab Dividers - 229 (includes 13 mm lip) x 279 mm (9" {includes 1/2 lip} x 11"). GOVERNMENT TO FURNISH: Four SyQuest 44 MB 133 mm (51/4") removable cartridges, one 89 mm (31/2") double sided floppy disk, and one Maxwell HS-4/90S digital data storage tape. Furnished media was processed on a Macintosh Model IIci, System 6.0.7, using Aldus Pagemaker 4.2, Adobe Illustrator 3.0, Adobe Photoshop 2.0.1, and Retrospect 2.0A software. Files are in program format. Typefaces included in files are: Adobe's Helvetica Regular, Light, Light Oblique, Black, and Black Oblique; Palatino Roman, Italic, Bold, and Bold Italic; and Zapf Dingbats. Directories of SyQuest cartridge contents; folder contents;; linked graphic items and pertinent page number. Low resolution color prototypes. Required fonts. Cromalins of photographs. Black and white photocopy of cover; labeled and accompanying list of Position-Description-File Name. Listing of high resolution interior photo placement and file names. Sample binder with full color comp [composite] of publication and dividers. GPO Form 892 proof label. One reproduction proof, Form 905 (R3/90) with labeling and marking specifications. Identification markings such as register marks, ring folios, rubber stamped jacket numbers, commercial identification marks of any kind, etc., except GPO imprint, form number, and revision date, carried on copy or film, must not print on finished product. CONTRACTOR TO FURNISH: All materials and operations, other than those listed under "Government to Furnish," necessary to produce the product(s) in accordance with these specifications. * * * * * * * * * * PROOFS: One set of Dylux, or similar proofs, trimmed to size, and one set of one-piece laminated or electrophotography color proofs. These proofs must have illustrations and text matter composited. Sublimation, inkjet, photographic, andoverlay proofs are not acceptable. Proofs cannot simulate PMS inks; colors must be an exact match. The proofs must have color control bars, tint patches and dot gain scale (such as, Brunner, GATF, GRETAG, or RIT) repeated across sheet. * * * * * * * * * * The contractor must not print prior to receipt of an "OK to print." STOCK/PAPER: * * * * * * * * * * Publication Text: White No. 2 Coated Text, Dull Finish, basis weight 148 gsm (25 x 38", 100 lbs. per 500 sheets), equal to JCP A262. All text paper used in each copy must be of a uniform shade. Publication Cover and Tab Dividers: White No. 2 Coated Cover, Dull Finish, basis weight 216 gsm (20 x 26", 80 lbs. per 500 sheets), equal to JCP L62. Binder Covering: Light blue linen finish impregnated book cloth, equal to Industrial Coating Group's Arrestox B 41550. PRINTING: Print publication cover and text and tab dividers head- to-head in 4-color process. Contractor to match final "Ok'd" press sheets. Print binder cover in black and white plus a match of Pantone's 185 red and 280 blue opaque inks. Format: Publication cover prints face and back in 4-color process. . . . Text prints with type, line and tones in 4-color process throughout. Tab dividers print full coverage 4-color process on face and back. Binder cover prints on cover 1 and spine with type and line in the four inks. Must be printed on a press capable of printing four colors in a single pass through the press (minimum four printing units). PRESS SHEET INSPECTION: Final makeready press sheets will be inspected and approved at the contractor's plant for the purpose of establishing specified standards for use during the actual press run. Upon approval of the sheets, contractor is charged with maintaining those standards throughout the press run (within QATAP tolerances when applicable) and with discarding all makeready sheets that proceeded approval. See GPO Publication 315.3 (Guidelines for Contractors Holding Press Sheet Inspections) issued September 1991. Note: A press sheet inspection is for the purpose of setting specific standards that are to be maintained throughout the entire run. It does not constitute a prior approval of the entire run. * * * * * * * * * * BINDING: Die-cut all tab dividers with a 13 mm (1/2") lip, round cornered on tab only. . . . Trim publication cover and text four sides. Drill publication cover and text and tab dividers with three 8 mm (5/16") diameter holes centered on the 279 mm (11") side, 108 mm (41/4") center to center. Center of holes to be 10 mm (_") from left edge. * * * * * * * * * * QUALITY ASSURANCE LEVELS AND STANDARDS: The following levels and standards shall apply to these specifications: Product Quality Levels: (a) Printing Attributes-Level II. (b) Finishing Attributes-Level II. Inspection Levels (From MIL-STD-105): (a) Non-destructive Tests-General Inspection Level I. (b) Destructive Tests-Special Inspection Level S-2. Specified Standards: The specified standards for the attributes requiring them shall be: Attribute Specified Standard P-7. Type Quality and Uniformity O.K. Press Sheets P-9. Solid and Screen Tint Color Match O.K. Press Sheets P-10. Process Color Match O.K. Press Sheets Special Instructions: In the event that inspection of press sheets is waived by the Government, the following listed alternate standards (in order of precedence) shall be the Specified Standards:3 P-7. "OK" proofs. P-9. "OK" proofs, Pantone Matching System color. P-10. "OK" proofs. * * * * * * * * * * QUALITY ASSURANCE RANDOM COPIES: In addition to the Departmental Random Copies (Blue Label), the contractor may be required to submit quality assurance random copies to test for compliance against specifications. The purchase order/specifications will indicate the number required, if any. When ordered, the contractor must divide the entire order into equal sublots and select a copy from a different general area of each sublot. The contractor will be required to execute a statement furnished by GPO certifying that copies were selected as directed. Copies will be paid for at the running rate offered int he contractor's bid and their cost will not be a consideration for award. A copy of the purchase order/specifications must be included. * * * * * * * * * * SCHEDULE: Furnished material will be available for pick up at the U.S. Government Printing Office, 27 G St., NW, Washington, D.C. 20401, on January 11, 1994. Submit proofs as soon as the contractor deems necessary in order to comply with the shipping schedule. Proofs will be withheld 7 workdays from receipt in the GPO until they are made available for pickup by the contractor. * * * * * * * * * * Ship complete to arrive at destinations on or before February 3, 1994. * * * * * * * * * * See R4 File, Tab A, at 1-7. [Emphasis added.] 3. The IFB was sent to 15 potential contractors, and GPO received five (5) responsive bids-from the Appellant, Southern California Graphics (SCG), Monarch, French Bray, Inc. (French Bray), and Eckhart & Co. (Eckhart) (R4 File, Tabs B and K). Tr. 11-12. From lowest to highest, the offers were as follows: (a) Appellant-$89,690.00; (b) SCG-$117,064.00; (c) Monarch-$118,811.00; (d) French Bray-$127,942.00; and (e) Eckhart-$165,056.85 (R4 File, Tabs B and K, CRB Memorandum). 4. Because its bid was 23.4% lower than the second lowest offer, Contracting Officer Adams called the Appellant and asked it to review and confirm its bid. Tr. 233. See also PPR, Chap. XI, Sec. 6, � 3(g)(1)(i). In response, the Contractor affirmed that it intended to bid $89,690.00 on Jacket No. 362-553, and that it was aware of the next lowest offer (R4 File, Tab W). See Tr. 231, 233, 331. Accordingly, on January 14, 1994, the Respondent issued Purchase Order 96583 to the Appellant awarding it the job at its quoted price (R4 File, Tab C). The Purchase Order also informed the Contractor that it was expected to ship the Guide in time to arrive at the listed destinations "on or before February 3, 1994" (R4 File, Tab C). Tr. 179. 5. The record indicates that from the moment it received the contract, the Appellant's performance was hampered by a number internal and external delays, most of which the Respondent admits were not the fault of the Contractor. First, it is undisputed that the Government delivered the GFM to the Contractor on January 14, 1994, not January 11, 1994, as required in the contract schedule (R4 File, Tab A, at 6). Tr. 192. Second, the contract was awarded during one of the severest winters in memory, and a massive cold wave had all but shut down Chicago, the site of the Appellant's plant, causing a further delay in starting the job.4 Tr. 169, 205. Third, contract performance took place against the backdrop of a trucker's strike-which did not end until April 1994-that created a serious obstacle for the Contractor with respect to shipping the entire product, and to a lesser degree in working with its suppliers and subcontractors.5 Tr. 67, 166-67, 205. Consequently, by letter dated January 21, 1994, the Contractor asked the GPO to "extend ship-delivery date by adding 3 weeks", because of the "lateness in sending [the] GFM . . . and the extreme low tempartures [sic] in Chicago that left most businesses closed" (R4 File, Tab D). Tr. 169, 192, 205-06. Although the Respondent did not grant the full amount of time requested by the Appellant, by facsimile transmission on or about February 3, 1994, GPO notified the Contractor that the delivery schedule was extended two weeks (R4 File, Tab E).6 However, the message also told the Appellant that: "This job has a must at destination date of February 18, 1994" (R4 File, Tabs E and K).7 6. Between January 29, 1994, and February 14, 1994, the Appellant prepared the first proofs of the text and divider tabs, provided them to the Government, made the requested author's alterations on the returned proofs, and sent out revised proofs for review. Tr. 46. The record also reveals that when the approved proofs were returned to the Contractor, it noticed that there were black die cutting lines on the film for the tabs as part of the image. Tr. 47-48, 58, 134, 137; App. Exh. No. 18. It is undisputed that the problem was an error in the GFM, and was caused by the fact that the person who designed the Guide had left the outline of exactly where to cut the tabs on the magnetic disk (R4 File, Tab A, at 1-2).8 Tr. 48-49, 52, 55-56, 58, 188. As a consequence, when outputted from the magnetic media, all of the tabs had black border lines. Tr. 47-48, 55-56; App. Exh. Nos. 8 and 9.9 7. The parties discussed the tab problem several times between February 8 and February 16, 1994, in an effort to find a way to eliminate the black border (R4 File, Tab F). Tr. 52-56. Indeed, the Government agreed with the Appellant that the lines should not have been on the GFM, and that they had to be removed from the tabs-the question was how? Tr. 53-54. In that regard, several possible solutions were explored, including carefully trimming each tab separately on a flatbed die-cutter, having the customer-agency fix the GFM, or authorizing the Contractor to correct the film output from the magnetic disk so the tabs could be printed as originally planned. Tr. 53, 56-57, 61. The Appellant told the Respondent that its price for correcting the film output was approximately $2,800.00, while cutting the tabs on a flatbed cutter would add $5,000.00 to the cost of the contract.10 Tr. 60, 411-12. 8. After discussing the options with Maher, Janowicz recommended die-cutting as the proper course to follow in this instance. Tr. 60. Maher seemed to agree, but first asked the Appellant to return the approved proofs to see if GPO's T & D Division could solve the die-cutting line problem. Tr. 58. It is undisputed that Maher later called Janowicz instructing him to die-cut the tabs as best he could and by whatever means he chose, and ignore the black borders.11 Tr. 59, 72, 128, 216-17. In that regard, Maher explained that it was a matter of cost as far as the Coast Guard was concerned, because the customer-agency simply had no more money to invest in the job. Tr. 57, 94, 121-22, 127, 404. Two representatives of the customer-agency, identified in the record only as Lock and Fisher, also telephoned Janowicz and told him that while they did not want the black borders on the tabs, the job had already exhausted their budget, and they could not "spend a single penny more" to fix the problem (R4 File, Tab F, Letter from Lindsey Hammonds, Chief, Contract Administration, Coast Guard to Chuck Crawford, Customer Service Representative, GPO) (hereinafter Hammonds Letter).12 Tr. 94, 121-22, 126-27. 9. Thereafter, on February 23, 1994, GPO issued Contract Modification No. 2 to the Appellant changing the specifications for the tab dividers as follows: DEPTH is changed from 11" to 10-15/16" to allow trim off of 1/32" top and bottom to eliminate cut lines which print on each divider. WIDTH to be held to 8-1/2" with a 1/2" tab, however the cut line may print at bind edge (only) of each divider provided it is minimal; the tab to be cut to remove as much of the cut line as possible and still hold the width as stated herein. There shall be no additional costs to the Government for this change. See R4 File, Tab F; App. Exh. No. 14. [Emphasis added.] Because the Contractor was required to perform the changed work without compensation, it did not sign the contract modification, but instead returned it to the Government. Tr. 74, 110-11; App. Exh. No. 14. 10. Contract Modification No. 2 also provided: "The balance of the specification remain[s] unchanged, except the 'Ship complete to arrive at destination' date shall be set with a subsequent Contract Modification[.]" (R4 File, Tab F; App. Exh. No. 14). It is undisputed that no such modification was ever officially issued by the Respondent. Tr. 71, 199, 216. (But see Factual Finding No. 16, infra, regarding App. Exh. No. 15). 11. By letter dated March 4, 1994, the Coast Guard effectively rescinded Contract Modification No. 2 when it informed the Respondent that since it did not have the money to correct the tab problem, it was willing to live with the job as ordered, and therefore GPO should tell the Appellant to cut the tabs in accordance with the original specifications (R4 File, Tab F, Hammonds Letter). Tr. 217. However, there is nothing in the record to indicate if this information was ever conveyed to the Contractor, and the Appellant believes that the problem with respect to the black borderlines was never resolved; indeed, the record shows that no "OK to print" was ever given for the tab dividers.13 Tr. 106, 245, 312-13. On the other hand, the parties agree that since the tab defect resulted from an error in the GFM provided by the Coast Guard, responsibility for the delays which occurred in the production of the Guide because of the problem was the Government's, and not the Contractor's. Tr. 188. 12. Another major problem surfaced after the Appellant received the GFM and the artwork, and had its ink supplier, Gans Ink & Supply Co. (Gans), produce a "draw-down" of the color scheme for the Guide's binder,14 which left some doubt in the Contractor's mind about its offset printing equipment being able to match the color intensity desired by the Coast Guard on the blue linen substrate. Tr. 407-08; App. Exh. No. 3. It took extra time for the Contractor to explore a possible solution with GPO, discussed infra, which constituted another delay. Tr. 19-20, 40, 413. In that regard, Gans' "draw-down," which was prepared on February 24, 1994, shows that two of the opaque ink colors, white and to a lesser extent, red, failed to reproduce as required on the blue cloth background. Tr. 19, 29; App. Exh. No. 3. The color white was a particular problem because Gans had used three "hits" of ink on the blue fabric,15 and still failed to achieve a color match against the sample provided.16 Tr. 19, 22-23, 25; App. Exh. Nos. 2. 13. The parties agree that once the Appellant saw how difficult it would be to achieve an exact color match on the blue binder cover, its President, Ireneusz ("Eric") Janowicz, telephoned Maher to discuss the problem, and was told to follow the color markup furnished by the Coast Guard, otherwise the job would be rejected. Tr. 19-20, 28, 41, 84, 401, 409, 413-14; App. Exh. No. 2. When Maher also said that the customer-agency would insist on full compliance with the colors it provided, Janowicz asked to see a binder from the previous job, and was informed that no such sample was available.17 Tr. 20, 41, 85, 403, 413-14; App. Exh. No. 2. Since an absolute color match was required, Janowicz and Maher discussed two possible solutions to the problem-silk screening and foil stamping.18 Tr. 28-29, 30, 89-90. Silk screening was rejected primarily because of its expense; i.e., it would have exceeded the Appellant's budget for the job.19 Tr. 29-30, 143. Therefore, Janowicz suggested stamping the blue substrate with white foil as a less costly method for giving the best color match. Tr. 28-29, 30-31, 38, 89-90, 143, 145-46, 402, 409; App. Exh. No. 5.20 However, foil stamping had its own drawback in this case, namely, that by applying pressure to the binder substrate the fabric would stretch resulting in a slight variation in the image register.21 Tr. 32, 38, 98, 141, 100, 158-59, 303, 306; App. Exh. No. 6.22 On the other hand, while the registration would be slightly off, Janowicz was confident that the color match would be perfect. Tr. 39, 100. Maher told Janowicz that he would check with the Coast Guard about foil stamping the binder cover, but meanwhile the Contractor was not to do anything until the customer-agency gave its approval.23 Tr. 33, 38-39. Thereafter, on March 2, 1994, almost two weeks after the "must" delivery date of February 18, 1994, Maher sent the Appellant a facsimile transmission approving its proposed solution, and instructing it to proceed with white foil stamping on the binders.24 Tr. 39-40, 45, 103; App Exh. No. 7. This message was the only communication from the Respondent regarding foil stamping; i.e., no contract modification was ever issued authorizing foil stamping, nor did the Government ever agree to pay additional compensation for this process. Tr. 31, 66. It is undisputed that white foil stamping cured the color match problem on the binder for both red and white opaque inks.25 Tr. 42, 44-45, 105-06, 146-47, 149-51, 247-48, 371; App. Exh. Nos. 5 and 20. 14. The Appellant's production problems did not end with resolving the color match problem, however. The record discloses that on March 8, 1994, during the Respondent's press sheet inspection at the Contractor's plant, a "ghosting" problem was noticed by a pressmen in the words "work" and "life" in the color bar mastheads of the various chapters of the Guide. Tr. 62-63, 243; App. Exh. Nos. 11 and 12.26 The Appellant brought the problem to the attention of GPO's press inspector, Brzozowski, who realized it was caused by another design error in the GFM's magnetic tape.27 Tr. 243. Brzozowski immediately telephoned the Coast Guard, and from his discussion with the customer-agency, the Contractor was authorized to fix the problem. Tr. 64-65, 244. In that regard, the record shows that the mastheads were corrected in the following manner: (a) for pages which had not yet been printed, the Appellant made the appropriate changes in the magnetic tape and then sent it to a subcontractor to prepare new film work; and (b) for pages which were already printed, the Contractor overprinted the two words in black ink to make them "a little fatter."28 Tr. 65-66, 244. All told, these corrective actions took about a week to accomplish, because by March 17, 1994, the Appellant was able to proceed with the final steps in the production process. Tr. 244. 15. The record reveals that once the binder material had been printed, the binders themselves were to be made by a subcontractor, General Binding Corporation (GBC). Tr. 67; App. Exh. No. 13. On March 17, 1994, seven workdays after the press inspection, the Contractor sent the printed cover material for 7,100 binders to GBC. App. Exh. No. 13 (Attachment A). Unfortunately, in trimming the material to fit the binders, GBC's subcontractor, Ellis Bindery, Inc., overtrimmed 5,800 covers by 1/2"-only 1,300 binders were trimmed to contract specifications. Tr. 67; App. Exh. Nos. 4 and 13 (Attachment B). When GBC informed the Appellant of the mishap, Janowicz immediately telephoned GPO and spoke to Maher. Tr. 68. He asked Maher if the Respondent would accept a binder that was slightly narrower than the dimensions called for in the contract, and was told that only a full-size cover was acceptable. Tr. 68-69. Therefore, on or about April 5, 1994, the Contractor reordered new cover stock from its supplier, Industrial Coatings Group, Inc. (ICG). Tr. 69; App. Exh. No. 13 (Attachment D). However, when the new fabric was delivered, the Appellant discovered that it was a different shade of blue. Tr. 67, 69; App. Exh. No. 4 (Attached Swatch). Accordingly, the Contractor again called GPO, this time seeking permission to use the "off color" material, and when its request was denied it contacted ICG to exchange the reordered fabric for the right color linen.29 Tr. 70. 16. In the meantime, on March 23, 1994, the Contracting Officer sent a "show cause" letter to the Appellant (R4 File, Tab H). Tr. 77, 103, 178, 203. See PPR, Chap. XIV, Sec. 1, � 3.c.(1). The Contracting Officer's letter notified the Appellant that the Government was considering terminating the contract for default because of its "failure to perform . . . in a timely manner," and said that before such a decision was made it was necessary to determine if the Contractor's lack of performance was for causes beyond its control and without its fault or negligence (R4 File, Tab H). Accordingly, the Appellant was given until March 28, 1994 (3 workdays), to present, in writing, any extenuating facts tending to show that its failure was excusable, and it was warned that a "failure to reply within this time may be considered as an admission of fault or negligence." The Contractor's attention was also invited to the provisions of the "Default" clause setting forth the respective rights and obligations of the Government and the Contractor in the event of a default. See GPO Contract Terms, Contract Clauses, � 20 (Default). It is undisputed that the Appellant did not provide a written response to the "show cause" letter by March 28, 1994, as required.30 Tr. 103, 180-81, 203; R4 File, Tab K, CRB Memorandum. 17. On March 29, 1994, the Appellant received another contract modification by facsimile transmission. Tr. 77, 198; App. Exh. No. 15. The document, Contract Modification No. 3, dated March 30, 1994, provided: Change is hereby made to Purchase Order 96583, Jacket 362-553 to the effect that the "Ship complete to arrive at destination" date of February 3, 1994, is extended to April 4, 1994. This extension is made necessary due to difficulties experienced by the contractor and is determined to be fair and reasonable. See App. Exh. No. 15.31 There is no dispute that the original of the contract modification was never mailed to the Appellant, nor did the Contractor sign the copy it had received because, in its view, the numerous problems it was experiencing made it impossible to complete the contract in five workdays and deliver the Guide by April 4, 1994. Tr. 75-76, 79, 131. The record indicates that the contract modification was prepared by Maher in an effort to reestablish a ship date through negotiation with the Appellant. Tr. 198-201, 207. However, at the hearing Contracting Officer Davis said that Maher lacked the authority to make his proposal, and he (Davis) neither endorsed or adopted it; indeed, he expressly repudiated this attempt to negotiate with the Contractor over a new ship date. Tr. 206-07. Other than Contract Modification No. 3, no further attempts were made to arrange a new ship date by mutual agreement. Tr. 208. 18. Although Contract Modification No. 3 was unofficial, the record shows that during this period Janowicz and Maher had another discussion about delivery of the Guide, and the Appellant said that a partial shipment of the order would be made on April 6, 1994 (R4 File, Tab K, CRB Memorandum). Subsequently, Janowicz spoke to the Contracting Officer and told him that he would send the shipping documents to GPO by facsimile transmission on April 8, 1994. It is undisputed that the Contractor did neither. Instead, on April 11, 1994, Janowicz informed the Contracting Officer that April 6, 1994, had only been a tentative date, but that the Guide would definitely be shipped on April 14, 1994. However, the record reveals that on April 14, 1994, Thomas E. Nepi, Manager of GPO's Chicago Regional Printing Procurement Office, visited the Appellant's plant, and noticed that the job was not ready for delivery, and probably could not be shipped for at least two more days (R4 File, Tabs I and K, CRB Memorandum).32 Tr. 104-05. Subsequently, on Saturday, April 16, 1994,33 the Contractor delivered the partial shipment of 1,152 copies of the Guide to its commercial carrier, Admiral Transport, and the following Monday sent the shipping documents to the Contracting Officer by facsimile transmission.34 Tr. 105. 19. On April 20, 1994, the Contracting Officer sought the approval of the CRB to terminate the contract for complete default (R4 File, Tab K, CRB Memorandum).35 In his memorandum, the Contracting Officer justified default on the ground that "[t] he ship dates had passed, and there didn't seem to be any progress towards establishing [a new] ship date or producing the product." Tr. 183, 203-04. However, the Contracting Officer also indicated his willingness to convert the termination into a partial default, and pay the Appellant for the shipment then en route to the Coast Guard, if the books passed a random sample inspection and were accepted by the Government. The Contracting Officer asked the CRB to concur in his decision to repurchase the contract, and noted that he had considered the relevant factors in the PPR before seeking approval to default the contract.36 Id. 20. On April 21, 1994, the CRB approved both the Contracting Officer's default and reprocurement proposals (R4 File, Tab K, CRB Memorandum). That same day, by letter expressly entitled "Notice of Termination Complete," the Contracting Officer terminated the Appellant's contract for default because it "failed to make delivery of the product in accordance with the specifications[.]" (R4 File, Tab K).37 Tr. 80. The termination notice also informed the Appellant that in the event the Government exercised its right to repurchase the same or similar items, the Contractor would be liable for excess reprocurement costs. 21. The record reveals that when the Appellant received the termination notice, Janowicz immediately telephoned the Contracting Officer, and was told that everything depended on the partial shipment of the Guide, and how the publication looked to the Government. Shortly afterward, on April 25, 1994, the Contractor wrote to the Contracting Officer describing its subcontractor and supplier problems with respect to the binder covers, and asked him to reconsider his decision to default the contract. Tr. 104. Tr. 70, 107; App. Exh. No. 13. Thereafter, on April 29, 1994, the date the Coast Guard received the partial shipment, the Contracting Officer spoke to the Appellant's attorney and reaffirmed his commitment to discuss the balance of the order if the binders passed a Quality Level II inspection. Tr. 184. In that regard, according to the Contracting Officer's notes of that conversation, he: Told Mr. Antoun that randoms had been pulled on the shipment [and] that a lot was riding on the quality check. If the samples do not meet the [specifications] then the termination would stand [and] there would be no reconsideration. Further stated that if the samples met [specifications], "that would be a whole new ballgame." See R4 File, Tab L (GPO Form 714). [Original emphasis.] 22. The Coast Guard received the partial shipment of the Guide on April 29, 1994, having taken longer than usual to reach the customer-agency because of the truckers strike (R4 File, Tab S). Tr. 67, 166-67, 184-85. The record discloses that prior to the receipt of the Guides, the Contracting Officer spoke to GPO's inspector, Reesman, telling him that the order was late, and since it was the initial shipment, the Respondent wanted to see if the publication met the required quality standards. Tr. 348, 365-66, 392. Accordingly, when the shipment arrived, Reesman had someone from his office randomly select 32 copies of the Guide for the purposes of a quality assurance examination (R4 File, Tab X).38 Tr. 334. Thereafter, on or about May 5, 1994, Reesman tested the random samples against the standards set forth in QATAP (R4 File, Tab L). Tr. 333-35, 388. Based on his evaluation of the 32 samples, especially the fact that all of them contained a major color match defect,39 Reesman determined that the order was rejectable; indeed, he testified that under QATAP rejection would have been warranted if just six of the 32 samples had that problem (R4 File, Tab L).40 Tr. 336, 347. Similarly, Reesman found seven sample copies with an improper register on the spine of the binders, and another seven with skewed pages, either of which, standing alone, would have been sufficient to reject the Contractor's product (R4 File, Tab L).41 Tr. 342, 347, 353. Accordingly, on May 10, 1994, after receiving Reesman's inspection report, the Contracting Officer wrote to the Appellant informing it that the partial shipment had been rejected for defects under the following printing attributes: (a) P-4: Register (Cover and Spine); (b) P-5: Text Skewness (Text and Illustration Image Position); (c) P-7: Type Quality and Uniformity (Cover); and (d) P-9: Solid or Screen Tints Color Match (Tab Dividers) (R4 File, Tab L).42 Tr. 185. The effect of the rejection of the partial shipment was to confirm the termination as a complete default. 23. On May 20, 1994, the Respondent issued an IFB under Jacket No. 368-529 to reprocure the contract (R4 File, Tab M). When issued, the new IFB inadvertently omitted a key sentence from the "PRINTING" specification; i.e., "Print binder cover in black and white plus a match of Pantone's 185 red and 280 blue opaque inks." However, the parties concur that once GPO amended the IFB on May 25, 1994, restoring that language, the reprocurement specifications were identical to the terms in the Appellant's agreement (R4 File, Tab M). Tr. 82, 85, 229-29. It is also undisputed that the Government used the month between April 21, 1994, when the original contract was defaulted, and May 20, 1994, when the repurchase IFB was issued, to correct the errors in the GFM. Tr. 215-16, 218. These changes ultimately allowed the reprocurement contractor, Monarch, to produce the job as first planned; i.e., on a 4-color offset press using opaque inks, without silk screening or foil stamping. Tr. 213-15. 24. GPO received five (5) bids on the reprocurement solicitation, including the Appellant's, which was the same as its original offer (R4 File, Tabs O and W). Tr. 80, 153. From the highest to lowest, the reprocurement bids were: (a) Appellant-$89,690.00; (b) Monarch-$116,611.00; (c) S & S Graphics-$123,340.00; (d) Techna-Graphics-$129,571.00; and (e) French Bray-$129,528.00 (R4 File, Tabs O, CRB Memorandum, and W). However, even though the Contractor was the low bidder, the Respondent found it nonresponsible for the following reason: This is a REPURCHASE of Jacket 362-553. Questar Printing, Inc. was defaulted due to non[-]performance on this contract. There has been no evidence presented to show that the contractor has remedied the situation(s) that caused the failures on the original contract. See Findings and Determination, dated June 2, 1994 (R4 File, Tabs O and R). Tr. 80, 151, 155. By letter dated June 3, 1994, the Contracting Officer wrote to the Appellant and informed it that its offer was declared nonresponsible, and that the decision "was made as a result of the default determination on the original contract (Jacket 362-553)[.]" (R4 File, Tab Q). On June 7, 1994, the Contractor timely protested the responsibility determination, but its challenge was denied by the Respondent in a letter dated June 9, 1994 (R4 File, Tabs S and T).43 Tr. 169. 25. On June 2, 1994, after receiving the CRB's approval, the Contracting Officer issued Purchase Order 97046 awarding the reprocurement contract to Monarch at its offer of $116,611.00 (R4 File, Tabs N and O). That same day, he also informed the FMS that the Appellant's contract had been defaulted and the Guide reprocured from Monarch (R4 File, Tab P). Accordingly, the FMS was asked to recover any additional costs for the reprocurement from the Contractor. The next day, June 3, 1994, Contracting Officer notified the Appellant that the defaulted job had been reprocured for $116,611.00, and that the amount of any excess reprocurement costs would be deducted from its account (R4 File, Tab Q). The repurchase resulted in excess reprocurement costs of $26,921.00 (R4 File, Tab V). Tr. 155. The record indicates that Monarch performed the contract to the satisfaction of the Coast Guard and was paid for its work on August 29, 1994, by Electronic Funds Transfer of $114,278,78 (the billed amount of $116,611.00 minus a prompt payment discount of $2,332.22) (R4 File, Tabs U and V, Colvin Declaration, � 3; FMS Computer Printout). Tr. 209-10, 224, 226, 366; App. Exh. No. 21. 26. In the interim, by Notice of Appeal, dated May 16, 1994, the Appellant timely appealed the Contracting Officer's default termination decision to the Board. See Board Rules, Rules 1(a) and 2. Thereafter, in its Complaint, which was filed with the Board on June 27, 1994, the Contractor also protested the Government's assessment of excess reprocurement costs. See Board Rules, Rule 6(a). III. ISSUES PRESENTED 44 1.Was the Contracting Officer's decision terminating the contract for default proper and correct? Stated otherwise, has the Appellant shown that the default action was procedurally defective, or that its failure to perform arose from causes beyond its control and without its fault or negligence, or beyond the control and without the fault or negligence of its subcontractor and supplier? 2.Has the Government proved its claim of entitlement to excess reprocurement costs, and if so, in what amount? IV. POSITIONS OF THE PARTIES A. The Appellant The Appellant presents three main defenses to the default action. First, the Contractor contends that the termination based on a failure to make a timely delivery of the Guide, is procedurally defective because the Respondent had waived the original shipment date and never established a revised schedule. See RPTC, at 4; App. Brf., at 4; App. R. Brf., at 1. The Appellant's argument rests on "black letter" law which states that if the Government turns waives a contractor's failure to make delivery by the date specified in the contract, it may not thereafter default the contract without first setting a new contract due date and notifying the contractor that it must deliver by then or suffer the consequences. See App. Brf., at 4 (citing D. Joseph DeVito v. United States, 188 Ct. Cl. 979, 413 F.2d 1147 (1969); E.L. David Construction Co., ASBCA Nos. 29225 and 34387, 89-3 BCA � 22,140); App. R. Brf., at 2. In essence, the Contractor asserts that the Government never fulfilled the promise it made in Contract Modification No. 2 to set a new "ship complete to arrive at destination" date by a subsequent contract modification, and thus the Appellant cannot be defaulted for failing to deliver the books on time. See RPTC, at 5; App. Brf., at 4; App. R. Brf., at 1; R4 File, Tab F. The Contractor also rejects the Respondent's position, based on the "show cause" notice, that March 23, 1994, was the reestablished shipping schedule, because the record leaves no doubt that it was never notified prior to that date that the Government expected the Guide to be shipped by then (Tr. 78-79, 196-98, 202-03). See App. Brf., at 3-4; App. R. Brf., at 1; R4 File, Tab H. Second, the Appellant argues that the defective GFM and inaccurate contract specifications were the main cause of its failure to perform.45 See RPTC, at 5; App. Brf., at 4-5; App. R. Brf., at 2. In that regard, the Contractor states that there were only two critical quality complaints about its product- roller marks and uneven color on the tab dividers, and poor registration on the cloth cover.46 See App. Brf., at 4; App. R. Brf., at 2. The Appellant contends that the roller marks and color density shift on the tabs were directly related to the design error in the GFM, requiring it to use a flatbed die-cutter to eliminate the black borders, a process which for purposes of efficiency does not segregate the tabs to be trimmed cut by color, but rather mixes all sheets on the machine, thus making color consistency difficult to maintain.47 See App. Brf., at 4; App. R. Brf., at 2. As for the poor registration on the binder cover, the Appellant alleges the problem is rooted in the last sentence of the "PRINTING" specification, which requires that the cover be printed ". . . in black and white plus a match of Pantone's 185 red and 280 blue opaque inks[.]" (R4 File, Tab A, at 3). See App. Brf., at 5; App. R. Brf., at 2. The Contractor says even though this contract language seems to allow the use of the inks specified "out of the can," GPO's warning that its product would be rejected unless the binder exactly matched the Coast Guard's mockup colorwise, created uncertainty because the offset process could not achieve that result with opaque inks on the blue cover fabric.48 See App. Brf., at 5; App. R. Brf., at 2; App. Exh. No. 2. Since silkscreening was out of the question because of its cost, the Respondent was advised that the desired colors could only be duplicated on the cover material by foil stamping, but that such a process would affect the registration. See App. Brf., at 5; App. R. Brf., at 2. The Appellant states that because GPO was fully aware when it authorized foil stamping that the registration would not be as tight as offset printing, it should not now be heard to say the cover is rejectable for that reason; rather, if there is any blame in this case, the fault is the Respondent's for not allowing the GFM and specification errors to be corrected prior to production. See App. Brf., at 5-6 (citing American Electronics Laboratories, Inc. v. United States, 774 F.2d 110 (Fed. Cir. 1985); App. R. Brf., at 3. Finally, the Appellant states that even if the default could be justified, excess reprocurement costs cannot be assessed because GPO repurchased a totally different product from Monarch, and failed to mitigate the Contractor's liability. See RPTC, at 6; App. Brf., at 6; App. R. Brf., at 4-5. First, a defaulted contractor is absolved of any liability for excess costs if the repurchase contract is substantially or meaningfully changed, since the Government's right to recover such costs is limited to reprocurement of the same or similar work. See App. Brf., at 6; App. R. Brf., at 4. See also GPO Contract Terms, Contract Clauses, � 20(b) (Default). In this case, the Contractor relies on the testimony of the Government's own witnesses to show that GPO not only fixed the tab problem in the GFM before it issued the repurchase IFB, but it also did not hold Monarch to the same color match standard for the binder as the Appellant.49 See App. Brf., at 6-7; App. R. Brf., at 4; App. Exh. Nos. 2 and 21. In the Contractor's view, by relaxing the color match requirements, and correcting the GFM prior to award to make die-cutting more cost effective, the repurchase contract was significantly different, and it cannot be said that Monarch was asked to print a product which was substantially similar to the Appellant's. See App. Brf., at 6-7; App. R. Brf., at 4; App. Exh. Nos. 20 and 21. Therefore, in light of this disparity between both contracts, the Government has forfeited its right to excess reprocurement costs.50 See App. Brf., at 7; App. R. Brf., at 4. The Contractor's second reason for denying the Government excess costs is based on the rejection of its low bid and the award to Monarch of the reprocured work at a substantially higher price (30%), which it says amounts to a failure to the mitigate damages flowing from the default, as required by law. See RPTC, at 6; App. R. Brf., at 4-5. In effect, the Appellant says that its inability to meet the shipping schedule under the original contract was not a legitimate reason for finding its reprocurement bid nonresponsible, because the record shows that all of the causes for its initial failure-unusually severe weather, truckers strike, problems with the binder cover, tab divider borders, etc.-had been resolved, and would not be a problem on the repurchase. See App. R. Brf., at 5; R4 File, Tab Q. Moreover, the Contractor contends that since the Guide was substantially produced at the time it was defaulted (the only work which remained to be done was to insert the already printed tabs and pages in the binders that were on order), it would have been more economical for the Government to simply let it finish the job, and deliver a product which met the contract specifications in all respects. See App. R. Brf., at 4-5. Consequently, since it made the same offer for the repurchase contract as its original bid, the Appellant believes that it is unfair to allow excess costs in this case, because there was an opportunity to avoid such costs altogether and GPO simply ignored it. See App. R. Brf., at 5. Accordingly, for all of these reasons, the Appellant asks the Board to: (1) overturn the default termination decision; (2) direct the Respondent to purchase the materials produced under the original contract; and (3) cancel the excess reprocurement cost assessment, refunding to the Contractor any monies already deducted. See App. Brf., at 7; App. R. Brf., at 5. B. The Respondent The Respondent, on the other hand, alleges that the termination for default in this case was proper, and that it is entitled to recover $26,921.00 in excess reprocurement costs. See RPTC, at 4; Res. Brf., at 2-3. First, GPO denies that the default was procedurally defective, as alleged by the Appellant. See Res. Brf., at 3. The Government says that the contract was terminated because the Contractor failed to deliver 7,100 copies of the Guide by March 23, 1994, the revised "ship complete to arrive at destinations" date established by the Contracting Officer, calculating "from the date all problems causing the delay were resolved," and communicated to the Appellant by the "show cause" letter of the same date (R4 File, Tab H).51 See RPTC, at 4; Res. Brf., at 3, n. 2. When the Contractor did not explain its reasons for non-delivery by March 28, 1994, the response date set forth in the "show cause" notice, and thereafter by its conduct "evidenced an inability to make progress" with respect to performance, the Contracting Officer took the "only reasonable action available;" i.e., he defaulted the Appellant.52 See Res. Brf., at 3, n. 3. Second, the Respondent frankly admits that after defaulting the Appellant on April 21, 1994 (R4 File, Tab K), it agreed to receive a partial shipment of the Guide from the Contractor, accept the delivered product if it passed inspection, and consider purchasing the remainder of the ordered binders. See Res. Brf., at 4, n. 4. However, GPO states that its examination clearly showed that the partial shipment was rejectable for defects in four QATAP printing attributes: (1) P-4-Register (Cover and Spine); (2) P-5-Text Skewness (Text and Illustration Image Position); (3) P-7-Type Quality and Uniformity (Cover); and (4) P-9-Solid or Screen Tints Color Match (Tab Dividers). See RPTC, at 4; Res. Brf., at 4. Furthermore, the Government alleges that all of these problems were the Appellant's fault and responsibility. See Res. Brf., at 4-5. In that regard, GPO agrees that the poor register on the binder cover was the direct result of the Contractor's decision to use foil stamping to satisfy the color specifications, but claims that the Appellant itself is responsible for that defect because there is no proof in the record that the Government waived the register requirements. See Res. Brf., at 4. Similarly, the Respondent says that the Contractor was solely responsible for the color match defects on the tab dividers, since it alone made the decision to eliminate the black borders by die-cutting the sheets, and that process caused the color variation. See Res. Brf., at 5. Besides, GPO questions the Appellant's explanation for the color match problem, insisting instead that there is substantial record evidence showing that the true source of the color defect was the condition of the Contractor's press and its chosen method of operation. Id. Therefore, in light of the Appellant's failure to meet the contract specifications, the Government believes that the default termination in this case was justified. See RPTC, at 4; Res. Brf., at 7-8. Finally, GPO argues that it has satisfied all of the elements necessary to support its claim for excess reprocurement costs in the amount of $26,921.00. See RPTC, at 4; Res. Brf., at 6-7. In that regard, the Respondent states that it has submitted proof that: (1) the reprocurement contract was performed under substantially the same terms and conditions as the original contract;53 (2) it repurchased the Guide within a reasonable time following the default action; (3) it chose a reprocurement method that maximized competition; (4) it obtained the lowest reasonable price; and (5) the work was completed and final payment was made to Monarch. See Res. Brf., at 6. Furthermore, the Government contends the reprocurement was not tainted by its refusal to accept the Appellant's low bid for the repurchase contract, but rather, the offer was properly declared to be nonresponsible because of the Contractor's previous inability to timely deliver the Guide, or otherwise make substantial progress toward performance.54 See Res. Brf., at 7. Accordingly, for all of these reasons, the Respondent asks the Board to sustain the Contracting Officer's default termination decision, and affirm his assessment of excess reprocurement costs in the amount of $26,921.00. See Res. Brf., at 7-8. IV. DISCUSSION Despite its complex factual record, reduced to its essentials, this appeal is a typical default termination case. It is undisputed that on April 21, 1994, the date the Contracting Officer issued the termination notice effecting a default as of April 6, 1994, the Appellant had failed to "ship complete to arrive at destinations" all copies of the publication ordered by the Coast Guard, and indeed, even the partial shipment still had not been delivered.55 Therefore, the only issue before the Board, apart from the Government's claim for excess reprocurement costs, is whether or not the Contractor's defense is legally sufficient, either procedurally or on the merits, or both, so that it may be excused from the consequences of its failure to perform? In answering this question, the Board must keep certain well-settled principles in mind. First, a default termination is a drastic sanction which may only be taken for good cause and on the basis of solid evidence.56 See Rose Printing, Inc., supra, slip op. at 19; Gold Country Litho, supra, slip op. at 15; A & E Copy Center, supra, slip op. at 16; Big Red Enterprises, supra, slip op. at 24; Asa L. Shipman's Sons, Ltd., supra, slip op. at 16; Univex International, supra, slip op. at 17; K.C. Printing Co., GPO BCA 02-91 (February 22, 1995), slip op. at 10, 1995 WL 488531; Shepard Printing, supra, slip op. at 10; Stephenson, Inc., supra, slip op. at 20. Accord Lisbon Contractors, Inc. v. United States, 878 F.2d 759, 765 (Fed. Cir. 1987); H.N. Bailey & Associates v. United States, 449 F.2d 387, 391 (Ct. Cl. 1971); Phoenix Petroleum Co., ASBCA No. 42763, 96-2 BCA � 28,284, at 142,211; Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,495; Marci Enterprises, Inc., GSBCA No. 12197, 94-1 BCA � 26,563, at 132,182; Lanzen Fabricating, Inc., ASBCA No. 40328, 93-3 BCA � 26,079, at 129,608; Brandywine Prosthetic-Orthotic Service, Ltd., VABCA No. 3441, 93-1 BCA � 25,250, at 125,764. Consequently, the Government has the burden of proving the basis for the default, while the contractor is responsible for showing that its failure to perform was excusable.57 See Rose Printing, Inc., supra, slip op. at 19; Gold Country Litho, supra, slip op. at 15; A & E Copy Center, supra, slip op. at 16; Big Red Enterprises, supra, slip op. at 25; Asa L. Shipman's Sons, Ltd., supra, slip op. at 16-17; Univex International, supra, slip op. at 18; K.C. Printing Co., supra, slip op. at 10; Shepard Printing, supra, slip op. at 11; Chavis and Chavis Printing, GPO BCA 20-90 (February 6, 1991), slip. op. at 11, 1991 WL 439270. Accord Lisbon Contractors v. United States, supra; Jerry W. Ikard d/b/a Ikard Manufacturing Co., ASBCA Nos. 37405, 37406, 37407, 37408, 96-2 BCA � 28,577, at 142,643; Phoenix Petroleum Co., supra, 96-2 BCA at 142,211; Praoil, Sr.L., ASBCA Nos 41499, 44369, 94-2 BCA � 26,840, at 133,501; L.W. Schneider, Inc., ASBCA Nos. 44533, 45181, 95-2 BCA � 27,774, at 138,484; Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,495; Marci Enterprises, Inc., supra, 94-1 BCA at 132,182; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,608; Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,764; Cantrill Development Corp., ASBCA Nos 30160, 30693, 30717, 89-2 BCA � 21,635 at 108,849. A failure by the Government to meet its burden of proof converts the default into a termination for convenience, and the contractor is allowed to recover for the work performed. See GPO Contract Terms, Contract Clauses, � 20(g); PPR, Chap. XIV, Sec. 1, � 2.b. See also Rose Printing, Inc., supra, slip op. at 20; Gold Country Litho, supra, slip op. at 16; A & E Copy Center, supra, slip op. at 16-17; Big Red Enterprises, supra, slip op. at 25; Asa L. Shipman's Sons, Ltd., supra, slip op. at 17; Univex International, supra, slip op. at 18; K.C. Printing Co., supra, slip op. at 11; Graphics Image, Inc., supra, slip. op. at 24-28; Stephenson, Inc., supra, slip op. at 17-18; Chavis and Chavis Printing, supra, slip op. at 9. Accord Composite Laminates, Inc. v. United States, 27 Fed. Cl. 310, 322 (1992); Bailey Specialized Buildings, Inc. v. United States, 186 Ct. Cl. 71, 86, 404 F.2d 355, 362-63 (1968); Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,766 (citing Executive Elevator Service, Inc., VABCA No. 2152, 87-2 BCA � 19,849); J.J. Seifert Machine Co., ASBCA No. 41398, 91-2 BCA � 23,705, at 118,673. Second, where the default termination is based on untimely performance, the contractor's burden of proof is four-fold: (1) to prove affirmatively that the delay was caused by or arose out of a situation which was beyond the contractor's control and without its fault or negligence; (2) to show that performance would have been timely but for the occurrence of the event which is claimed to excuse the delay; (3) to demonstrate that it took every reasonable precaution to avoid foreseeable causes for delay and to minimize their effect; and (4) to establish a precise period of time that performance was delayed by the causes alleged. See Rose Printing, Inc., supra, slip op. at 20; Gold Country Litho, supra, slip op. at 16; Big Red Enterprises, supra, slip op. at 26; Asa L. Shipman's Sons, Ltd., supra, slip op. at 17; Univex International, supra, slip op. at 18-19; K.C. Printing Co., supra, slip op. at 11; Chavis and Chavis Printing, supra, slip op. at 12. This burden must be carried by substantial evidence-unsupported reasons by way of explanation are not enough-and the contractor must also show that the delay in contract performance was due to unforeseeable causes beyond its control and without any contributory negligence on its part. See Rose Printing, Inc., supra, slip op. at 21; Gold Country Litho, supra, slip op. at 16-17; Big Red Enterprises, supra, slip op. at 26; Asa L. Shipman's Sons, Ltd., supra, slip op. at 18; Univex International, supra, slip op. at 19; K.C. Printing Co., supra, slip op. at 11; Chavis and Chavis Printing, supra, slip op. at 12-13. Third, GPO's "Default" clause provides that a contracting officer may, upon written notice of default to the contractor, terminate a contract, in whole or in part, if the contractor fails to: (1) deliver the supplies or perform the required services within the time specified or any extension which may have been granted; (2) make progress on the work, so as to endanger performance of the contract; or (3) perform any of the other provisions of the contract. See GPO Contract Terms, Contract Clauses, � 20(a)(1) (I),(ii),(iii); PPR, Chap. XIV, Sec. 1, � 3.a. Furthermore, where a contract is terminated for default and the work must be reprocured, the contractor will be held responsible for excess procurement costs and possible liquidated damages. See GPO Contract Terms, Contract Clauses, �� 20(b), 22(d). However, the contractor is excused from paying such reprocurement costs or damages if the failure to perform or to deliver on time results from causes beyond its control and without its fault or negligence.58 See GPO Contract Terms, Contract Clauses, �� 20(c), 22(e), 23. Such causes include, but are not limited to, acts of God or of the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather-but in each case, the failure to perform must be beyond the control and without the fault or negligence of the contractor. See GPO Contract Terms, Contract Clauses, � 20(c). See also Rose Printing, Inc., supra, slip op. at 18; Gold Country Litho, supra, slip op. at 14; A & E Copy Center, supra, slip op. at 15; Big Red Enterprises, supra, slip op. at 24; Asa L. Shipman's Sons, Ltd., supra, slip op. at 16; Univex International, supra, slip op. at 17; K.C. Printing Co., supra, slip op. at 9; Chavis and Chavis Printing, supra, slip. op. at 11. Where the failure to perform is caused by the default of a supplier or subcontractor, the cause of the default must be beyond the control of both the contractor and subcontractor, and without the fault or negligence of either, in order for the contractor not to be liable for any excess costs for failure to perform, unless the subcontracted supplies or services could have been secured from other sources in sufficient time to meet the required delivery schedule. See GPO Contract Terms, Contract Clauses, � 20(d). See also Rose Printing, Inc., supra, slip op. at 18-19; Gold Country Litho, supra, slip op. at 14-15; A & E Copy Center, supra, slip op. at 15; Big Red Enterprises, supra, slip op. at 24; Asa L. Shipman's Sons, Ltd., supra, slip op. at 16; Univex International, supra, slip op. at 17; K.C. Printing Co., supra, slip op. at 10; Chavis and Chavis Printing, supra, slip op. at 11. Finally, a default termination is a discretionary act which can be challenged on an abuse of discretion standard. See Rose Printing, Inc., supra, slip op. at 21; Gold Country Litho, supra, slip op. at 17; A & E Copy Center, supra, slip op. at 17; Big Red Enterprises, supra, slip op. at 26; Asa L. Shipman's Sons, Ltd., supra, slip op. at 18; Univex International, supra, slip op. at 19; K.C. Printing Co., supra, slip op. at 12; Graphics Image, Inc., supra, slip op. at 24-25; Shepard Printing, supra, slip op. at 12. Accord Darwin Construction Co., Inc. v. United States, 811 F.2d 593 (Fed. Cir. 1987); Quality Environment Systems v. United States, 7 Cl. Ct. 428 (1985); Jamco Constructors, Inc., VABCA Nos. 3271, 3516T, 94-1 BCA � 26,405, reconsid. denied, 94-2 BCA � 26,792; Walsky Construction Co., ASBCA No. 41541, 94-1 BCA � 26.264, reconsid. denied, 94-2 BCA � 26,698. The contractor has the burden of proof with respect to abuse of discretion. See Rose Printing, Inc., supra, slip op. at 21; Gold Country Litho, supra, slip op. at 17; A & E Copy Center, supra, slip op. at 18; Big Red Enterprises, supra, slip op. at 26; Asa L. Shipman's Sons, Ltd., supra, slip op. at 18; Univex International, supra, slip op. at 19; K.C. Printing Co., supra, slip op. at 12; Shepard Printing, supra, slip op. at 12. Accord Kit Pack Co., Inc., ASBCA No. 33135, 89-3 BCA � 22,151; Lafayette Coal Co., ASBCA No. 32174, 89-3 BCA � 21,963. However, a contracting officer is deemed to have acted arbitrarily or capriciously and abused his or her discretion if there is no reasonable basis for the termination for default. See Graphics Image, Inc., supra, slip op. at 25. Accord Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,764 (citing Hoel-Steffen Construction Company v. United States, 331 Ct. Cl. 128, 684 F.2d 843 (1982)). Examining the record in light of these principles convinces the Board that the Respondent's default termination decision cannot be sustained because the Appellant was not in default at the time. Indeed, it is unnecessary for the Board to address the extent to which the Contractor and its subcontractor and supplier are culpable for the failure to perform, because the Government's procedural errors are so obvious as to leave no doubt that the default action was fatally flawed. In that regard, the record indicates that GPO made two major mistakes, either one of which would be sufficient to overturn the default in this case; i.e., (1) the Contracting Officer's "show cause" notice of March 23, 1994, was ineffective as a so-called "DeVito cure," and thus a new "ship complete to arrive at destinations" date was not properly reestablished; and (2) in figuring March 23, 1994, as the revised shipping schedule, the Contracting Officer misapplied the contract's "Extension of schedules" clause, see GPO Contract Terms, Contract Clauses, � 12(c)(1) (Notice of Compliance With Schedules). A. The Respondent did not properly reestablish the shipping schedule, and thus the Appellant could not be defaulted for a failure to timely deliver the Guide. There is no disagreement about the relevant facts giving rise to the "reestablishment" issue in this case, nor is there any misunderstanding about the basic principles which apply. The parties differ only with regard to whether the Respondent complied with the proper procedures, mandated by law and regulation, for setting a new delivery date. The thrust of the Appellant's "waiver" argument, based on language in Contract Modification No. 2, is that in the absence of a "subsequent Contract Modification" establishing March 23, 1994, as the revised "ship complete to arrive at destinations" schedule, GPO cannot default the Contractor for failing to deliver the Guide by that date.59 See RPTC, at 5; App. Brf., at 4 (citing D. Joseph DeVito v. United States, supra; E.L. David Construction Co., supra); App. R. Brf., at 1; R4 File, Tab F. The Respondent, however, asserts that the new shipping schedule of March 23, 1994, was unilaterally and properly established and communicated to the Contractor by the "show cause" letter of the same date. See RPTC, at 4; Res. Brf., at 3, n. 2. R4 File, Tab H. The Government bears the burden of proof on the "reestablishment" issue. See Jerry W. Ikard d/b/a Ikard Manufacturing Co., supra, 96-2 BCA at 142,643; Phoenix Petroleum Co., supra, 96-2 BCA at 142,211; Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,495; Marci Enterprises, Inc., supra, 94-1 BCA at 132,182; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,608. On this record, it is clear that GPO has failed to prove its case. The Government candidly admits, as contended by the Appellant, that prior to issuance of the "show cause" notice, the Contractor was not otherwise informed that March 23, 1994, was also the revised "ship complete to arrive at destinations" date under the contract. Tr. 78-79; 196-97, 202-03. In that regard, the following exchange between Counsel for the Appellant and the Contracting Officer at the hearing is particularly illuminating: Mr. Antoun: . . . [T]he contractor was never notified that their ship date was March 23; is that correct? Mr. Davis: I think you are correct. Mr. Antoun: So, using [GPO Contract Terms], if I understand your testimony correctly, but using a combination of contract terms, vendor's request, and what I will call-and in fairness to you- your concept of how this should be treated fairly and appropriately to resolve this reasonably to the contractor, you compiled some dates and came up with March 23rd, correct? Mr. Davis: Correct. Mr. Antoun: You then did not notify the contractor that was their ship date? Mr. Davis: Correct. Mr. Antoun: You didn't give them- Mr. Davis: We gave them a show cause. Mr. Antoun: . . . When the contractor got the show cause letter . . . it simply told them that they didn't perform in a timely manner and that the Government was considering terminating the contract. I presume this is the same letter you would send me if I was failing to make appropriate progress or didn't have proofs on time. Mr. Davis: It depends on when the contract said. If it said before the ship date, it would have been a cure notice. When the ship date is reached, it is a show cause notice. Mr. Antoun: The show cause notice doesn't reference the exact date either. Am I correct? Mr. Davis: Correct. Mr. Antoun: What you knew when you sent out the show cause was that March 23rd was the date they were supposed to have shipped by, and that is what triggered the date for sending out this letter? Mr. Davis: Yes. * * * * * * * * * * Tr. 196-98. Aside from the patent unfairness of it all, the above testimony also makes it clear that the Contracting Officer violated a fundamental precept of Government procurement law, as well as GPO's own regulations, by the manner and means which he utilized to reestablish and advise the Appellant of the new contract "ship complete to arrive at destination" date. One aspect of the rules governing the "waiver doctrine" was spelled out by the Board in Stephenson, Inc., supra. In that case, the Board upheld a contracting officer's decision to default a contractor who had made a timely delivery of the contract order, because all of the books contained a substantial and critical defect, namely, four missing pages in the text section.60 Although 78 calendar days (or 46 workdays) had elapsed between the delivery of the books and issuance of the default notice, the Board found that was a reasonable period of forbearance under the circumstances for the Government to consider what steps were in its best interest, and thus its right to terminate the contract was not waived by the delay.61 See Stephenson, Inc., supra, slip op. at 37, 58. Rejecting the contractor's "DeVito doctrine" defense on the ground that it had not demonstrated: (1) the time taken by GPO to exercise its right was so unreasonable as to indicate forbearance, and (2) it detrimentally relied on the Government's delay by continuing contract performance, the Board explained, inter alia, in pertinent part: . . . In DeVito, the Court held that time is of the essence in any contract containing fixed dates for performance. [D. Joseph DeVito v. United States, supra], 413 F.2d at 1154. [Footnote omitted.] Consequently, the Court found that when a contract has not been terminated for default within a reasonable time after the due date has passed, an inference is created that time is no longer of the essence. Id. That is, in the absence of a new delivery date, the law will assume that the Government has elected to have the contractor continue with performance and the Government will be estopped from terminating the contract, so long as the constructive election not to terminate continues and the contractor proceeds with performance. Id. As outlined by the DeVito Court: The necessary elements of an election by the non-defaulting party to waive default in delivery under a contract are (1) failure to terminate within a reasonable time after the default under circumstances indicating forbearance, and (2) reliance by the contractor and continued performance by him under the contract, with the Government's knowledge and implied or express consent. [Emphasis added.] Id. The Court also indicated that the determination of what constitutes a reasonable time for the Government to terminate a contract after default depends on the circumstances. Id. [Footnote omitted.] See Stephenson, Inc., supra, slip op. at 25-26.62 [Emphasis added.] Accord Jerry W. Ikard d/b/a Ikard Manufacturing Co., supra, 96-2 BCA at 142,645; Phoenix Petroleum Co., supra, 96-2 BCA at 142,212; Marci Enterprises, Inc., supra, 94-1 BCA at 132,182-83; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,608; C3, Inc., ASBCA No. 38391, 91-2 BCA � 23,750, at 118,933; J.J. Seifert Machine Co., supra, 91-2 BCA at 118,672-73; Jack L. Hartman & Co, Inc., supra, 91-1 BCA at 118,081; Kings Point Manufacturing Co., Inc., ASBCA No. 27201, 85-2 BCA � 18,043 at 90,574; R & O Industries, Inc., GSBCA No. 4800, 80-1 BCA � 14,195 at 69,874. Apart from the fact that the contractor in Stephenson, Inc. was solely responsible for the defects in its product, while the Appellant was dealing primarily with the Government's errors and lack of clarity in the contract, what distinguishes this appeal from that case for "DeVito doctrine" purposes is the absence of any shipment or delivery whatsoever prior to issuance of the default notice. Thus, in Stephenson, Inc., where the contractor made a timely delivery, albeit of nonconforming books, the Board's task was to determine whether both elements of a DeVito waiver-failure to terminate within a reasonable time after the default and detrimental reliance-were established by the facts in that case, so as to indicate GPO's intention to continue the contract. See Stephenson, Inc., supra, slip op. at 27-28. However, this appeal involves the other side of the "DeVito doctrine" coin, namely, whether the Appellant's failure to ship is excused because the Respondent neglected to establish a new deadline for performance and make time again of the essence under the contract.63 As indicated in the above excerpt from the Board's Stephenson, Inc. opinion, under the "DeVito doctrine" time is of the essence in any contract containing fixed dates for performance, and an inference is created that time is no longer of the essence if the Government fails to default the contract within a reasonable time after the due date has passed without delivery.64 See Stephenson, Inc., supra, slip op. at 25. Furthermore, the rule prevents the Government from terminating the contract so long as the contractor proceeds with performance in the absence of a new delivery date. Id. Thereafter, according to the DeVito court: The proper way . . . for time to again become of the essence is for the Government to issue a notice under the Default clause setting a reasonable but specific time for performance on pain of default termination. The election to waive performance remains in force until the time specified in the notice, and thereupon time is reinstated as being of the essence. The notice must set a new time for performance that is both reasonable and specific from the standpoint of the performance capabilities of the contractor at the time the notice is given. See D. Joseph DeVito v. United States, supra, 188 Ct. Cl. at 991, 413 F.2d at 1154. [Emphasis added.] In a subsequent case, the Claims Court amplified this view when it said, in pertinent part: If the government waives its right to terminate for default on one date, but wants to preserve its right to terminate for default at some future date, it must establish a new time period for performance, which must be reasonable considering all of the circumstances. In the absence of a new time for completion, a contractor would have a new open-ended right to continue to incur costs ad infinitum and the government would be unable to ever terminate the contract for default. See Martin J. Simko Construction, Inc. v. United States, 11 Cl. Ct. 257, 269 (1986) (citing Schlesinger v. United States, 182 Ct. Cl. 571, 390 F.2d 702 (1968), partially vacated on other grounds, 852 F.2d 540 (Fed Cir. 1988). [Emphasis added.] See also Marci Enterprises, Inc., supra, 94-1 BCA at 132,183, n. 1 ("The underlying principle in termination of a contract containing fixed performance dates is that time is of the essence. Thus, when a due date has passed and the Government does not terminate for default, an inference is created that time is no longer of the essence. DeVito, 413 F.2d at 1154. Thereafter, the proper way for the Government to proceed is 'to issue a notice under the Default clause setting a reasonable but specific time for performance on pain of default termination.' Id. (emphasis added). Time is reinstated as being of the essence and a new time for performance is given to the contractor."). Basically, the rule is that once a delivery date has passed, and the ordering agency has had a reasonable opportunity to determine that the contractor has not complied with the delivery date, a contracting officer should either issue a termination for default or establish a new delivery date-the failure to do either will forfeit the Government's right to terminate, particularly in a supply contract such as this one. See e.g., Sun Cal, Inc. v. United States, 21 Cl. Ct. 31 (1990) (termination of a delayed contract for default was improper where the Government waived the original construction completion date and failed to follow procedures for establishing a new date); International Telephone & Telegraph Corp., ITT Defense Communications Division v. United States, 509 F.2d 541 (Ct. Cl. 1975) (in a waiver after breach situation, the Government must clearly set a new schedule which is both reasonable and specific); Marci Enterprises, Inc., supra (supply contract for waterproof barrier material was improperly terminated because the Government waived the delivery date when it told the contractor to delay the first shipment for inspection, and continued to encourage the contractor to correct its deficiencies without establishing a new delivery date). This principle has been codified in the Respondent's procurement regulations pertaining to default terminations, which provide, in pertinent part: If the Government has taken any action which might be construed as a waiver of the contract delivery or performance date, a preliminary notice shall be sent to the contractor setting a new date by which the contractor will be permitted to make delivery or complete performance, reserving the GPO's right under the "Default" clause. Dependent upon the circumstances in each case, such a preliminary notice (i) shall call the contractor's attention to his or her contractual liabilities should the contract be terminated for default under subparagraph (a)(1) of the article, (ii) may request an explanation of the contractor's failure, (iii) may state that failure of the contractor to present such explanation may be taken as an admission that no valid explanation exists and (iv) may invite the contractor to discuss the matter at a conference. See PPR, Chap. XIV, Sec. 1, � 3.c.(1). [Emphasis added.] Except for some minor word and sentence structure changes, the underscored language above is substantially the same as the procedure for default terminations described in Part 49 of the FAR.65 See FAR � 49.402-3(c) (Procedure for default); 48 CFR � 49.402-3(c) (1996). Where, as here, GPO has adopted FAR provisions as its own, the Board has consistently given them the same interpretation that the Executive Branch contract appeals boards and the courts apply to the FAR. See e.g., Media Press, Inc., GPO BCA 03-93 (April 30, 1997), slip op. at 34, 1997 WL _____ ("Changes" clause); Graphicdata, Inc., GPO BCA 35-94 (June 14, 1996), slip op. at 99, 1996 GPOBCA LEXIS 28 ("Changes" clause); Banta Co., GPO BCA 3-91 (November 15, 1993), slip op. at 34, 1993 WL 526843 ("Changes" clause); McDonald & Eudy Printers, Inc., GPO BCA 40-92 (January 31, 1994), slip op. at 11-12, 1994 WL 275096 ("Requirements" clause); Shepard Printing, GPO BCA 37-92 (January 28, 1994), slip op. at 21, 1994 WL 275077 ("Requirements" clause); Sterling Printing, Inc., supra, slip op. at 36 ("Disputes" clause). Accord United States v. Aguon, 851 F.2d 1158 (9th Cir. 1988); Van Cleef v. Aeroflex Corp., 657 F.2d 1094 (9th Cir. 1981); L.B. Foster v. Railroad Service, Inc., 734 F.Supp. 818 (N.D.Ill. 1990)). As mapped out in DeVito, the way the Government typically rectifies the lapse of a contract due date and reinstates time as being of the essence is by issuing a "cure" notice establishing a new delivery date, which will allow it to terminate the contract in the event the contractor fails to deliver in accordance with the new schedule. See Marci Enterprises, Inc., supra, 94-1 BCA at 132,183; W.S. Jenks & Son, GSBCA No. 10278, 10424, 10425, 10446, 91-3 BCA � 24,262, at 121,298 (citing Papco Tool Corp., GSBCA No. 5679, 81-1 BCA � 15,077). In that regard, just as "[a] ll default terminations are not the same," see Composite Laminates, Inc. v. United States, 27 Fed. Cl. 310, 317 (1992), under the procurement regulations, a "show cause" notice and a "cure" notice are not the same, but rather they are distinct instruments, serving different purposes and available for use at different times in relation to an existing delivery schedule, see PPR, Chap. XIV, Sec. 1, �� 3.c(1),(2). Generally, a "cure notice" is required by the "Default" clause and authorized when a contract is to be terminated for default before the delivery date for reasons relating to a lack of progress in performance, or a failure to satisfy any other material provision of the agreement (such as not furnishing a required performance bond), and operates as a condition precedent to the any right of the Government terminate. Id., � 3.c(2); GPO Contract Terms, Contract Clauses, �� 20(a)(1)(ii),(iii),(2). See Graphics Image, Inc., supra, slip op. at 15. Also cf. Shepard Printing, supra, slip op. at 13-14. Accord Davis Precision Machining, Inc. v. United States, supra, 35 Fed. Cl. at 670; Composite Laminates, Inc. v. United States, supra, 27 Fed. Cl. at 317; Universal Fiberglass Corp. v. United States, 210 Ct. Cl. 206, 537 F.2d 393, 398 (1976); Bailey Specialized Buildings, Inc. v. United States, 186 Ct. Cl. 71, 82-83, 404 F.2d 355, 361 (1968). The purpose of the cure period-normally 10 days-is to allow an errant contractor an specific amount of time in which to correct identified problems. See Graphics Image, Inc., supra, slip op. at 15. Accord Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,766 (citing Michael Chuprov dba Release Reforestation, AGBCA Nos. 86-101-3, 86-216-3, 87-2 BCA � 19,778). However, this notice may be used only after first ascertaining that time equal to or greater than the cure period remains in the contract delivery schedule or any extension to it, otherwise the contracting officer is authorized to limit the cure period or even eliminate it entirely.66 See PPR, Chap. XIV, Sec. 1, � 3.c(2). See also Hurt's Printing Co., Inc., supra, slip op. 4, n. 6; at Graphics Image, Inc., supra, slip op. at 15-16. Accord Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609 (citing FAR � 49.607(a)). By contrast, a "show cause" notice-again normally for a 10 day period-is not required by the "Default" clause, because the contractor is already in default for a failure to deliver or perform with respect to end items, and the Government has the right to terminate without any advance notice. See Shepard Printing, supra, slip op. at 13; Stephenson, Inc., supra, slip op. at 19-20. Accord Composite Laminates, Inc. v. United States, supra, 27 Fed. Cl. at 317; Bailey Specialized Buildings, Inc. v. United States, supra, 186 Ct. Cl. at 82-83, 404 F.2d at 361. On the other hand, the regulations recommend a "show cause" notice "where practicable." See PPR, Chap. XIV, Sec. 1, � 3.c(1). See also Graphics Image, Inc., supra, slip op. at 16; Stephenson, Inc., supra, slip op. at 19-20, n. 22. Accord Lewis B. Udis v. United States, 7 Cl. Ct. 379, 385-86 (1985); Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609 (citing FAR � 49.607(b)). These differences were clearly understood by Contracting Officer Davis, who thought that the circumstances dictated the use of a "show cause" notice.67 Tr. 197-98, 202-03. Therefore, the answer to the question of whether or not he properly reestablished the "ship complete to arrive at destinations" date under the contract depends on whether his "show cause" letter of March 23, 1994, meets the legal requirements of a "DeVito cure." See Brandywine Prosthetic- Orthotic Service, Ltd., supra, 93-1 BCA at 125,765 (the contract appeals board considered, inter alia, whether the contracting officer's "show cause" notice constituted a valid cure notice under applicable FAR regulations). Contrary to the Appellant's belief and expectation, it was not necessary for the Respondent to issue a formal contract modification to reinstate the "ship complete to arrive at destinations" date in this case, nor was it obligated to do so despite using language to that effect in Contract Modification No. 2 (R4 File, Tab F).68 See Sermor, Inc., ASBCA Nos. 29798, 30149, 30423, 94-1 BCA � 26,303, at 130,835. Rather, any means short of a contract modification may be used to establish a new shipping schedule, id. (citing Simplex Manufacturing Corp., ASBCA Nos. 13897, 14380, 71-1 BCA � 8814; Max M. Goldhaber, ASBCA Nos. 8277, 8370, 65-2 BCA � 5083), including correspondence denominated as a "show cause" notice,69 see Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609; Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,765. Furthermore, a contractor's agreement to the revised schedule, though desirable, is not required, and a contracting officer can set the new delivery date unilaterally, so long as proper notice is provided to the contractor. See L.W. Schneider, Inc., ASBCA Nos. 44533, 45181, 95-2 BCA � 27,774, at 138,484; Engineering and Professional Services, Inc., ASBCA No. 39164, 94-2 BCA � 26,762, at 133,138; Sermor, Inc., supra, 94-1 BCA at 130,835. Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,608; C3, Inc., supra, 91-2 BCA at 118,933. However, in order to reestablish a contractual delivery schedule making time again of the essence, the notice, no matter what form it takes, must fix a specific new date for performance which is reasonable at the time the notice is given. See Martin J. Simko Construction, Inc. v. United States, supra, 11 Cl. Ct. at 269; D. Joseph DeVito v. United States, supra, 188 Ct. Cl. at 991, 413 F.2d at 1154; Sermor, Inc., supra, 94-1 BCA at 130,835; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609; C3, Inc., supra, 91-2 BCA at 118,933. These two features of the notice-specific date and reasonable time-are necessary to properly advise the contractor of the basis for the proposed contracting officer's action, and the standard against which its performance will be measured. See Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609; Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,766; Motorola Computer Systems, Inc., ASBCA No. 26794, 87-3 BCA � 20,032 at 101,416; Arctic Refrigeration & Air Conditioning, Inc., GSBCA No. 8073, 87-3 BCA � 20,078, at 101,655. When weighed against these legal requirements, the Contracting Officer's "show cause" letter of March 23, 1994, is ineffective as a "DeVito cure." Indeed, his letter does not even satisfy the requirements of the PPR for a "preliminary notice." In that regard, the relevant language from the "show cause" notice is as follows: You are notified that [because of] your failure to perform on Purchase Order 96583, Jacket [No.] 363-553, in a timely manner, the Government Printing Office is considering terminating said contract pursuant to the article entitled, "Default," United States Government Printing Office Contract Terms. Pending a final decision in this matter, it will be necessary to determine whether your failure to perform arose out of causes beyond your control and without fault or negligence on your part. Accordingly, you are hereby afforded the opportunity to present, in writing, any extenuating facts bearing on the question to the Contracting Officer by March 28, 1994. . . . See R4 File, Tab H. It is obvious from the above excerpt, that the "show cause" letter does not advise the Appellant of a specific new "ship complete to arrive at destinations" date by which it is expected to finish the Guide and deliver it, nor does it provide a reasonable time for the Contractor to complete performance under the contract, and the notice is obviously not "preliminary," as that term is used in GPO's procurement regulation. Therefore, the "show cause" notice is legally deficient as a vehicle for reestablishing the shipping schedule and making time again of the essence in the contract. See Martin J. Simko Construction, Inc. v. United States, supra, 11 Cl. Ct. at 269; D. Joseph DeVito v. United States, supra, 188 Ct. Cl. at 991, 413 F.2d at 1154; Sermor, Inc., supra, 94-1 BCA at 130,835; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609; C3, Inc., supra, 91-2 BCA at 118,933. As for the "DeVito cure" requirement that the Appellant be given a specific new date for performance, the only date fixed in the "show cause" letter is March 28, 1994, and that was solely for the purpose of receiving an explanation from the Contractor for the default which the Contracting Officer believed had already occurred. Indeed, the Respondent's position in this case is not only that the revised "ship complete to arrive at destinations" date under the contract was March, 23, 1994, once all delays were taken into account, but it also admits, as mentioned above, that it never provided the Appellant with any prior notification of that fact. In another context, the Board has said that "the Government 'is not required to be clairvoyant, '" see Graphicdata, Inc., supra, slip op. at 62 (Government estimates of work for "requirements" contracts) (citing Womack v. United States, 182 Ct. Cl. 399, 389 F.2d 801 (1968); Contract Management, Inc., ASBCA No. 44885, 95-2 BCA � 27,886; Fa. Kammerdiener GmbH & Co., KG, ASBCA No. 45248, 94-3 BCA � 27,197; Integrity Management International, Inc., ASBCA Nos. 34802, 35412, 36149, 37140, 89-3 BCA � 21,996), and it does not see any reason why the Contractor should be a mind reader either. Furthermore, it is not as if GPO was unaware of the procedure for establishing a new contract date, it did so by facsimile transmission on or about February 3, 1994, when it told the Appellant that "[t]his job has a must at destination date of February 18, 1994[.]" (R4 File, Tabs E and K). Moreover, putting aside the question of whether a notification issued to the Contractor on March 29, 1994, fixing a new "ship complete to arrive at destinations" date of April 4, 1994, provides a reasonable time for performance, clearly Maher's proposed Contract Modification No. 3 would have satisfied the "DeVito cure" requirements, because it informs the Appellant what the Government expects and when it expects it with respect to the delivery of the Guide. App. Exh. No. 15. Consequently, that contract modification would have been the proper procedural mechanism for reestablishing the contract due date. However, the record amply demonstrates that Contract Modification No. 3 is regarded by the Contracting Officer as nothing more than evidence of a good faith, but nevertheless idle and unauthorized gesture on Maher's part to negotiate a revised date after he had already determined that the Contractor was in default for failing to ship the complete order of the Guide on time. Since the Contracting Officer's "show cause" letter does not give the Appellant a specific "ship complete to arrive at destinations" date, the second part of the "DeVito cure" test is moot; i.e., there is simply no date against which the Board can gauge whether the Contractor was allowed a reasonable amount of time to complete performance under the contract. However, even if the Board was to assume that the Contractor could have "answered" the "show cause" notice to the Contracting Officer's satisfaction by shipping the Guide by March 28, 1994 (the only specific date mentioned), it would find that five calendar days (three workdays) was too brief a time for performance in light of all of the Government-caused delays which characterized this contract, the last of which had been just recently resolved. See Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,496 (a default termination was not justified where the time established by a contract modification for the contractor to complete the work, 10 calendar days, most of which fell during the Christmas holiday period, was not reasonable). Thus, under either test of reasonableness-DeVito's "performance capabilities of the contractor at the time the notice is given" or Simko's "reasonable considering all of the circumstances"-March 28, 1994, would have been an unreasonable "ship complete to arrive at destinations" date. Perhaps the Board's biggest criticism of the "show cause" letter is that it fails as an appropriate "preliminary notice" within the meaning of the PPR. See PPR, Chap. XIV, Sec. 1, � 3.c(1). As the Board has already noted, for a "preliminary notice" to reestablish a contractual delivery schedule it must be provided to the contractor before the Respondent declares the contract in default, and is condition precedent to such an action.70 Its purpose, of course, is not only to alert the contractor of the Government's dissatisfaction with its performance, but also to give the contractor a chance to meet the conditions of the contact-in this case ship the Guide-without penalty. Such a notice does more than simply toll the forebearance period between the time default occurs and the notice is actually issued. However, the "show cause" letter in question falls short of this goal, because nothing therein expressly tells the Appellant that it has until a date certain to complete performance of the contract "or else." Therefore, by definition alone, the letter is not a "preliminary notice," as contemplated by the procurement regulation; indeed, the Board fails to see how such notice issued on the contract due date could be "preliminary." In all honesty, however, the Contracting Officer makes no pretense about his "show cause" letter being a "preliminary notice," within the meaning of the PPR. From the beginning of this controversy, GPO has essentially argued that although the Appellant was actually in default on March 23, 1994, the adjusted target date for shipment, it nonetheless continued to deal with the Contractor as a matter of forbearance for a month until April 21, 1994, when the default notice itself was issued, and thus it retained its right to terminate the contract. Indeed, the Respondent probably decided that the termination would be effective on April 6, 1994, because that was the date by which Janowicz, in post-"show cause" discussions with Maher, promised to make a partial shipment of the Guide (R4 File, Tab K, CRB Memorandum).71 See Sermor, Inc., supra, 94-1 BCA at 130,835 (the contract was properly defaulted for failure to deliver, despite the contractor's assertion that no due dates were in effect at the time of termination, because the contractor failed to make delivery in accordance with the new schedule that it had proposed and that the government had accepted, thereby agreeing that the reestablished completion date was reasonable, and obligating it to make delivery in accordance with the new schedule. Citing Geomar Engineering, Inc., ENG BCA No. 5569, 90-1 BCA � 22,425 at 112,636). That the law allows the Government a reasonable amount of time after default to consider its options without jeopardizing its right to terminate is not even in question. See Stephenson, Inc., supra, slip op. at 37 (78 days was a reasonable forbearance period). Accord Frank A. Pellicca v. United States, 208 Ct. Cl. 278, 525 F.2d 525 F.2d 1035 (1975); Harold Burgmayer Real Estate, Inc., supra; Environmental Tectonics Corp., supra. Also cf., Jack L. Hartman & Co, Inc., supra, 91-1 BCA at 118,083. What is at issue here, is whether the Contracting Officer properly reestablished any "ship complete to arrive at destinations" whatsoever, and the Board finds that it did not. Finally, there is some suggestion in the record that the Appellant's failure to make progress toward completing the contract was also a ground for default, although that was not a given as a reason in the notice of termination (R4 File, Tab K). See Res. Brf., at 3, n. 3. In fact, at the hearing, in response to a question from the Board asking him to explain what he meant by the words "failure to perform in a timely manner" in the termination notice, the Contracting Officer stated: "[t]hat means the contract is not being executed according to the schedules established, . . . It means that the job has not been completed. We can't see any progress towards completing the job, the production of the job, . . .". Tr. 203-04. [Emphasis added.] It is settled that a default termination because a contractor failed to adhere to contract schedules is essentially a termination for failing to "[m]ake progress, so as to endanger performance." See Graphics Image, Inc., supra, slip op. at 14. See also GPO Contract Terms, Contract Clauses, �� 20(a)(1)(ii) (Default); PPR, Chap. XIV, Sec. 1, � 3.a. As a rule, such a termination under the "Default" clause cannot be effectuated unless the contractor first receives a ten-day notice, and to an opportunity to cure the default. See GPO Contract Terms, Contract Clauses, �� 20(a) (2) (Default); PPR, Chap. XIV, Sec. 1, � 3.c(2). See also Graphics Images, Inc., supra, slip op. at 15. Accord Composite Laminates, Inc. v. United States, supra, 27 Fed. Cl. at 317,322; Bailey Specialized Buildings, Inc. v. United States, supra, 186 Ct. Cl. at 85, 404 F.2d at 362; Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,765-66. However, the Board has noted that: . . . [A] 10-day "Cure Notice" is not an absolute, because [GPO's] implementing regulations also state: If the Contracting Officer determines that a shorter period is reasonable, and sufficient time remains in the contract delivery schedule, such shorter period may be authorized, provided the determination is supported and documented in the contract file. If the time remaining in the contract delivery schedule is not sufficient to permit a realistic "cure" period, the "Cure Notice" shall not be issued. PPR, Chap. XIV, Sec. 1, � 3.c.(2). See Graphics Image, Inc., supra, slip op. at 15. [Original emphasis.] Accord Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609. Suffice it to say that in this case, for reasons already expressed, without a binding shipping schedule the Appellant could neither be in default for failing to deliver on time, nor for failing to make "any progress toward completing the job, the production of the job." Id. (citing Electronics of Austin, ASBCA No. 24912, 86-3 BCA � 19,307 at 97,631). See also Specialty Construction Co., ASBCA No. 21132, 78-2 BCA � 13,348, at 65,255 ("However, since we have found that the Government failed to establish a reasonable new delivery schedule, it is difficult for us to understand how a default can be based on failure to make progress. That action requires an effective delivery schedule against which 'progress' can be judged."). Based on the undisputed facts in this record, especially the Contracting Officer's admission that the Appellant was not told that March 23, 1994, was the reestablished "ship complete to arrive at destinations" date prior to its receipt of the "show cause" notice of the same date, the Board finds that the Respondent never properly established a new shipping schedule which would have made time again of the essence under the contract. Therefore, the Board also finds that between the issuance of the "show cause" letter on March 23, 1994, and the termination for default notice on April 21, 1994, was there was never an effective delivery date against which the Contractor's performance could be measured. Consequently, the Respondent's termination action based on the Appellant's failure to ship the Guide by March 23, 1994, the "show cause" notice date, or April 6, 1994, the effective date of the default, or any other date in the record after February 18, 1994, for that matter, was procedurally defective, and thus invalid. Accordingly, the Board concludes that GPO improperly terminated the contract for default under the circumstances of this case. See D. Joseph DeVito v. United States, supra, 188 Ct. Cl. at 991, 413 F.2d at 1154; Marci Enterprises, Inc., supra, 94-1 BCA at 132,183-84; Engineering and Professional Services, Inc., supra, 94-2 BCA at 133,138; Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609 C3, Inc., supra, 91-2 BCA at 118,933; J.J. Seifert Machine Co., supra, 91-2 BCA at 118,673. B. The Contracting Officer misapplied the number of extra workdays owed the Appellant for performance under the contract's "Extension of schedules" clause due to the Government caused delays, and defaulted the contract prematurely. The Contracting Officer's procedural mistake in not properly reestablishing the "ship complete to arrive at destinations" date only compounded his initial error, namely, an erroneous application of the number of additional workdays allowed the Appellant by the "Extension of schedules" clause for completion of the contract because of the delays attributable to the Government. See GPO Contract Terms, Contract Clauses, � 12(c) (1). In that regard, the Respondent has told us that the revised shipping date of March 23, 1994, was arrived at by simply figuring when all of the problems causing the delays were resolved and adding 10 workdays for completion of the contract. See RPTC, at 4; Res. Brf., at 3, n. 2. As with the "reestablishment" issue, the Government had the burden of proof on the "schedule extension" question as well. See Graphics Image, Inc., supra, slip op. at 12; Pennsylvania Printed Products, GPO BCA 29-87 (January 22, 1990), slip op. at 11-12, 1990 WL 454985; American Drafting & Laminating Co., GPO BCA 6-85 (April 15, 1986), slip op. at 14-15, 1986 WL 181459. On this issue also, GPO has failed to prove its case. The crux of the matter can be ascertained from the following extracts of the Contracting Officer's hearing testimony: [DIRECT EXAMINATION] Mr. Potter: How many work days were called for in the specifications? Mr. Davis: That was 17 work days. Mr. Potter: Do I understand you correctly that the March 23rd ship date was calculated on the basis of giving the contractor 17 work days from the time that the problems were all resolved? Mr. Davis: By that time, it would have been 10 work days. The original 17 work days, 7 of those days were proof hold days. Mr. Potter: What do you mean proof hold days? Mr. Davis: Those were the days when we allowed-the Government allows the proofs back from the contractor to T & D to the agency and sent back to the contractor. Mr. Potter: The seven days that was originally allotted, it took a lot longer than that, I take it? Mr. Davis: Yes. Mr. Potter: That is what really happened here because of the various delays, correct? Mr. Davis: Absolutely. Mr. Potter: So you calculated 10 days when all the problems were solved and you came up with the 23rd of March; is that right? Mr. Davis: Correct. * * * * * * * * * * [CROSS-EXAMINATION] Mr. Antoun: In this case, it seems to me-and I could be wrong- that the normal calculations of delay weren't made. Instead, what the GPO did was it said all right, from this point forward, as of this day, we think all the problems are solved, and therefore, we'll add the original number of production days into the schedule and arrive at a schedule almost pretending that we are starting over again today. Something like that? Mr. Davis: I believe when we picked the date, we did that pretty much, but the date we picked included the delays, the Government delays. Mr. Antoun: Right. Mr. Davis: If you took the 23rd and went back, whatever date we picked at that point included-had already been extended by the number of days that we had caused a delay. Mr. Antoun: My question is: Can we reconstruct those days or is it now too late for you to come in tomorrow or later today and say I know how I got March 23rd. Right here it is. Three days, plus two days grace, plus this, plus this, plus this. It comes to March 23rd. Are we unable to do that? Mr. Davis: It could perhaps be difficult. Mr. Antoun: At some time when you calculated [that] March 23rd was the new schedule, did you do it per [GPO Contract Terms], days delay, plus grace days, or did you do it by saying I think we are cleared up now, I am going to regenerate the original schedule from this point forward. Mr. Davis: We do that as a combination. We took all the grace days and the extension days and the automatic extensions up to a point and then went to the point where everything was settled and then extended that date. What I am telling you is I think we did it both ways. It was lot of work to sit down and go through it at the time. * * * * * * * * * * Mr. Antoun: . . . When March 23rd was finally computed by you as the date-and I want to be succinct as I can about this-when March 23rd was finally computed as the actual ship date-ship or delivery-I don't recall what the contract requires-did you have at that time or did Mr. Maher have at that time a methodology for having calculated that date? Mr. Davis: At that time, yes. Mr. Antoun: Do you believe that would still be available in the file or in writing at this point in time? Mr. Davis: That would depend on what is in our computer. I don't believe there is a written record of how we figured that, no. Mr. Antoun: So if I was to tell you right now that I computed the actual ship date and it was really April 15th, you wouldn't be able to argue with me, would you? Mr. Davis: I could have a pretty good argument with that. Mr. Antoun: But you wouldn't have any documentary evidence to prove I was wrong, would you? Mr. Davis: No. Tr. 179-80, 190-91, 195-96. In summary, the Contracting Officer testified that he unilaterally established March 23, 1994, as the new "ship complete to arrive at destinations" date by a two-step process in which he first figured the amount of extra time owed the Appellant for all Government caused delays, and then added 10 more workdays (the time remaining after the seven workdays for proofing were subtracted from the 17 workdays allowed for contract performance). If the Board understands his testimony correctly, by working backwards and subtracting those 10 extra workdays from March 23, 1994, the Contracting Officer's formula ended all extensions for the delays on March 9, 1994, the date after Brzozowski's press inspection, which is what Counsel for the Appellant suggested at the hearing. Tr. 190. However, as the Contracting Officer's testimony also discloses, there is nothing in the record, not even in his memorandum to the CRB seeking approval to default the contract, indicating precisely how he figured the date on which, in his opinion, "all the problems were solved;" a fact he frankly admits. Tr. 196. On that basis alone-the absence of any such written or documentary evidence-the Board is justified in concluding that the Respondent has not met its burden of proof with respect to showing that it properly established March 23, 1994, as the revised "ship complete to arrive at destinations" date under the contract, because GPO's case rests entirely on the Contracting Officer's unverified contention, amounting to little more than argument, which standing alone cannot substitute for proof. See Big Red Enterprises, supra, slip op. at 36 (citing Reese Manufacturing, Inc., ASBCA No. 35144, 88-1 BCA � 20,358); Univex International, supra, slip op. at 31; B & B Reproductions, GPO BCA 09-89 (June 30, 1995), slip op. at 39, 1995 WL 488447; Hurt's Printing Co., Inc., supra, slip op. at 29; Printing Unlimited, GPO BCA 21-90 (November 30, 1993), slip op. at 23, 1993 WL 516844. The Board has never allowed such unsubstantiated assertions to form the basis for recovery. See Big Red Enterprises, supra, slip op. at 36; B & B Reproductions, supra, slip op. at 39; Hurt's Printing Co., Inc., supra, slip op. at 29; Printing Unlimited, supra, slip op. at 23. Accord Singleton Contracting Corp., GSBCA No. 8548, 90-2 BCA � 22,748; Tri-State Services of Texas, Inc., ASBCA No. 38019, 89-3 BCA � 22,064)); Gemini Services, Inc., ASBCA No. 30247, 86-1 BCA � 18,736. On the other hand, the Respondent's real problem, beyond the lack of written or documentary evidence in the record, is the fact that the Contracting Officer simply misapplied the extension formula under the contract's the "Extension of schedules" clause. In that regard, GPO Contract Terms provides, in pertinent part: In the event a delay is caused by any action of the Government, including failure to furnish purchase/print order, copy, GBL and/or materials as scheduled, the shipping delivery schedule will be extended automatically by the total number of workdays that work was delayed PLUS 1 workday for each day of delay; such period of grace for any schedule will not exceed 3 workdays. For example: Order, etc., 1 workday late + 1 workday grace = 2 workdays extension Order, etc., 2 workdays late + 2 workdays grace = 4 workdays extension Order, etc., 3 workdays late + 3 workdays grace = 6 workdays extension Order, etc., over 3 workdays late: total number of workdays late + 3 workdays grace = total number of workdays extension. No more than 3 workdays grace will be allowed on any one order. See GPO Contract Terms, Contract Clauses, � 12(c)(1). As indicated above, the Contracting Officer says that when he applied this formula to all of the delays caused by the Government in this case, including the late delivery of the GFM, and then restored the 10 workdays allowed under the contract for performance after the approval of proofs, the "ship complete to arrive at destinations" date was extended from February 3, 1994, to March 23, 1994, which amounts to a total extension of 34 workdays. In the Board's view, the Appellant had more time than that to complete the contract. This case bears some similarity to the situation which the Board faced in Graphic Images, Inc., to the extent that the Appellant blames the defective GFM, in part, for its failure to ship the Guide on time. In that appeal, the Board reversed the contracting officer's "endangering performance" default termination based on the contractor's failure to provide proofs in accordance with the contract schedule, because the reason for the delay was shown to be a defect in the Government-furnished computer cartridge, which required time to correct. See Graphic Images, Inc., supra, slip op. at 22 (citing Boque Electric Manufacturing Co., ASBCA No. 25184, 86-2 BCA � 18,925). In reaching its decision, the Board reasoned, in pertinent part, that: 6. One of the two problems claimed by the Appellant to be wrong with the computer cartridge sent to it-the incorrect construction of the VE Master small artwork on the data cartridge-was also discovered by the ACOE [Army Corps of Engineers, the customer- agency] on the duplicate computer cartridge at a press check on the reprocured contract on January 6, 1992 . . . [Footnote omitted.] 7. The second technical defect-the coin artwork being improperly saved and incorporated into Aldus PageMaker in the form of PICT files, instead of correct EPS files-is disputed by the Respondent. The Respondent relies on the tests made by Portland Ad with the duplicate computer cartridge after the contract had been terminated. However, test results obtained from a duplicate computer cartridge are an insufficient basis to conclude that the coin artwork was also properly saved on the one sent to the Appellant two weeks earlier; . . . Considering that the duplicate cartridge was also faulty to the extent that the VE Master small artwork was incorrectly constructed, the Board believes that the Appellant's claim, . . . that the Government- furnished computer cartridge it received was defective in the manner alleged, is true. [Footnote omitted.] 8. Based on the same evidence, and essentially for the same reasons, the Board concludes that the defects in the Government- furnished computer cartridge was the proximate cause of the Appellant's delay in furnishing proofs to the ACOE. Accordingly, in light of the foregoing analysis, the Board holds that the Appellant was not in default at the time of the termination. [Footnote omitted.] Pennsylvania Printed Products, supra, GPO BCA 29-87 (January 22, 1990), Sl. op. at 14. 9. Since the Appellant's delay in furnishing proofs was directly traceable the Government's defective computer cartridge, the Contractor was entitled to the benefit of the "Extension of schedules" clause in GPO Contract Terms. GPO Contract Terms, Contract Clauses, � 12.(c)(1). Cf., Pennsylvania Printed Products, supra, Sl. op. at 13. Also cf., Marine Transport Lines, Inc., ASBCA No. 28962, 86-3 BA � 19,164; FKC Engineering Company, supra, 70-1 BCA � 8,312. Under that clause, when a contractor's delay is the fault of the Government, the contract delivery schedule is automatically extended by the total number of workdays that the work was delayed, plus a grace period of one workday for each day of delay, not to exceed three workdays. Pennsylvania Printed Products, supra, Sl. op. at 13. 10. The Board accepts as credible the Appellant's estimate of the hours and time lost in remedying each defect-101/2 hours and a loss of one (1) calendar day for the PICT file problem, and 61/2 hours and loss of one (1) calendar day for the VE file problem; i.e., two workdays overall. . . . Therefore, under the "Extension of schedules" clause, the Appellant was entitled to have the contract delivery schedule extended four workdays (Saturdays and Sundays are excluded). See, GPO Contract Terms, Contract Clauses, � 12.(c)(1) (Example 2). Accordingly, applying these provisions to the contract in question, the contract delivery schedule should have been expanded by four workdays, or until January 9, 1992, (since Saturday, January 4, 1992, and Sunday, January 5, 1992, are not counted). 11. With a new contract due date of January 9, 1992, the Appellant would have had ample time to furnish proofs to the ACOE, have the customer-agency review them for two days, and still have been able to complete the contract in time for the January 10, 1992[,] meeting. Pennsylvania Printed Products, supra, Sl. op. at 13. See Graphics Image, Inc., supra, slip op. at 20-23. [Original emphasis.] The above rationale is equally applicable in this case. Indeed, a factual review of both cases discloses that the Appellant has an even stronger case than the contractor in Graphics Image, Inc. in at least three important respects. First, in this appeal the Respondent does not dispute that the GFM's electronic media contained numerous errors and defects which created serious production problems for the Contractor and required a substantial amount of time to correct. By its own admission, the Government used the month between the default termination and the issuance of the reprocurement IFB to correct the errors in the GFM. Tr. 213-16, 218. Second, apart from the bad electronic media, the contract in this case contained additional source for delay, namely a "PRINTING" specification which was ambiguous concerning whether the words "in black and white plus a match of Pantone's 185 red and 280 blue opaque inks" referred to the colors on the binder cover itself, or the label on the ink can.72 Apparently, either by a post-default clarification, or the Coast Guard's acquiescence, the repurchase contractor was allowed to print the job as originally planned; i.e., on a 4-color offset press using opaque inks directly "from the can." And third, at least the Contracting Officer in this appeal recognized that the contract's "Extension of schedules" clause applied, and he attempted to calculate the appropriate amount of additional time, even though he reached an erroneous result. Although the Respondent delivered the GFM three days late, that Government caused delay was cured, in response to the Appellant's request, by the schedule extension which established February 18, 1994, as new contract due date (R4 File, Tab E). Tr. 169, 192-93, 205-06. Therefore, the only unresolved delays in this dispute involve the time needed for the parties: (1) to deal with the customer-agency's design error which left the outline of the black die cutting lines for the tab dividers on the GFM's magnetic disk; (2) to discuss the color match problem on the blue linen binder cover and decide on foil stamping as the method of achieving the exact shade of white required by the Coast Guard; and (3) to correct the "ghosting" problem with respect to the words "work" and "life" in the color bar mastheads of the Guide, which was first noticed during the press sheet inspection on March 8, 1994, and was also caused by a design error in the magnetic tape. In the Board's estimation, after reviewing the evidence of record, the parties spent the most time addressing the tab dividers, because nearly a month passed between the day the problem was first discussed (February 8, 1994), and the day the Coast Guard effectively overruled the solution set forth in Contract Modification No. 2 by telling GPO that it would accept the job as ordered because it was without additional funds to fix the defect (March 4, 1994). That time period included 19 workdays. The time necessary to correct the mastheads involved the second longest delay, a period of about seven (7) workdays between March 8, 1994, and March 16, 1994, primarily because the Appellant subcontracted for the new film work after it had fixed the error on the magnetic tape. The parties took the least amount of time solving the color match problem caused by the ambiguous "PRINTING" specification-counting from the date of Gans' "draw-down" (February 24, 1994), to the date Maher informed the Appellant that the customer-agency had approved foil stamping the binder cover (March 2, 1994), a period of five workdays elapsed. On this record, 31 workdays all told were consumed as the parties dealt with production difficulties caused by either the defective GFM or the lack of clarity in the contract, and the delays were the entire responsibility of the Government. Therefore, under the "Extension of schedules" clause, the Appellant was entitled to 34 extra workdays (31 workdays late + 3 workdays grace) to complete the contract. Ironically, this is the same result achieved by the Contracting Officer under the method of computation he used to establish a new "ship complete to arrive at destinations" date of March 23, 1994, even though he seems to have deviated from the contractual formula somewhat.73 Where the Board and the Contracting Officer part company on the "Extension of schedules" issue, is in the selection of the date from which to begin adding the 34 delay workdays to the contract. In contrast to the Contracting Officer, who apparently used the original contract due date of February 3, 1994, as the starting point,74 the Board counts the extra time from February 18, 1994, the revised "ship complete to arrive at destinations" date established by the Respondent's facsimile message of February 3, 1994, because only the time lost to the late delivery of the GFM was encompassed in that extension.75 Furthermore, the Board excludes from its workday computation February 21, 1994, which was Presidents' Day, a national holiday. See Graphic Images, Inc., supra, slip op. at 15, n. 17 (Christmas and New Years' holidays); Stephenson, Inc., supra, slip op. 24, n. 27 (Columbus Day, Veterans Day, and Thanksgiving Day). Accord Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,496 (Christmas). As the Board figures it, when the 34 extra workdays are added to the performance schedule, the Appellant had at least until April 8, 1994, to ship the Guide and complete the contract. Consequently, the Contractor was not in default either on March 23, 1994, the "show cause" letter's revised shipping date, or on April 6, 1994, the effective date of default set forth in the termination notice (R4 File, Tabs H and K). See Graphic Images, Inc., supra, slip op. at 22; Pennsylvania Printed Products, supra, slip op. at 14; American Drafting & Laminating Co., supra, slip op. at 17. Therefore, the Contracting Officer's decision to terminate the contract for default was premature, and cannot be sustained.76 See Graphic Images, Inc., supra, slip op. at 22; Pennsylvania Printed Products, supra, slip op. at 14. V. CONCLUSION It is unnecessary to address the second issue in this appeal, namely, whether the Government is entitled to excess reprocurement costs in this case, because that question is a moot point in light of the Board's finding that the Appellant was not in default when the contract was terminated.77 See Graphics Image, Inc., supra, slip op. at 22, n. 26; American Drafting & Laminating Co., supra, slip op. at 17. Accord Foremost Mechanical Systems, Inc., supra, 95-1 at 136,496. Since the Contracting Officer's default action was procedurally defective and thus improper, the remedy in this case, as set forth in the "Default" clause, is to convert his decision into a termination for the convenience of the Government. See GPO Contract Terms, Contact Clauses, � 20(g); PPR, Chap. XIV, Sec. 1, � 2.b. See also Graphics Images, Inc., slip op. at 28; See American Drafting & Laminating Co., supra, slip op. at 17. Accord Darwin Construction Co. v. United States, supra, 811 F.2d at 598; Composite Laminates, Inc. v. United States, supra, 27 Fed. Cl. at 317, 322; S.M.S. Data Products Group v. United States, 17 Cl. Ct. 1, 10 (1989); Foremost Mechanical Systems, Inc., supra, 95-1 BCA at 136,496; Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,766; C3, Inc., supra, 91-2 BCA at 118,933; J.J. Seifert Machine Co., supra, 91-2 BCA at 118,673. Indeed, this is probably what the Contracting Officer himself should have done during the first stages of performance once it became apparent that the GFM was defective and the errors would require time to correct. In that regard, the Board endorses the comment made by the Administrative Judge in American Drafting & Laminating Co., which, under the circumstances, is equally applicable in this case: We think it abundantly clear from the foregoing that while it was within the discretion of the Contracting Officer to terminate the contract and seek reprocurement because at the time of termination Appellant had no reasonable idea of when it would be able to deliver the product, the termination should have been for the convenience of the Government rather than Default, since the contractor had acted as a reasonably prudent printing contractor in like circumstances. See American Drafting & Laminating Co., supra, slip op. at 17. On the other hand, even though the Board has found the default was improper because the Contracting Officer failed to follow the procedural rules, it wants to make clear that its holding should not be taken as condoning the Appellant's failure to answer the Contracting Officer's "show cause" letter of March 23, 1994. See Brandywine Prosthetic- Orthotic Service, Ltd., supra, 93-1 BCA at 125,766 ("cure" notice). While it cannot be said that the lack of a written reply from the Contractor contributed significantly to what followed, certainly ignoring such a notice is risky, if not foolish, and in other circumstances a failure to respond might lead to a conclusion that the Appellant had repudiated the contract. Nevertheless, because the Respondent failed to properly reestablish the contract's "ship complete to arrive at destinations" date, and misapplied the "Extension of schedules" clause, the default must be set aside. Accordingly, for all of the foregoing reasons, the appeal in GPO BCA 19-94 is sustained, and the termination for default is converted to a termination for the convenience of the Government. See GPO Contract Terms, Contact Clauses, � 20(g); PPR, Chap. XIV, Sec. 1, � 2.b. ORDER The Board finds and concludes that the Appellant could not be defaulted for a failure to timely deliver the Guide because: (1) the Respondent failed to follow the proper procedures in reestablishing the "ship complete to arrive at destinations" date under the contract; and (2) the Contracting Officer misapplied the "Extension of schedules" clause in the context of this case, and defaulted the contract prematurely. THEREFORE, the decision of the Contracting Officer is REVERSED, and the appeal is GRANTED. FURTHERMORE, the termination for default is converted to a termination for the convenience of the Government, and the appeal is REMANDED to the Contracting Officer with instructions to negotiate a payment settlement with the Appellant accordingly. See Graphics Image, Inc., supra, slip op. at 28; Pennsylvania Printed Products, supra, slip op. 14; American Drafting & Laminating Co., supra, slip op. at 17. It is so Ordered. June 12, 1997 STUART M. FOSS Administrative Judge _______________ 1 The Contracting Officer's appeal file was assembled pursuant to Rule 4 of the Board's Rules of Practice and Procedure, and delivered to the Board on June 17, 1994. Board Rules, Rule 4(a). It will be referred to hereafter as the R4 File, with an appropriate tab letter also indicated. As originally submitted to the Board, the R4 File contained fourteen (14) documents, identified as Tabs A-N. See Report of Prehearing Telephone Conference, dated January 27, 1995, at 2 (hereinafter RPTC). Thereafter, at the prehearing conference held by the Board on November 30, 1994, the Respondent supplemented the R4 File with a copy of a memorandum, dated June 2, 1994, from John W. Adams, the original Contracting Officer for the defaulted contract, see Tr. 230 (the court reporter's transcript for the hearing in this matter shall be referred to herein as "Tr." followed by an appropriate page number), to GPO's Contract Review Board (hereinafter CRB), seeking its concurrence to award the repurchase contract to Monarch Litho, Inc. (hereinafter Monarch). See Printing Procurement Regulation, GPO Publication 305.3 (Rev. 10-90), Chap. I, Sec. 10, � 4.a.(1) (proposed award over $25,000.00 to other than the bidder submitting the lowest responsive bid) (hereinafter PPR). The memorandum was designated as Tab O of the R4 File. See RPTC, at 4. The R4 File was further augmented at the aforementioned hearing in this matter with Tabs P (Adams' memorandum of June 2, 1994, to GPO's Financial Management Service (hereinafter FMS) regarding the recovery of excess reprocurement costs), Q (two letters from Adams to the Appellant, both dated June 3, 1994, notifying it that: (a) its bid on the repurchase contract was determined to be nonresponsible; and (b) the reprocurement had been awarded to Monarch for $116,611.00, and the Contractor was liable for excess reprocurement costs), R (Adams' Findings and Determination of nonresponsibility on the part of the Appellant, dated June 2, 1994, see also R4 File, Tab O), S (a letter dated June 7, 1994, from the Contractor's attorney, Frederic G. Antoun, Jr., to Adams protesting the amount of reprocurement costs assessed (approximately $26,000.00 more than the original contract) as excessive), T (Adams' response, dated June 9, 1994, to Antoun's letter), U (the press inspection report, dated June 23, 1994, for the reprocured job), V (the declaration of Robert D. Colvin, Assistant Comptroller, Procurement Accounting Division, FMS, attesting that Monarch completed the work and was paid for the repurchased job (hereinafter Colvin Declaration), and a computer printout showing the payment history), W (two handwritten memoranda from Eric Janowicz, the Appellant's President, to Tony (Anthony D.) Hooks, a Printing Specialist who worked for Adams, reviewing and confirming, the Contractor's bid prices on the original contract), and X (the report showing how Namon (Tony) Seaborn, a Quality Inspection Technician in the PPD's Quality Assurance Section, selected the random sample of 32 binders for the purpose of inspecting the Appellant's product). See Tr. 172-6, 330-31, 396-97. 2 The Appellant's initial brief, entitled "Appellant's Posthearing Memorandum," was submitted to the Board by facsimile transmission on March 14, 1995 (a corrected page 5 was filed on April 3, 1995), and will be referred to hereinafter as "App. Brf.," with an appropriate page citation thereafter. The Respondent's initial brief, entitled "Posthearing Reply Memorandum," was submitted to the Board on March 28, 1995, and will be cited as "Res. Brf.," with an appropriate page number thereafter. Subsequently, on April 28, 1995, the Contractor filed a reply brief, entitled "Appellant's Reply Memorandum," which will be referred to hereinafter as "App. R. Brf.," with an appropriate page number thereafter. No answering brief was filed by the Government. Furthermore, both the Appellant and GPO introduced additional documentary evidence at the hearing, which shall be cited as "App. Exh. No." and "GPO Exh. No.," respectively, followed by an appropriate number. 3 During the hearing, two of the Respondent's witnesses, Richard Brzozowski, the Printing Specialist from GPO's Typography and Design (T & D) Division who performed the press sheet inspection at the Appellant's plant, see R4 File, Tab G, and Edward A. Reesman, the Printing Specialist in the PPD's Quality Assurance Section who performed the inspection on the random samples of the Appellant's binders, see R4 File, Tab L, discussed the order of precedence which governs when measuring the quality of a procured product, see Tr. 258-59, 322-23, 417-18. Essentially, both witnesses agreed that an approved press sheet takes precedence over a proof, an approved proof trumps the specifications and/or Government-furnished material, and in the absence of either an approved proof or press sheet the specifications control. See Tr. 322-23, 417-18. In Brzozowski's words: "Each sign off operation throughout the job relieves the prior one." See Tr. 323. 4 The record shows that the Respondent knew about the bad weather, and recognized that it was having an adverse impact on the Appellant's ability to start the job. Tr. 205. Indeed, Contracting Officer Davis, who replaced Adams on this contract, testified that "It had been in the news. It was a big cold front all over the county[,]" and "I realized it was cold." See Tr. 205-06. 5 Contracting Officer Davis was also aware of the transportation strike, but said it was not a factor in considering the extra amount of time which the Appellant was later given to make delivery, because such additional time "has to be requested. . . . in writing[,]" and the Contractor never made such a request. See Tr. 205. 6 The record indicates that the Appellant's GPO contact, Francis R. ("Dick") Maher, a PPD printing specialist supervised by Contracting Officer Davis, forwarded the Contractor's request for an extension to the customer-agency, and was told by the Coast Guard that it could only "live with" two more weeks, not three. Tr. 192, 206. Although the Contracting Officer testified that the schedule extension did not include any allowance for the bad weather, he did take into account not only the late delivery of the GFM, but the time used by the parties in trying to resolve problems discovered with the GFM itself. Tr. 192-93. 7 Also part of the facsimile transmission was Contract Modification No. 1, dated February 3, 1994, which made certain changes in the "DISTRIBUTION" specification of the contract (R4 File, Tab E). 8 The record leaves no doubt that the mistake was authored by the Coast Guard employee who designed the Guide, and who apparently knew very little about die-cutting. Tr. 47, 49, 58, 389-91. 9 The border lines were clearly contrary to the die-cutting operation contemplated in the "BINDING" specification which was based on a so-called "full bleed" product, meaning that the ink- covered area should have been larger than the shape to be cut so that when trimmed the color would extend to the edge of the tab. Tr. 48-50, 164, 389-91. Under normal circumstances, the tab dividers could have been cut by a device known as a "cookie cutter," which the Appellant had intended to use, or on a flatbed die-cutting machine. Tr. 51, 59, 61. The laser cutting machine was capable of cutting inside the black outline with the necessary precision, but the parties agreed that process was too expensive for this type of product. Tr. 389-91. 10 The reason why die-cutting was much more expensive than removing the black lines on the film was because a separate die would have to be made for each tab, and the number of dies would increase rapidly. Tr. 60, 411-12. 11 The record indicates that Brzozowski told Janowicz the same thing at the press inspection. Tr. 119. Janowicz testified that in light of these instructions he had intended to use the "cookie cutter," but he subsequently discovered that the machine was incapable of the tolerances required. Tr. 71-72, 410-11. Consequently, the Appellant proposed to switch to the flatbed die-cutter and cut each tab separately. Tr. 138, 410-11. 12 The record evidence indicates that the Guide had already cost the Coast Guard $120,000.00 before it was sent to the printer. Tr. 94, 121-22. 13 According to Brzozowski, the only tab divider shortcomings he noticed during the press inspection concerned roller streaks and color match; i.e., quality assurance problems in the printing itself. Tr. 244-45, 254, 281. 14 In the industry, a "draw-down" describes an ink chemist's method of roughly determining color shade by placing a small glob of ink on the printing substrate or background, e.g., paper, cloth, etc., and drawing down with the edge of a putty knife spatula to get a thin film of ink. See Pocket Pal: A Graphic Arts Production Handbook 14th ed., at 191 (International Paper Co., 1989) (hereafter Pocket Pal). The purpose of a "draw-down" is to show how certain colors will look on the substrate. Tr. 22-23. In this case, Gans prepared a "draw-down" using the four colors listed in the "Printing" specification of the contract- black, white, and Pantone's 185 red and 280 blue opaque inks-on a light blue linen finish impregnated book cloth (R4 File, Tab A, at 3). Tr. 21; App. Exh. No. 3. 15 A "hit" simply refers to the number of times the ink is applied to the substrate. Tr. 22-23, 26. 16 The contract's "PRINTING" specification called for "a match of Pantone's 185 red and 280 blue opaque inks" (R4 File, Tab A, at 3). During the hearing, the Board asked two of the Respondent's witnesses, Brzozowski and Reesman, for their expert opinion on the meaning of "color match" in this context, and got two different responses. Brzozowski, agreed that an exact color match with App. Exh. No. 2 was not possible because the ink was being applied to a cloth cover. Tr. 274, 277. But, he said that a printer could match Pantone 185 red with an opaque ink by adding more pigment to the mix, and making it thicker, much like covering a wall with two coats of paint. Tr. 315-16. Indeed, he thought that since App. Exh. No. 2 was a laser output, not printing, it was only suitable for use as a layout dummy. Tr. 278. In short, Brzozowski interpreted the "PRINTING" provision as requiring an exact match of the colors specified, using the Pantone Matching System (PMS) as a guide. Tr. 317. On the other hand, Reesman said, in effect, that the label on the can of ink was good enough for him. Tr. 395 ("I would look at the can of ink that I have and see that it is 185 and 280 opaque ink, and that it what I would use."). When pressed by the Board, he stated that his answer would not change regardless of the color of the background, blue or white. Tr. 396. Whether or not the Appellant's instructions to Gans to match the binder colors on App. Exh. No. 2 meant that it shared Brzozowski's view of the contract language, see Tr. 407-08, the difference of opinion between Brzozowski and Reesman clearly indicates that the "PRINTING" specification is ambiguous. 17 The GFM included, inter alia, proofs and a generic binder, but no sample of the previous edition of the Guide. Tr. 17; App. Exh. Nos. 1 and 2. The Respondent denies that Maher told the Appellant that no example of the previous binder was available, but instead says that he indicated the Coast Guard was satisfied with the prior version, and the Contractor should follow the sample which had been provided with the GFM. See Answer, at 2, � � 24, 25. However, Maher was not called as a witness, and there is no other evidence from GPO in the record refuting Janowicz's testimony to the contrary. 18 As Janowicz described the process at the hearing, foil stamping is simply a method of placing another material (of any color) under pressure over the substrate for the purpose of imprinting an emblem as on a business card or stationary, or in this case to lay another background against which to apply the opaque inks. Tr. 31. 19 The record indicates that while the Appellant owns a silk screening press, it primarily does offset work, and would have had to contract out any silk screening on the Guide. Tr. 14, 91. 20 App. Exh. No. 5 is a proof of the binder material with the colors printed over white foil. Tr. 34. The proof reader's remarks in red ink are Brzozowski's. Tr. 251. Brzozowski testified that he never "OK'd" a press sheet for the binder cover. Tr. 313. In fact, he was not present when the Appellant printed the binders, but rather had arranged with the Contractor to have samples sent to him at GPO as soon as they were available. 21 In printing, the term "register" means fitting two or more images in exact alignment with each other. See Pocket Pal, at 203. 22 App. Exh. No. 6 is a note from the foil stamping subcontractor to the Appellant stating that the "cloth material will not lay flat coming off a roll, register will vary slightly. Paper stock will register 100%." The subcontractor's letterhead is illegible on the Board's copy of App. Exh. No. 6, and the firm is not otherwise identified in the record." Furthermore, the exhibit is undated, and the Board cannot read the subcontractor's signature, although it assumes that the addressee "Val" is Val Krumplis, one of the Contractor's partners. Tr. 133. 23 Maher also informed the Contracting Officer about the color match problem on the binder. Tr. 214. 24 Janowicz indicated that when he received these instructions, he understood that there was to be no compromise in the register. Tr. 85. 25 During the press sheet inspection on March 8, 1994, Brzozowski and the Appellant discussed the register problem caused by foil stamping the binder cover. Tr. 96-97, 251-52. Although he was there to inspect the text and not the cover, when the Contractor showed him the binder Brzozowski expressed his opinion that achieving proper register would be "tough" because the Contractor was passing the binder through the press before foil stamping it. Tr. 252, 284. Furthermore, he apparently told the Appellant that foil stamping the binder "one up" (foil stamping and inking in a single operation), and not three (foil stamping first, and then printing in separate operations), as was being done, would not only improve the register quality, but would also reduce waste. Tr. 113, 252, 255, 301. 304, 306, 309, 405-06. Although Janowicz testified that Brzozowski did not make such a suggestion, the fact was that the Contractor's press setup precluded "one upping." Tr. 97-99, 113, 405-06. 26 The Appellant offered App. Exh. No. 10 as an example of the way the masthead should have looked. Tr. 64. 27 The Board presumes that Brzozowski's entry on line 16 of his report relates to the masthead problem (R4 File, Tab G). In that regard, on line 16, which asks "Did anything occur (AA's or PE's) that would lead the printer to request additional time or funds? If so, describe[,]" Brzozowski answered "Yes. Agency missed type on proofs." 28 The record indicates that Adams, who was the Contracting Officer at the time, agreed with this course of corrective action. Tr. 244. However, GPO never issued a contract modification authorizing the Appellant to fix the Coast Guard's error in the mastheads. Tr. 66. 29 The extent to which the Appellant kept the Respondent informed about it difficulties in producing the Guide, and the progress it was making, if any, is a matter of disagreement between the parties. See Complaint, at 5, � 43; Answer, at 4, � 43. In that regard, the Contractor says that it constantly maintained verbal contact with either Maher or Adams (the first Contracting Officer) during the relevant period, while GPO alleges that between March 3, 1994, and early April 1994, a time frame which includes the press inspection on the job, it had little or no communication with the Appellant. Id. See also R4 File, Tab K, CRB Memorandum. However, the Board finds it hard to believe that the Appellant did not keep the appropriate persons in GPO apprised of its production troubles, since, after all, it needed their co-operation and permission to resolve the numerous problems it was experiencing. Indeed, such silence on the part of the Contractor would have been inconsistent with its past behavior on a job it thought was a "nightmare," see Tr. 67, 75, which was to promptly alert the Government about the roadblocks being thrown up by the defective GFM, as required by the terms of the contract. See GPO Contract Terms, Contract Clauses, � 7 (Government Furnished Property (GFP)). In short, there is nothing in this record to indicate anything other than that the Appellant tried diligently, if unsuccessfully, to meet its obligations under the agreement. 30 The Contractor contends that it discussed the matter orally with GPO after it received the "show cause" notice. See Complaint, at 5, � 44. However, Janowicz frankly admitted at the hearing that he did not provide a written answer to the "show cause" notice, essentially because the truckers strike and the problems with GBC and ICG precluded the establishment of a new shipping date with any reasonably certainty. Tr. 103. GPO, on the other hand, alleges that "[i]n a letter to the Public Printer, Appellant claims they failed to answer the show cause letter because it was misplaced by the person who signed for it." Answer, at 4, � 44. The Board, however, is unable to find a copy of the letter referred to by the Respondent in the R4 File, nor was it introduced as a Government exhibit during the hearing. Similarly, none of the Respondent's witnesses testified that the Appellant provided a different reason for not answering the "show cause" letter than the excuse Janowicz gave at the hearing. Thus, GPO has failed to establish that the Contractor gave a prior inconsistent reason for not answering the "show cause" letter, and Janowicz's explanation is uncontradicted. See FED. R. EVID. 613. In any event, there is no dispute that the Appellant did not respond, in writing, to the "show cause" notice, which, after all, is the essential point. 31 The record copy of App. Exh. No. 15 is extremely faded and difficult to read, but it is not totally illegible. Tr. 76. 32 Nepi reported to Contracting Officer Davis that the Appellant was still in the process of assembling the Guide; i.e., the binders were not assembled, there was no cover fabric in the plant, and the tab dividers were still at the die-cutters (R4 File, Tab I). Tr. 104-05. 33 Since the days of the week are "capable of accurate and ready determination by resort to sources whose accuracy cannot be questioned," in this case a calendar, the Board takes judicial notice of the fact April 16, 1994, was a Saturday, for the purposes of this decision. FED. R. EVID. 201(b)(2). See Graphics Image, Inc., GPO BCA 13-92 (August 31, 1992), slip. op. at 15-16, n. 17, 1992 WL 487875. Accord Powerline Oil Co., EBCA Nos. 278, 280-83, 290, 296, 300-05, 307, 321, 91-2 BCA � 23,789, at 119,146 (citing American Indians Residing on Maricopa-Ak Chin Reservation v. United States, 667 F.2d 980, 999 (Ct. Cl. 1981), cert. denied, 456 U.S. 989 (1982)). 34 Because the documents were sent "after hours," the Contracting Officer did not receive them until the following morning, Tuesday, April 19, 1994 (R4 File, Tab K, CRB Memorandum). 35 Under the Respondent's printing procurement regulation, the Contracting Officer must submit a proposal to terminate a contract for default to the CRB for its review and concurrence. See PPR, Chap. I, Sec. 10, � 4.b.(i). See also Gold Country Litho, GPO BCA 22-93 (September 30, 1996), slip op. at 8, n. 5, 1996 WL 812956, vacated in part, 1997 WL _____ (March 17, 1997); A & E Copy Center, GPO BCA 38-92 (September 26, 1996), slip op. at 6, n. 10, 1996 WL 812881; Big Red Enterprises, GPO BCA 07-93 (August 30, 1996), slip op. at 16, n. 15, 1996 GPOBCA LEXIS 26; Univex International, GPO BCA 23-90 (July 31, 1995), slip op. at 9; n. 12, 1995 WL 488438, reconsid. denied, 1996 WL 112554 (February 7, 1996), 1996 WL 812959 (July 5, 1996), Supplemental Decision on Excess Reprocurement Costs and Order; Hurt's Printing Co., Inc., GPO BCA 27-91 (January 24, 1994), slip op. at 7, n. 10, 1994 WL 275098. 36 In that regard, the PPR lists eight factors which "[t]he Contracting Officer shall consider" in determining whether to terminate a contract for default: (i) the provisions of the contract and applicable laws and regulations; (ii) the specific failure of the contractor and the excuses, if any, made by the contractor for such failure; (iii) the availability of the supplies or services from other sources; (iv) the urgency of the need for the supplies or services and the period of time which would be required to obtain sources as compared with the time in which delivery could be obtained from the delinquent contractor; (v) the effect of a termination for default upon the contractor's capability as a supplier under other contracts; (vi) the effect of a termination for default on the ability of the contractor to liquidate progress payments; (vii) the availability of funds to finance repurchase costs which may prove uncollectible from the defaulted contractor, and the availability of funds to finance termination costs if the default is determined to be excusable; and (viii) any other pertinent facts and circumstances. See PPR, Chap. XIV, Sec. 1, � 3.c.(3). See also Asa L Shipman's Sons, Ltd., GPO BCA 06-95 (August 29, 1995), slip op. at 8, n. 11, 1995 WL 818784, reconsid. denied, 1996 WL _____ (February 13, 1996); Univex International, supra, slip op. at 10, n. 14; Shepard Printing, GPO BCA 23-92 (April 29, 1993), slip op. at 26, n. 31, 1993 WL 526848; Graphics Image, Inc., supra, slip. op. at 26, n. 31. The PPR essential repeats the same requirements imposed on Executive Branch contracting officers by the Federal Acquisition Regulation (FAR). See FAR � 49.402-3(f)(1)-(7). 37 The effective termination date shown in the notice, April 6, 1993, is clearly a typographical error (R4 File, Tab K). Tr. 77, 103, 181. See also RPTC, at 3, n. 3. The correct date is obviously April 6, 1994. 38 Reesman testified that the inspection of copies of the Guide was an exception to the usual circumstances under which quality testing is accomplished; i.e., there was no agency complaint, and he was not examining quality assurance random copies. Tr. 365. Indeed, he was unsure what the Contracting Officer was going to do with the results. Tr. 365. Therefore, he did not fill in the "Central Office Recommendation" line on his inspection report (R4 File, Tab L). Tr. 364-65. However, Reesman's testimony that GPO does not order quality assurance random copies on jobs with binders, while perhaps true as a general rule, is at variance with the contract in this case which called for such copies (R4 File, Tab A, at 6). Tr. 366. 39 Reesman candidly admitted that in evaluating the Guide for printing attribute P-9 (Solid or Screen Tints Color Match), he faced a dilemma-he did not have the "OK'd" press sheet required by the contract, or the "OK'd" proofs. Tr. 336-37, 339. Therefore, he did not test the color match against the PMS system, but rather simply looked for roller streaks and ink density shifts on the printed sheet. Tr. 336-37, 339, 381, 397-98. Reesman also just tested the pages, and testified that he did not see any color match problem in the binder cover. Tr. 355. 40 During the hearing, the Respondent introduced four of 32 sample binders, as well as six tab dividers, which were representative of the ones Reesman had examined, and asked him to reevaluate them on the record. Tr. 337, 343, 348, 350, 355; Gov. Exh. Nos. 1, 1-A to C, 2, 2-A to C, 3 and 4. In that regard, the Guide had four different colored tab dividers; i.e., yellow, green, blue and purple. Tr. 135-16. Examining the first binder, Reesman determined that there were color match (P-9) defects (a visible density shift in the green tab dividers and roller streaks within the green and purple tab dividers), and register problems (P-4) on the spine of the binder covers (the white substrate showed under blue and black inks). Tr. 337, 339-40, 342, 375. The second binder had the same color match and register problems as the first one. Tr. 343-46. In addition to the color match defect, the third binder had a type quality and uniformity problem on the spine (P-7), namely, the black ink had doubled up when printed (most likely because the binder cover moved during the printing process). Tr. 348-49. Reesman noted that two of the 32 binders he examined had this P-7 defect, but that was not sufficient, standing alone to reject the order. Tr. 349. The last binder had a color match problem and a text and illustration image position defect (P-5); i.e., 13 pages were skewed (pages 4.5, 4.7, 4.9, 4.11, 5.1, 5.3, 5.7, 6.1, 6.3, 6.5, 6.7, 6.9, and 6.11). Tr. 350-51. Reesman was also asked to examine a fifth copy of the Guide which the Appellant had introduced as an exhibit (App. Exh. No. 20). Tr. 356. From his inspection, he concluded that while the Contractor's copy had a perfectly acceptable binder cover as to type quality and register, it too had color match problems in the tab divider, as well as an uneven trim on the tabs, 13 skewed pages (pages 2.13, 4.5, 4.7, 4.9, 4.11, 5.1, 5.3, 5.7, 6.3, 6.7, 6.9, 6.11, and 6.13), and thus like the random samples was rejectable for P-9 and P-5 defects. Tr. 359, 361, 363, 367, 388-89. Reesman testified that the skewing probably occurred for one of three reasons, namely, the pages themselves were crooked when printed, or they were printed on a crooked plate, or they were trimmed crooked. Tr. 351-53, 373-74. Of these alternatives, Reesman thought the last reason was most likely because a job like the Guide would not have been printed in sequence, but would have been trimmed that way. Tr. 373-74. As for the other defects, Reesman said that the color match problem (P-9) had two sources; i.e., the visible density shift was due to an imbalance between the ink and water on the 4-color press, and the roller streaks were caused by an improper adjustment in the press itself. Tr. 346, 375-6. With respect to the register defect (P-4), he guessed that the problem stemmed from printing the white substrate and the other colors on the binder in separate operations, and the binder simply did not line up properly with each proceeding pass through the press. Tr. 346-47. 41 Reesman's inspection report also indicates that he found some other defects, such as one copy with no drill holes, another with hickies and spots (P-1) on the cover and poor register (P-4) in the text, but the Guide was not rejected because of these problems (R4 File, Tab L). Tr. 229, 353-55. 42 On or about May 12, 1994, the Contracting Officer also telephoned the Appellant's attorney and told him that because of the inspection results, GPO would not buy any of the shipped binders (R4 File, Tab J). 43 GPO's response was written by a third Contracting Officer, James L. Leonard, for Adams (R4 File, Tab T). In denying the Appellant's protest, Leonard stated, for the first time, that the default was also based on "quality" reasons, and not just a failure to meet the delivery schedule. Id. Furthermore, it was his view that ". . . factors other than price, such as responsiveness and responsibility must be considered prior to the award of a contract. An award made on the basis of price alone would be a disservice to our customer if the contractor subsequently defaulted or shipped late." Id. 44 The Board framed four questions for disposition during the prehearing telephone conference. See RPTC, at 6-7. Specifically, the Board saw the facts giving rise to the following issues: (a) did the GFM supplied to the Contractor differ from the description and/or the requirements of the contract specifications, and was the magnetic disk, in fact, properly designed and appropriate for producing the Guide; (b) was the contract properly terminated for default because of the Contractor's failure to make timely delivery of the Guide in accordance with the contract specifications, as changed; (c) were the 1,152 copies of the Guide delivered by the Contractor after termination of the contract improperly rejected by the Government, and if so, is the Appellant entitled to compensation and in what amount; and (d) has the Government proven its entitlement to the recovery of excess reprocurement costs in this case? Id. However, these four questions really amount to only two-in a nutshell, was the default action procedurally and substantively proper, and if so, how much does the Appellant owe the Government in excess reprocurement costs? 45 Aside from the fact that the magnetic disk it received as part of the GFM contained a major design defect, i.e., the cut lines for the tab dividers were not erased, the Contractor says that it was also disadvantaged by the fact that it was not supplied with a sample of the previous printing of the Guide. See App. R. Brf., at 3-4. Certainly, such a sample would have provided the Appellant with an idea of the quality standard it was expected to meet if its product was to be considered acceptable. See Professional Printing of Kansas, Inc., GPO BCA 2-93 (May 19, 1995), slip op. at 69, 1995 WL 488488 (citing Mid-American Engineering and Manufacturing , ASBCA No. 20939, 78-1 BCA � 12,870, at 62,629). On the other hand, the Government was under no obligation to furnish a sample of the previous binder unless it had bound itself to do so by the terms of the agreement. See Professional Printing of Kansas, Inc., supra, slip op. at 81, n. 83. 46 The Appellant says that the third quality defect-skewness of some of the pages-would not have been a ground to reject the order. See App. Brf., at 6. In any event, the Contractor states that it could have fixed the skewness problem if the Respondent had asked, and it would have been an easy task to replace the incorrect pages because the Guide is a 3-ring binder. See App. R. Brf., at 3. 47 The Contractor asserts that GPO eventually changed its mind about trimming the Guide on a flatbed die-cutter, essentially because of the cost involved, but by then the process was too far along, and it was too late to reconfigure the printing layout. See App. R. Brf., at 2. 48 The Board has already concluded that the "PRINTING" specification is ambiguous. See note 16 supra. The Appellant contends that any such ambiguity is latent, and hence its interpretation should prevail. See App. Brf., at 5 (citing Newsom v. United States, 230 Ct. Cl. 301, 676 F.2d 647, 650, n. 11 (1982). In such a case, the Contractor would be entitled to the benefit of the doctrine of contra proferentum, and the language would be construed against GPO, see Fry Communications, Inc./InfoConversion Joint Venture v. United States, 22 Cl. Ct. 497, 503 (1991) (citing William F. Klingensmith, Inc. v. United States, 205 Ct. Cl. 651, 657 (1974)); MPE Business Forms, Inc., GPO BCA 10-95 (August 16, 1996), slip op. at 43, 1996 GPOBCA LEXIS 31; The George Marr Co., GPO BCA 31-94 (April 23, 1996), slip op. at 42, n. 33, 1996 WL 273662; Professional Printing of Kansas, Inc., supra, slip op. at 48, n. 64, if the Appellant was able to show that it relied on its interpretation in formulating its bid, see Fry Communications, Inc./InfoConversion Joint Venture v. United States, supra, 22 Cl. Ct. at 510 (citing Fruin- Conlon Corp. v. United States, 912 F.2d 1426, 1430 (Fed. Cir. 1990); Lear Siegler Management Services v. United States, 867 F.2d 600, 603 (Fed. Cir. 1990)); MPE Business Forms, Inc., supra, slip op. at 44; The George Marr Co., supra, slip op. at 42, n. 33; Professional Printing of Kansas, Inc., supra, slip op. at 48, n. 64. 49 Although the Appellant relied principally on Reesman's testimony, during the hearing all of the Respondent's witnesses were extensively questioned by both Counsel about the quality and appearance of Monarch's product. See Testimony of Contracting Officer Davis, Tr. 212, 209-216, 218-19, 222-26; testimony of Brzozowski, Tr. 320-25; testimony of Reesman, Tr. 356-57, 363-64, 367-71, 381-86. 50 Aside from any conclusions concerning excess reprocurement costs which may be drawn from a comparison of the Guide produced by the Appellant and the version printed by Monarch, the Contractor also thinks that the Respondent has undercut its rejection of the Contractor's product by accepting a replacement with the same alleged defects. See App. Brf., at 6; App. R. Brf., at 5. Indeed, the Appellant believes that its product was treated differently by GPO, because not only was the reprocured Guide not examined by the Government, but the Contractor's publication received closer scrutiny than normal on the instructions of the Contracting Officer. See App. Brf., at 6; App. R. Brf., at 5. See also note 38 supra. In the Board's view, whether or not Monarch's Guide met QATAP standards for Quality Level II work is irrelevant to the issues in this case, which deal exclusively with the propriety of the default action, and the Government's entitlement to excess costs. Moreover, the Appellant's assertion in this regard comes close to accusing the Respondent of bad faith in its administration of the contract. See App. Brf., at 6. However, the Board has said on numerous occasions that an allegation of bad faith must be established by "well-nigh irrefragable proof" because there is a strong presumption that Government officials properly and honestly carry out their functions. See Rose Printing, Inc., GPO BCA 32-95 (December 16, 1996), slip op. at 25-26, 1996 GPOBCA LEXIS 34; Big Red Enterprises, supra, slip op. at 36-37; MPE Business Forms, Inc., supra, slip op. at 27-28, n. 34; New South Press & Assoc., Inc., GPO BCA 14-92 (January 31, 1996), slip op. at 36, 1996 WL 112555; Asa L. Shipman's Sons, Ltd., supra, slip op. at 12, n. 16; Professional Printing of Kansas, Inc., supra, slip op. at 43, n. 58; Universal Printing Co., GPO BCA 09-90 (June 22, 1994), slip op. at 24, n. 24, 1994 WL 377586; B. P. Printing and Office Supplies, GPO BCA 14-91 (August 10, 1992), slip op. at 16, 1992 WL 382917; Stephenson, Inc., GPO BCA 2-88 (December 20, 1991), slip op. at 54, 1991 WL 439274; The Standard Register Co., GPO BCA 4-86 (October 28, 1987), slip op. at 12-13, 1987 WL 228972. Accord Brill Brothers, Inc., ASBCA No. 42573, 94-1 BCA � 26,352; Karpak Data and Design, supra; Local Contractors, Inc., ASBCA No. 37108, 92-1 BCA � 24,491. "Irrefragable" proof simply means evidence which is incapable of being refuted; i.e., indisputable evidence. See Stephenson, Inc., supra, slip op. at 55 (citing Webster's New World Dictionary 714 (3d ed. 1988) (hereinafter Webster's). The key to such evidence is that there must be a showing of specific intent on the part of the Government to injure the Contractor. See Rose Printing, Inc., supra, slip op. at 26; Big Red Enterprises, supra, slip op. at 37; MPE Business Forms, Inc., supra, slip op. at 27-28, n. 34; New South Press & Assoc., Inc., supra, slip op. at 36, n. 52; Stephenson, Inc., supra, slip op. at 54. Accord Kalvar Corp. Inc. v. United States, supra, 211 Ct. Cl. at 199, 543 F.2d at 1302. See also Solar Turbines, Inc. v. United States, 23 Cl. Ct. 142 (1991). No such "irrefragable proof" of the Respondent's bad faith exists in this record. Certainly, there is absolutely no evidence which would show that GPO by itself, or in concert with the Coast Guard, specifically set out to harm the Appellant. See Rose Printing, Inc., supra, slip op. at 26; Big Red Enterprises, supra, slip op. at 37; Asa L. Shipman's Sons, Ltd., supra, slip op. at 12, n. 16; Stephenson, Inc., supra, slip op. at 57. 51 At the hearing, the Contracting Officer essentially testified that the contract allowed the Appellant 17 workdays to fulfill the contract from the date of award, but for many reasons the original ship date of February 3, 1994, was impossible to attain (R4 File, Tabs A, at 7, C). Tr. 179. However, since seven of those workdays were set aside for the proofing process, by the Contracting Officer concluded that only 10 workdays were left for the Appellant to complete the contract once all the problems causing the delay, e.g., the tab dividers, the mastheads, etc., were resolved. Tr. 179-80. By his calculations, when the automatic extension due the Contractor for the Government delays was also factored in, the new shipping schedule was March 23, 1994. Tr. 180, 189-90. See GPO Contract Terms, Contract Clauses, � 12(c) (Notice of Compliance With Schedules). 52 The Respondent also asserts that while the Contractor first alleged that it did not respond to the "show cause" letter because it had been misplaced, and later claimed that its reply was oral, not written, the fact is that at no time did the Appellant challenge the new ship date. See Res. Brf., at 3. 53 The Respondent admits that it fixed the problems with the GFM prior to reprocuring the Guide, but asserts that the corrections did not change the essential character of the product or increase its cost. See Res. Brf., at 6, n. 6 (citing Audiosears Corp., ASBCA No. 9850, 65-2 BCA � 5233). Indeed, the Government believes the fact that the Appellant submitted the same offer on both the original solicitation and the repurchase IFB not only proves that the GFM changes were "price neutral," but also establishes a valid yardstick for comparing reprocurement prices. See Res. Brf., at 6 (citing Octagon Process, Inc., ASBCA No. 3981, 58-1 BCA � 1773). 54 To the extent that the Respondent also addresses the Appellant's claim that Monarch's Guide s was held to a lesser quality standard than the product it printed, and that the reprocurement process itself is suspect because GPO accepted Monarch's product with the same alleged defects as the Contractor's, see Res. Brf., at 7, the Board has ruled that the Appellant's contention is irrelevant to the issues in this case, see note 50 supra. Likewise, for reasons already given, the Board refuses to draw any "sinister inference" from the fact that the Government accepted the repurchased Guide without a quality assurance inspection, see Res. Brf., at 7, n. 8, because there is absolutely no "irrefragable proof" of the Respondent's bad faith in this record, see note 50 supra. 55 As previously noted, Contracting Officer Leonard's letter of June 9, 1994, indicated for the first time that quality reasons were also a basis for the default (R4 File, Tab T). See note 43 supra. It is true, of course, that a default termination may be sustained on any ground that existed at the time of the termination other than the one given by the Contracting Officer in the default notice. See Sterling Printing, Inc., GPO BCA 20-89 (March 28, 1994), slip op. at 37, n. 50, 1994 WL 275104, reconsid. denied, 1994 WL 377592 (July 5, 1994). Accord Joseph Morton Co., Inc. v. United States, 757 F.2d 1273, 1277 (Fed. Cir. 1985); Quality Granite Construction Co., Inc., ASBCA No. 43846, 93-3 BCA � 26,073; James B. Beard, D.O., ASBCA Nos. 42677, 42678, 93-3 BCA � 25,976. However, in this case there is no basis for the Board to concur that the default was also predicated on the quality failures of the Appellant's product. The record clearly shows that on April 21, 1994, the date of the default notice, the partial shipment was still with the carrier, and GPO had not yet inspected the books. Consequently, Contracting Officer Leonard's additional rationale is not in accord with the facts, and seems to be little more than a post hoc argument. For the same reason, the Respondent's arguments in this proceeding concerning the poor quality of the Appellant's product are irrelevant. See RPTC, at 4; Res. Brf., at 4-5, 7-8. 56 Default terminations-as a species of forfeiture-are strictly construed. See D. Joseph DeVito v. United States, supra, 413 F.2d at 1153, See also Murphy, et al. v. United States, 164 Ct. Cl. 332 (1964); J. D. Hedin Construction Co. v. United States, 187 Ct. Cl. 45, 408 F.2d 424 (1969); Foremost Mechanical Systems, Inc., GSBCA Nos. 12335, 12384, 95-1 BCA � 27,382. 57 Thus, in deciding whether to terminate a contract for default, the contracting officer is required to exercise his or her discretion to ensure that termination is in the best interest of the Government. See PPR, Chap. XIV, Sec. 1, � 3.c.(2). See also Davis Precision Machining, Inc. v. United States, 35 Fed. Cl. 651, 670 (1996) (citing Nuclear Research Corp. v. United States, 814 F.2d 647 (Fed. Cir. 1987)). 58 While the excusable events listed in the "Default" clause, all of which must be beyond the control and without the fault or negligence of the contractor, are set forth in the context of relieving the contractor from responsibility for excess reprocurement costs, it is well-settled that the same occurrences extend the time available for performance and make termination prior to that time improper. See e.g., FKC Engineering Co., ASBCA No. 14856, 70-1 BCA � 8,312. 59 In Government contract law, the principle of waiver is more accurately referred to as estoppel. It is a significant issue in supply contracts, since a contractor who continues performance while in default frequently incurs costs which will not be recovered if the Government later properly terminates its contract. See Stephenson, Inc., supra, slip op. at 24, n. 28 (citing Acme Process Equipment Co. v. United States, 171 Ct. Cl. 324, 347 F.2d 509 (1965), rev'd on other grounds, 385 U.S. 138 (1966); Harold Burgmayer Real Estate, Inc., HUDBCA No. 88-3404- C5, 88-3 BCA � 21,063; EL-ABD Engineering, ASBCA No. 32023, 88-2 BCA � 20,555; G & G Industries, Inc., ASBCA No. 26,111, 84-1 BCA � 16,999). Accord Jack L. Hartman & Co., Inc., AGBCA No. 84-126-1, 91-1 BCA � 23,546, at 118,082, n. 1 (citing II R. Nash and J. Cibinic, Federal Procurement Law 1687 (1980)). Printing contracts awarded by GPO, such as the one here, are considered supply contracts. See Stephenson, Inc., supra, slip op. at 25, n. 28. 60 The book in question, "Wildlife America," was ordered by the U.S. Postal Service (USPS) as a Christmas sales item. Between September 30, 1987, when the books were received, and December 17, 1987, the date of termination, the Government attempted to ascertain whether there was any possibility of correcting the defect in time for the 1987 Christmas season. The contractor initially proposed "tipping in" the missing pages, but that solution was unacceptable to the USPS. By the time the contractor agreed to reprint the books to specifications, it was too late for USPS' marketing program. Under these circumstances, the Board had no trouble in concluding that GPO had taken a reasonable amount of time to determine that acceptable repairs were not feasible, that its forbearance did not jeopardize its right to terminate the contract, and that the default was justified. See Stephenson, Inc., supra, slip op. at 33-34 (citing Environmental Tectonics Corp., ASBCA No. 29947, 87-1 BCA � 19,382; KOPA Kopier Produckte, ASBCA No. 29471, 85-3 BCA � 18,367; Computer Products International, Inc., ASBCA Nos. 26107 and 26130, 83-2 BCA � 16,889). 61 The is no clear line of demarcation between reasonable forbearance and waiver. See Stephenson, Inc., supra, slip op. at 22, n. 26 (citing Westinghouse Electric Corp., ASBCA No. 20306, 76-1 BCA � 11,883). Because the matter is determined by the underlying circumstances of each case, forbearance periods can be rather lengthy at times. See, e.g., Kit Pack Co., Inc., ASBCA No. 33135, 89-3 BCA � 22,151 (27 days); Harold Burgmayer Real Estate, Inc., supra (89 days); Centroid, Inc., ASBCA No. 29,463, 86-1 BCA � 18,644 (74 days); KOPA Kopier Produckte, supra (five weeks); W.M.Z. Manufacturing Co., Inc., ASBCA No. 28410, 84-3 BCA � 17,569 (66 days); ACL-FILCO Corp., ASBCA No. 26196, 83-1 BCA � 16,151 (five months); H. N. Bailey & Associates, ASBCA No. 21300, 77-2 BCA � 12,681 (33 days); General Products Corp., ASBCA No. 16658, 72-2 BCA � 9,629 (40 days). Indeed, in one case the Armed Services Board of Contract Appeals upheld a termination effectuated more than three years after the contractor actually defaulted on the contract. See EL-ABD Engineering, supra. 62 The Board also observed that in subsequent cases, the Claims Court described the standard to be applied in such situations as follows: "The overriding test is whether [G]overnment action[s] between default by the contractor and termination action by the [G]overnment were such as to reasonably indicate an election by the [G]overnment to continue the contract despite a contractor's failure to timely deliver contract items." See Stephenson, Inc., supra, slip op. at 26-27 (citing Northrop Carolina, Inc. v. United States, 213 Ct. Cl. 670 (1977); Prestex, Inc., ASBCA Nos. 21284, 21372, 21453, 21467, 23184, 81-1 BCA � 14,882, reconsid. denied, 81-2 BCA � 15,397). Moreover, the Board noted that in other cases, the Claims Court made it clear that since the DeVito rule applies only when the Government's forbearance from demanding its right to timely performance is coupled with continued performance by the contractor, the real focus of inquiry is on the contractor's reliance, not on the Government's failure to have insisted upon strict adherence to the terms of the delivery schedule. See Stephenson, Inc., supra, slip op. at 27 (citing A.B.G. Instrument & Engineering, Inc. v. United States, 593 F.2d 394, 403-04 (Ct. Cl. 1979). 63 As the Board observed in Stephenson, Inc., a waiver will usually be found where the Government takes some action which gives the contractor the impression that the original delivery date no longer applies. See Stephenson, Inc., supra, slip op. at 26, n. 30. As examples, the Board noted that the Government may accept late deliveries, see, e.g., Patten Co., Inc., ASBCA No. 35319, 89-3 BCA � 21,957; Aargus Poly Bag, GSBCA No. 4314, 76-2 BCA � 11,927; Prestex, Inc, supra (partial deliveries); issue change orders, see, e.g., Klein v. United States, 285 F.2d 778 (Ct. Cl. 1961); Maurey Instrument Corp., ASBCA Nos. 11644, 12,065, 67-2 BCA � 6,480; approve waivers requested by the contractor, see, e.g., Baifield Industries, Division of A-T-O, Inc., ASBCA No. 14582, 72-2 BCA � 9,676; ask the contractor to correct deficiencies or suggest corrective actions itself, see, e.g., Multi Electric Manufacturing, Inc., ASBCA No. 30055, 85-1 BCA � 17,878; Baifield Industries, Division of A-T-O, Inc., supra; or perform acceptance inspections on the items after the delivery date, see e.g., Associate-Aircraft-Tool & Manufacturing, Inc., ASBCA No. 7255, 1963 BCA � 3,799; Multi Electric Manufacturing, Inc., supra. On the other hand, in some circumstances Government inaction can amount to a waiver of its right to terminate a contract for default. See, e.g., Prestex, Inc., supra (the fact that the contracting officer was silent for more than 60 days after a "show cause" letter was sent to the contractor, while he knew that the contractor was continuing to perform and expend monies in an effort to comply, was evidence of an intent to continue with the contract). See also, e.g., Amercom Division, Litton Systems, Inc., ASBCA No. 19687, 77-1 BCA � 12,329, reconsid. denied, 77-2 BCA � 12,554; Westinghouse Electric Corp., ASBCA No. 20,306, 76-1 BCA � 11,883 (1976). However, an agreement by the Government to test a sample of a product will not, in and of itself, act to waive the delivery date and foreclose termination of the contract for default. See, e.g., H. N. Bailey & Associates v. United States, 196 Ct. Cl. 166, 449 F.2d 376 (after the delivery date has passed); Fancy Industries, Inc., ASBCA No. 26,578, 83-2 BCA � 16,659 (prior to the delivery date). 64 In the decision, the Board also noted that "[a]s subsequently interpreted, DeVito's 'time is of the essence' rule means that asserted facts regarding urgency are legally irrelevant; i.e., there is simply no necessity that there be an urgency to a delivery date requirement for time to be of the essence." See Stephenson, Inc., supra, slip op. at 25, n. 29 (citing Control Mechanisms, Inc., ASBCA No. 27,180, 84-2 BCA � 17,330). A view contrary to DeVito was expressed by the Claims Court in Franklin E. Penney Co. v. United States, 207 Ct. Cl. 842, 524 F.2d 668 (1975), where the court observed by way of dicta that, in so many words, whether time is of the essence depends upon the nature of the contract and the particular circumstances of the case. However, both before and after the Penney case the Claims Court stated that time is of the essence in all Government supply contracts containing a delivery date unless the Government has waived it. See e.g., D. Joseph DeVito v. United States, supra; Simmonds Precision Products, Inc. v. United States, 212 Ct. Cl. 305, 546 F.2d 886 (1976). 65 FAR� 49-402-3(c) provides: ". . . [I]f the Government has taken any action which might be construed as a waiver of the contract delivery or performance date, the contracting officer shall send a notice to the contractor setting a new date for the contractor to make delivery or complete performance. This notice shall reserve the Government's rights under the Default clause." Indeed, the Board's research discloses that the PPR provision is identical (except for "GPO" instead of "Government," and "right" rather than "rights," in the last clause) to an earlier version of the Executive Branch regulation. In that regard, Part 8 of the Federal Procurement Regulation also stated: ". . . [I]f the Government has taken any action which might be construed as a waiver of the contract delivery or performance date, a preliminary notice shall be sent to the contractor setting a new date by which the contractor will be permitted to make delivery or complete performance, reserving the Government's rights under the Default clause." See 41 CFR � 1-8.602(d) (1983) (quoted in Jack L. Hartman & Co, Inc., supra, 91-1 BCA at 118,083). 66 The decision concerning whether or not a shorter cure period is reasonable, realistic, and warranted in light of the contract delivery schedule, is discretionary with the contracting officer, and will not be disturbed by the Board, if it is consistent with the rules in the PPR. See Hurt's Printing Co., Inc., supra, slip op. at 4, n. 6 (citing Stabbe Senter Press, GPO BCA 13-85 and 19-85 (May 12, 1989), slip op. at 53, 1989 WL 384977); Graphics Image, Inc., supra, slip op. at 16. See also Stephenson, Inc., supra, slip op. at 19-20, n. 22 ("show cause" notice). 67 Because it is not required, the failure to issue a "show cause" notice by the Government is not a procedural defect to a termination based on the contractor's failure to make timely deliveries or perform timely services. See Graphics Image, Inc., supra, slip op. at 16, n. 18; Stephenson, Inc., supra, slip op. at 19, n. 22. Accord Kit Pack Co., Inc., supra, 89-3 BCA at 111,486-87 (citing H. N. Bailey & Associates, supra, 77-2 BCA at 61,553). Consequently, there is no basis for the Board to disturb Contracting Officer Davis' choice of instruments in this case. See Stephenson, Inc., supra, slip op. at 19-20, n. 22 ("show cause" notice); Stabbe Senter Press, supra, slip op. at 53. Besides, the Board's generally policy is not to "second guess" the Government as to procedure. See e.g., Media Press, Inc., supra, slip op. at 2, n. 2; Graphicdata, Inc., supra, slip op. at 97-98; Universal Printing Co., supra, slip op. at 33-34; Shepard Printing, supra, slip op. at 14-15, n. 20. Accord Condor Reliability Services, Inc., ASBCA No. 40538, 90-3 BCA � 23,254; Goetz Demolition Co., ASBCA No. 39129, 90-3 BCA � 23,241; Kinetic Engineering & Construction, Inc., ASBCA No. 30726, 89-1 BCA � 21,397; Celesco Industries, Inc., ASBCA No. 22251, 79-1 BCA � 13,604. 68 There also seems to have been some doubt on GPO's part about the necessity for a contract modification to establish a new "ship complete to arrive at destinations" date, as well, at least that is the conclusion which may be drawn from Contract Modification No. 3. App. Exh. No. 15. In that regard, the Board notes that Contract Modification No. 3, which fixes April 4, 1994, as the new shipping schedule, is dated March 30, 1994, and was transmitted to the Appellant on March 29, 1994, the day after the time limit established in the "show cause" notice for the Contractor's reply had expired. Id.; R4 File, Tab H. However, as already found, no original of Contract Modification No. 3 was ever sent to the Appellant, and it seems to have been nothing more than an opening proposal by Maher in negotiations over a new "ship complete to arrive at destinations" date. See Factual Finding No. 16. More importantly, Contract Modification No. 3 was never effectuated, and indeed, it was expressly disavowed by the Contracting Officer at the hearing. Id.; Tr. 206-07. Thus, as far as the Respondent is concerned, the revised "ship complete to arrive at destinations" date in this appeal remains March 23, 1994, the date of the "show cause" notice. 69 It seems odd that a "show cause" notice could be a proper vehicle for a "DeVito cure," especially since "a standard show cause notice is not a prerequisite to an effective default termination for failure to deliver and is virtually useless whenever the delivery schedule in a supply contract has been disestablished." See Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609. Indeed, the procurement regulations allow a "show cause" notice to be waived if not practicable. See PPR, Chap. XIV, Sec. 1, � 3.c.(1). See also Graphics Image, Inc., supra, slip op. at 16; Stephenson, Inc., supra, slip op. at 19-20, n. 2. However, the "show cause" paragraph of the procurement regulation uses the term "preliminary notice" to describe the delivery date reinstatement notice, and makes its use mandatory (". . . a preliminary notice shall be sent . . ."). See PPR, Chap. XIV, Sec. 1, � 3.c(1). The dictionary defines "preliminary" as meaning "coming before or leading up to the main action, discussion, business, etc.," see Webster's, at 1063, and, of course, in this context "preliminary" refers to an action which must be taken by the Government before it can declare the contractor in default; i.e., a condition precedent as it were. All of which leads the Board to conclude that the "preliminary" notice required by the regulation is somewhat of a hybrid tool, i.e., a "show cause" notice in form, but possessing the attributes of a "cure" notice for the express and limited purpose of reestablishing the contract due date-call it a "super show cause" notice if you will-since the standard "cure" notice cannot be used to revive a disestablished delivery schedule. See Lanzen Fabricating, Inc., supra, 93-3 BCA at 129,609. Cf., Carlyle Rubber, Co., Inc., ASBCA No. 23070, 79-2 BCA � 14,117 ("cure notice" treated as a "show cause" letter). 70 See note 69 supra. 71 Apparently, even though the Contracting Officer disavowed it, Maher's use of Contract Modification No. 3 to open negotiations with the Appellant over a revised shipping schedule date achieved its purpose. App. Exh. No. 15. 72 See note 16 supra. 73 The Board notes that while the record shows that the parties were addressing the tab divider and color match problems during the same period of time, the "Extension of schedules" clause provides no guidance on how to handle overlapping delays caused by multiple actions of the Government; i.e., the wording of the clause clearly contemplates a delay tied to a single event. See GPO Contract Terms, Contract Clauses, � 12(c)(1) (". . . a delay is caused by any action of the Government, . . . [Emphasis added.]). Thus, it is an open question whether such delays should be accounted for separately and the makeup time allowed to run consecutively, or whether delays which overlap should be treated as concurrent events. In the circumstances of this case, if the latter was the intent of the drafters of the clause, then only 29 additional workdays, in the aggregate, would be due the Appellant, because the color match delay would be subsumed in the extra time allowed for the tab divider problem. However, it is unnecessary to decide that question in this appeal, since the Board and the Contracting Officer generally agree that the Appellant was owed 34 extra workdays because of the Government delays. 74 Indeed, it seems clear to the Board that the only way the Contracting Officer could have concluded that March 23, 1994, was the new "ship complete to arrive at destinations" date, under the formula he used, see note 51 supra, was by basing his calculations on the original shipping date under the contract. 75 As previously noted, the Contracting Officer testified that the schedule extension also took into account the time which the parties spent trying to resolve problems discovered with the GFM. See note 6 supra. However, unless the Contracting Officer was referring to GFM defects not at issue in this appeal, on February 3, 1994, the date of the facsimile message, no such matter seems to have been under discussion. According to the record, the earliest dealings between the parties concerning the tab divider defect occurred on or about February 8, 1994, and of course, the masthead error was not revealed until the press inspection on March 8, 1994. 76 Even though the Contracting Officer improperly applied the procedural requirements for effectuating a default, the Board finds no basis for holding that he also abused his discretion in this case. While his action may have been erroneous, it was not so unreasonable as to warrant an abuse of discretion finding. Cf. Brandywine Prosthetic-Orthotic Service, Ltd., supra, 93-1 BCA at 125,764 (the contracting officer's default termination based on either a failure to make timely deliveries or endangering contract performance, was an abuse of discretion because the four incidents in question were seven months old and had already been cured by the contractor). Among other things, the record indicates that the Contracting Officer considered the eight relevant factors in the PPR before defaulting the Appellant (R4 File, Tab K, CRB Memorandum, at 2). See note 36 supra. Cf. Graphics Image, Inc., supra, slip op. at 26-27 (the contracting officer's failure to consider the PPR factors before terminating the contract, as well the haste with which the action was taken, supported an abuse of discretion finding). Accord AFIT, Inc., VABCA No. 3783, 94-3 BCA � 27,014; Container Systems Corp., Inc., ASBCA No. 40611, 94-1 BCA � 26,354; Etex Co., VABCA Nos. 3415, 3427-29, 93-3 BCA � 26,116; Michigan Joint Sealing, Inc., ASBCA No. 41477, 93-3 BCA � 26,011. Moreover, the Board cannot emphasize too strongly that an abuse of discretion finding is not to be taken as a personal criticism of the contracting officer. While it is customary to speak in terms of a contracting officer's abuse of discretion, in reality the abuse of discretion is committed by the contracting agency because the authority to terminate is vested in "the Government," rather than the "Contracting Officer," per se. See GPO Contract Terms, Contract Clauses, � 20(a)(1) (Default); 48 CFR �� 52.249.5 through 52.249.10 (1996). See also PLB Grain Storage Corp., AGBCA Nos. 89-152-1, 89-153-1, 89-154-1, 91-205-1, 92-1 BCA � 24,731, at 123,429 (citing Sol O. Schlesinger, dba Ideal Uniform Cap Co. v. United States, 182 Ct. Cl. 571, 390 F.2d 702 (1968)). 77 Although the Board will not consider the matter of excess reprocurement costs in this appeal, it notes that in doing so it leaves for another day the resolution of two important repurchase issues. In that regard, the facts in this case involving the reprocurement process show, inter alia, that: (a) the Contractor's low bid on the repurchase IFB was rejected by the Respondent on the ground that the default on the original contract made its offer nonresponsible (R4 File, Tabs O, Q and R); and (b) while the Government took a $2,332.22 prompt payment discount when it paid Monarch, it assessed as excess costs $26,921.00, representing the difference between the Appellant's and the reprocurement contractor's undiscounted bids (R4 File, Tabs U and V, Colvin Declaration, � 3; FMS Computer Printout). Tr. 80, 151, 155, 209-10, 224, 226, 366. The first reserved issue-whether or not the Government's refusal to deal with a defaulted contractor forfeits its right to excess costs-is discussed at length by Professors Cibinic and Nash in their treatise on Federal procurement law. See John Cibinic, Jr. and Ralph C. Nash, Jr., Administration of Government Contracts 1031-35 (3d ed. 1995). Essentially, the question boils down to whether it can be said under the facts of a particular case that the refusal to deal with the defaulted contractor or allow it to participate in the reprocurement, amounts to a failure to mitigate damages. Compare Birken Manufacturing Co., ASBCA No. 32590, 90-2 BCA � 22,845 (no penalty for holding the defaulted contractor's bid nonresponsible), with World-Wide Development Co., ASBCA No. 16608, 73-2 BCA � 10,140 (failure to deal with defaulted contractor resulted in the loss of reprocurement costs because the contractor's temporary inability to perform was cured at the time of reprocurement). The second issue-whether the defaulted contractor is entitled to the benefit of the prompt payment discount by having its excess reprocurement cost liability reduced accordingly-was addressed in Gold Country Litho, and the Board answered the question in the affirmative because that is the general rule. See Gold Country Litho, supra, slip op. at 36. Accord Futura Systems, ENG BCA Nos. 6037, 6058, 6099, 95-2 BCA � 27,654, at 137,874; Professional Window & House Cleaning, Inc., GSBCA Nos. 8268, 8775, 90-3 BCA � 22,982, at 115,402; Aerospace Components, Inc., ASBCA No. 28606, 84-3 BCA � 17,536, at 87,339-40; Industrial Fasteners of North America, GSBCA No. 3634, 72-2 BCA � 9761, at 45,581.