Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2008 FBO #2492
DOCUMENT

D -- Forms Automation - Questions and Answers

Notice Date
9/20/2008
 
Notice Type
Questions and Answers
 
NAICS
541512 — Computer Systems Design 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-L-0006
 
Response Due
9/24/2008 3:00:00 PM
 
Archive Date
10/9/2008
 
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
Total Small Business
 
Description
The purpose of this admendment is to change the date for submission of proposals to September 24, 2008 at 3:00pm and post Questions and Answers. Additional questions will not be Accepted. 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 INFORMATION INTRODUCTION The National Labor Relations Board, Division of Administration, Library and Administrative Services Branch is seeking contract support to re-create 258 Agency forms in Adobe Livecyle PDF (compatible with Adobe Livecycle Designer 8.0). BACKGROUND The National Labor Relations Board (NLRB) is an independent Federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers or to refrain from all such activity. The NLRB has two principal functions: (1) to determine, through secret ballot elections, the free democratic choice by employees whether they wish to be represented by a union in dealing with their employers and, if so, by which union; and (2) to prevent and remedy unlawful acts, called unfair labor practices, by either employers or unions. The Agency processes only those charges of unfair labor practices and petitions for employee elections that are filed with the NLRB in one of its 51 Regional, Subregional, and Resident Offices. OBJECTIVE The objective of this request is to obtain contractor support to re-create 258 Agency forms in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0). Most of the forms (234) are currently in Adobe Accelio Capture Designer and an electronic version of each form will be provided to the contractor on a CD. The remaining 24 forms are only available in hard copy and a hard copy of each of those forms will be provided to the contractor. Contractor will be required to re-create each form and provide a hard copy and an electronic version of each form. The electronic version is to be provided on a CD. SCOPE The service provider will provide 1 hard copy and 1 electronic version of each newly created form. The electronic version is to provided on a CD. GOVERNMENT FURNISHED The Government shall furnish 1 hard copy of 24 forms and 1 electronic version of 234 forms to be created. The electronic version will be provided on CD. SPECIFIC REQUIREMENTS The NLRB has 234 forms in Adobe Accelio Capture Designer and 24 forms in hard copy. Each of the forms needs to be re-created in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0). The forms have been categorized by level of complexity as: •Simple – forms that contain minimal or no customization, e.g., non-use of calculated fields or validation. Forms tend to average 1 page in length. •Moderate – forms that contain minor customization, e.g., field checks, minor field calculation fields. •Complex – forms that expand multiple pages. Includes numerous field calculations, edit checks, and custom features (e.g., auto-growth fields). The categorization of forms is as follows: •Simple – 116 forms (121 estimated pages) •Moderate – 116 forms (173 pages) •Complex – 26 forms (43 estimated pages) Each form is to be created in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0) and the contractor must provide 1 hard copy of each form and 1 electronic version of each form. The electronic version is to be provided on a CD. The contractor shall perform 100% quality control of the new forms to ensure quality, completeness, and cosmetic appearance similar to the original documents or PDFs that exist. The contractor shall compare the resulting fillable PDF file with the original forms provided. The resulting electronic forms should contain the exact layout (e.g., design, pages) as the original document provided. The end user shall be able to print, route save and edit the resulting electronic forms. Any of the following PDF deficiencies will require correction by the contractor at no cost to the government: •missing information, e.g, pages, text, input fields, etc. •incorrect tab-order within user input fields •form skewing, e.g., background image skewing, logo misplacements •incorrect file naming of the resulting PDF file. •form not printing correctly. •not being able to route form. •not being able to edit or save form. The testing and delivery timetable will be agreed upon, by the contractor and COTR, after contract award. PERFORMANCE REQUIREMENTS SUMMARY PERFORMANCE OBJECTIVE (TASK)STANDARDPERFORMANCE THRESHOLDMETHOD OF SURVEILLANCE Each of the 258 Agency forms created in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0) The required standard will be met if each form is accurately created in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0) and 1 hard copy and 1 electronic version is created.Forms created and provided accurately and within the established time frame. Testing of each form.Each form is complete and cosmetic appearance similar to original using Adobe Livecylce PDF. Each form will be tested by COTR. Testing schedule to be agreed upon after contract award. DELIVERABLES SCHEDULE DELIVERABLEFREQUENCY# OF COPIESMEDIUM/FORMATSUBMIT TO 1 hard copy and 1 electronic version of each of the 258 Agency forms, created in Adobe Livecycle PDF (compatible with Adobe Livecycle Designer 8.0)To be determined by COTR and contractor.21 – hard copy 1 – electronic (CD)COTR Forms available for testing prior to Agency acceptance.To be determined by COTR and contractor.1Via emailCOTR 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 this solicitation. Preference will be given to 8A businesses that are technically capable of performing the requirements outlined in this statement of work. In addition to price, when determining best value, the NLRB will consider the proposed approach to re-create 258 Agency forms, with the appropriate consideration given to the following three evaluation factors: •Factor 1.Technical Approach •Factor 2.Past Performance •Factor 3.Price The relative importance of the factors is that the technical approach factor is significantly more important than the past performance factor, which is slightly more important than the cost factor. The non-price factors combined are significantly more important that the price factor. To receive consideration for award, a rating of no less than “acceptable” must be achieved for all factors. Offerors are to be cautioned that the award may not necessarily be made to the offeror with the lowest cost. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct business with one or more offerors and request revised proposals. FACTOR 1: Technical Approach This factor will be evaluated based on the extent to which the Offeror concisely and accurately discusses the nature of the services being requested. a.Technical Excellence – The degree to which the Offeror understands the technical requirements of the proposed contract; the technical approach for accomplishing the work in the SOW; that the Offeror thoroughly understands forms creation and Adobe Livecycle PDF to provide for problem identification, recordation, resolution, escalation, notification, and closeout of issue. FACTOR 2: Past Performance Past performance shall be evaluated on a measure of the Government’s confidence in the Offeror’s ability to successfully perform and meet the objective, based on relevant contracts the Offeror has undertaken within the last 5 years of similar size, scope, and complexity to the requirements of this solicitation. No more than five (5) past performance references shall be submitted. The following will be evaluated: 1.Quality of Product – The degree to which the Offeror can show the ability to meet all requirements. 2.Timeliness of Performance – The degree to which the Offeror meets established schedules or milestones. 3.Cost Control – The degree to which the Offeror completes requirements within the established cost estimate. 4.Business Relations – The degree to which the Offeror 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 an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. Offerors with no past performance shall so state. FACTOR 3: Price This factor will be evaluated based on competition and information supplied in each proposal. 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 the 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 approach. 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); 52.245-1 Government Property. (June 2007); 52.245-9 Use and Charges. (June 2007); 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.” 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) 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 Thursday, September 18, 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 Friday, September 12, 2008 to Ebony.Fultz@NLRB.gov. Once the deadline has passed, questions will be consolidated and answered and posted as an amendment. No telephone questions will be accepted or answered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=40c68afd7a74368ab9c2bdfa989c2f8c&tab=core&_cview=1)
 
Document(s)
Questions and Answers
 
File Name: Questions and Answers (FORMS AUTOMATION QUESTIONS AND ANSWERS.doc)
Link: https://www.fbo.gov//utils/view?id=9dc3478fdcd21e2df766c21dae20c665
Bytes: 26.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: National Labor Relations Board, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN01677146-W 20080922/080920214004-40c68afd7a74368ab9c2bdfa989c2f8c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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