Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

D -- Audio and Web Conferencing

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLRB08-ERF-R-0002
 
Archive Date
9/27/2008
 
Point of Contact
Ebony Fultz,, Phone: 2022730731, TaLisa M. Spottswood,, Phone: (202) 273-4040
 
E-Mail Address
Ebony.Fultz@NLRB.gov, talisa.spottswood@nlrb.gov
 
Small Business Set-Aside
N/A
 
Description
AUDIO AND WEB CONFERENCING SERVICES SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. GENERAL INTRODUCTION The NLRB is an independent Federal agency created in 1935 to enforce the National Labor Relations Act. They conduct secret-ballot elections to determine whether employees want union representation and they investigate and remedy unfair labor practices by employers and unions. OBJECTIVES The objective of this services contract is to provide audio conferencing and web conferencing bridging (reservation-less with no operator assistance) for the National Labor Relations Board (NLRB). SCOPE The Contractor shall provide all necessary management, supervision, labor, equipment, supplies, and material for the following: •Provide Different account codes for each NLRB employee (up to 100 end-users) •Provide a dedicated toll-free dial in number and pass code (audio conferencing) for each employee •Allow web conferencing moderator to schedule a conference via the web. •Allow web conferencing to incorporate Power Point, Word and Excel files. •Allow web conferencing moderator to share desktop •Handle up to 100 participants in a conference •Provide a web audio interface to see the audio conference progress •Offer integrated audio with all web platforms •Offer both on-demand conferencing services as well as event-level operator-assisted audio conferencing services •Provide web access to monthly invoices and reports •Provide operator assistance at anytime by dialing zero during an audio conference •Provide a monthly spreadsheet showing how many audio and web minutes each NLRB user has accumulated, and keep a running monthly tally for the fiscal year •Provide local representation at all levels (VP, Director, Account Manager and Account Development Manager) •Offer onsite and/or remote training and account assistance anytime from a local Account Manager and Account Development Manager •Be available to meet in person with NLRB personnel at the Headquarters office (Washington DC) within 24 hours of request. •Offer 24/7 client support for both audio and web conferencing •Offer not only web and audio conferencing, but also Fax2Mail •Vendor should be partnered with Adobe, WebEx, MS Live Meeting, VCall and IBM and can provide their web platforms to NLRB end-users. DELIVERABLES •Provide Different account codes for each NLRB employee (up to 100 end-users) •Provide a dedicated toll-free dial in number and pass code (audio conferencing) for each employee •Provide web access to monthly invoices and reports •Provide a monthly spreadsheet showing how many audio and web minutes each NLRB user has accumulated, and keep a running monthly tally for the fiscal year PLACE OF PERFORMANCE/HOURS OF OPERATIONS All activities shall be performed in an office setting at NLRB’s Headquarters facility located at 1099 14th Street, NW, Washington, DC 20570. HOURS OF WORK AND RESPONSE TIME Contractor personnel are expected to work during normal business hours. Normal business hours are 8:30 AM – 5:30 PM. The NLRB expects the contractor to respond to a trouble request no later than the next business day. CONTRACTOR QUALIFICATIONS At a minimum, the Contractor shall posses the following qualifications: 1. Have at least five (5) years experience with audio and web conferencing bridging. 2. Have a local DC-based sales manager to assist with training and account management. 1.Proposal Submission The Offeror shall submit separate technical and cost proposals that will sufficiently address the Statement of Work (SOW). Proposals are due by 3:30 pm ET. on Friday, September 12, 2008. The vendor will not have to conduct site visits in order to submit a proposal to this solicitation. a.) Technical Proposal—Technical proposals shall not simply rephrase or restate the Government’s requirements, but rather, shall provide convincing rationale to demonstrate (1) proficiency in all general task areas and (2) show how minimum qualifications are met or exceeded. b.) Cost Proposal—The Cost Proposal shall include the cost schedule below and be supplemented with a cost breakout that justifies the cost. CLIN 0001 – Base Year – October 1, 2008 through September 30, 2009 CLIN 1001 – Option Year 1 – October 1, 2009 through September 30, 2010 CLIN 2001 – Option Year 2 – October 1, 2010 through September 30, 2011 CLIN 3001 - Option Year 3 – October 1, 2011 through September 30, 2012 CLIN 4001 - Option Year 4 – October 1, 2012 through September 30, 2013 Proposal Evaluation The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. In addition to price, when determining best value, the NLRB will consider the proposed approach to performing Audio and Web Conferencing Services, with appropriate consideration given to the following three evaluation factors: •Factor 1. Technical •Factor 2. Past Performance •Factor 3. Price Relative importance of the factors, in that, the Technical and Past Performance are equal in importance and both are slightly more important than the Price factor. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for all the factors. Contractors are cautioned that the award may not necessarily be made to the contractor with lowest cost. The Government reserves the right to evaluate quotes and award without conducting discussions, but reserves the right to conduct discussions with one or more contractors and request revised proposals. FACTOR 1: TECHNICAL. Technical approach will be evaluated based on the extent to which the contractor concisely and accurately discusses the nature of the services being requested. a. Technical Excellence – The degree in which the contractor understands the technical requirements of the proposed contract; that the contractor thoroughly understands the technical requirements of audio and web conference bridging. FACTOR 2: PAST PERFORMANCE Past performance shall be evaluated on a measure of the Government’s confidence in the Contractors ability to successfully perform and meet the objective, based on relevant contracts the Contractor has undertaken within the last 5 years of similar size and scope. The following sub-factors will be evaluated: a. Quality of Product or Service – The degree to which the Contractor can show the ability to meet all service level agreements and ensure customer satisfaction. b. Timeliness of Performance – The degree in which the Contractor meets established schedules or milestones. The Contractor will describe how it will staff the requirements throughout the life of the contract. c. Business Relations – The degree in which the Contractor has the ability to maintain a professional working relationship with government staff, be up front with controversial issues even if they are viewed negatively and maintain a high degree of honesty and integrity. In the case of a contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will not be evaluated favorably or unfavorably on past performance. FACTOR 3: PRICE— Price will be evaluated based on competition, and information supplied in each proposal. In accordance with FAR 52.217-5, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the proposed line items or bottom line price is significantly unbalanced or unjustified. The determination of Best Value will be made by comparing the differences in the value of the non-pricing factors with the differences in the discounted prices proposed. In making this comparison, the Government is more concerned with obtaining superior technical performance than in lowest overall price. However, the Government will not make an award at a significantly higher overall price to the Government to achieve only a slightly superior technical performance. Overall price may be more significant as proposals are determined to be equal based on other non price factors. APLICABLE PROVISIONS: The following clause are incorporated by reference and can be read in there entirety at www.arnet.gov 52.212-1 Instructions to Offerors—Commercial Items (June 2008); 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; 52.212-4 Contract Terms and Conditions—Commercial Items (Feb 2007); 52.217-5 “Evaluation of Options”; 52.245-1 Government Property. (June 2007); 52.245-9 Use and Charges. (June 2007); 52.217-5 Evaluation of Options (July 1990); 52.237-3 Continuity of Services (Jan 1991) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUNE 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages—Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEPT 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program—Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). __ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). __ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). X (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to “paragraphs (a), (b), (c), or (d) of this clause” in the redesignated paragraph (d) to read “paragraphs (a), (b), and (c) of this clause.” OPTION CLAUSES 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed one (1) year. (End of clause) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. As prescribed in 32.1110(c), insert the following clause: DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (MAY 1999) (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor’s electronic funds transfer (EFT) information, in lieu of the payment office of this contract. (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c). (c) Designated Office: Name: DOI National Business Center ____________________________________ Mailing Address: 7301 West Mansfield Avenue Denver, CO 80235-2230 ____________________________________ Telephone Number: ____________________________________ Person to Contact: ____________________________________ Electronic Address: Nlrb_payments_nbcdenver@nbc.gov (End of clause) 52.237-3 Continuity of Services. CONTINUITY OF SERVICES (JAN 1991) (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to— (1) Furnish phase-in training; and (2) Exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer’s written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer’s approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. (End of clause) The Offeror shall submit separate technical and cost proposals that will sufficiently address the Statement of Work (SOW). Proposals are due by 3:30 pm ET. on Friday, September 12, 2008; by post office mail or email to the following address: National Labor Relations Board, 1099 14th Street, N.W., Room 6100, Washington, D.C. 20570, Attn: Ebony Fultz 202-273-0731 or TaLisa Spottswood. All questions pertaining to this combined synopsis/solicitation shall be submitted via e-mail no later than 12:00 noon ET on Monday, September 8, 2008 to Ebony.Fultz@NLRB.gov or TaLisa.Spottswood@NLRB.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1728779aea7d5ea1c27ef00ab033b3c1&tab=core&_cview=1)
 
Place of Performance
Address: National Labor Relations Board, 1099 14th Street N.W., Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN01657301-W 20080904/080902221418-1728779aea7d5ea1c27ef00ab033b3c1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.