Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOLICITATION NOTICE

J -- Post Wide, Maintenance and Repair of Scales

Notice Date
1/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance Manufacturing
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W91247-10-T-0039
 
Response Due
2/15/2010
 
Archive Date
4/16/2010
 
Point of Contact
Jennifer E. Nesbitt, 910 643-7221
 
E-Mail Address
Fort Bragg Contracting Center
(jennifer.nesbitt@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This Solicitation document W91247-10-T-0039 is issued as a Request for Quote (RFQ) for Post Wide Maintenance and Repair of Scales located on Pope Army Airfield, Simmons Army Airfield, Camp MacKall, and throughout the Fort Bragg, North Carolina Installation. (iii) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-38, Effective December 10, 2009. (iv) Notice of Total Small Business Set-Aside. Quotes are solicited from small business concerns. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 333997 Scale and Balance (except Laboratory) Manufacturing, FSC code J099 and size standard is 500 employees. (v) This requirement is to provide Maintenance and Repairs of Scales, Post Wide in CLINs 0001-0023 base period with 4 years option period below. Period of Performance (POP) 1 March 2010 - 30 September 2010 CLIN 0001 Truck scale Emergency ADRB Hanger Bldg # R-2261 for 4 quarter (time). CLIN 0002 Truck scale- Routine Housing, Bldg # 8-2926 for 4 quarter (time). CLIN 0003 Truck scale- Emergency Pike Field, Bldg# A-6605 for 4 quarter (time). CLIN 0004 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 0005 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 0006 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 0007 Truck scale- Emergency Lamont Landfill, bldg# O-3553 for 4 quarter (time). CLIN 0008 Truck scale- Routine Wildlife, Bldg # O-9120 for 4 quarter (time). CLIN 0009 Truck scale- Routine Wildlife License Office, Bldg # O-9034 for 4 quarter (time). CLIN 0010 Truck scale- Routine DRMO, Bldg # J-1737 for 4 quarter (time). CLIN 0011 Truck scale Hazardous Waste Bldg# 3-1240 for 4 quarter (time). CLIN 0012 Truck scale (WIM) Routine Green ramp, Bldg # W-1967 for 4 quarter (time). CLIN 0013 Truck scale Truck scale Emergency Green Ramp, Bldg # W-1967for 4 quarter (time). CLIN 0014 Truck scale Truck scale - (WIM) RC Range 19, Bldg # O-1900 for 4 quarter (time). CLIN 0015 Truck scale emergency Heavy Drop, Bldg # W-3593 for 4 quarter (time). CLIN 0016 Truck scale emergency Lamont Landfill, Bldg # O-3554 for 4 quarter (time). CLIN 0017 Truck scale Bldg 3-1634 for 4 quarter (time). CLIN 0018 Truck scale Bldg J-2050 for 4 quarter (time). CLIN 0019 Truck scale Routine Hazardous Waste - Bldg 3-1240 for 4 quarter (time). CLIN 0020 Truck scale DRMO Bldg J-1334 for 4 quarter (time). CLIN 0021Truck scale Normal Business Hours NTE 2000 hours. CLIN 0022 Truck scale Outside Normal Business Hours NTE 5,500 hours. CLIN 0023 Truck scale Repair Parts NTE 7,700 each. CLIN 0024 Contractor Manpower Reporting- Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 18 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. Note if the reporting of Manpower equivalent is not separately priced; insert NSP in the blank shown for 1 each. Period of Performance (POP) 1 October 2010- 30 September 2011, 1st Option Year CLIN 1001 Truck scale Emergency ADRB Hanger Bldg # R-2261 For 4 quarter (time). CLIN 1002 Truck scale- Routine Housing, Bldg # 8-2926 for 4 quarter (time). CLIN 1003 Truck scale- Emergency Pike Field, Bldg # A-6605 for 4 quarter (time). CLIN 1004 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 1005 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 1006 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 1007 Truck scale- Emergency Lamont Landfill, Bldg # O-3553 for 4 quarter (time). CLIN 1008 Truck scale- Routine Wildlife, Bldg# O-9120 for 4 quarter (time). CLIN 1009 Truck scale- Routine Wildlife License Office, Bldg # O-9034 for 4 quarter (time). CLIN 1010 Truck scale- Routine DRMO, Bldg # J-1737 for 4 quarter (time). CLIN 1011 Truck scale Hazardous Waste Bldg # 3-1240 for 4 quarter (time). CLIN 1012 Truck scale - (WIM) Routine Green Ramp, Bldg # W-1967 for 4 quarter (time). CLIN 1013 Truck scale Truck scale Emergency Green ramp, Bldg # W-1967 for 4 quarter (time). CLIN 1014 Truck scale Truck scale - (WIM) RC Range 19, Bldg # O-1900 for 4 quarter (time). CLIN 1015 Truck scale emergency Heavy Drop, Bldg # W-3593 for 4 quarter (time). CLIN 1016 Truck scale emergency Lamont Landfill, Bldg # O-3554 for 4 quarter (time). CLIN 1017 Truck scale Bldg 3-1634 for 4 quarter (time). CLIN 1018 Truck scale Bldg J-2050 for 4 quarter (time). CLIN 1019 Truck scale Routine Hazardous Waste - Bldg 3-1240 for 4 quarter (time). CLIN 1020 Truck scale DRMO Bldg J-1334 for 4 quarter (time). CLIN 1021Truck scale Normal Business Hours NTE 2000 hours. CLIN 1022 Truck scale Outside Normal Business Hours NTE 5,500 hours. CLIN 1023 Truck scale Repair Parts NTE 7,700 each. CLIN 1024 Contractor Manpower Reporting- Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 18 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. Note if the reporting of Manpower equivalent is not separately priced; insert NSP in the blank shown for 1 each. Period of Performance (POP) 1 October 2011- 30 September 2012, 2nd Option Year CLIN 2001 Truck scale Emergency ADRB Hanger Bldg # R-2261 for 4 quarter (time). CLIN 2002 Truck scale- Routine Housing, Bldg # 8-2926 for 4 quarter (time). CLIN 2003 Truck scale- Emergency Pike Field, Bldg # A-6605 for 4 quarter (time). CLIN 2004 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 2005 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 2006 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 2007 Truck scale- Emergency Lamont Landfill, Bldg # O-3553 for 4 quarter (time). CLIN 2008 Truck scale- Routine Wildlife, Bldg # O-9120 for 4 quarter (time). CLIN 2009 Truck scale- Routine Wildlife License office, Bldg # O-9034 for 4 quarter (time). CLIN 2010 Truck scale- Routine DRMO, Bldg # J-1737 for 4 quarter (time). CLIN 2011 Truck scale Hazardous Waste Bldg # 3-1240 for 4 quarter (time). CLIN 2012 Truck scale - (WIM) Routine Green Ramp, Bldg # W-1967 for 4 quarter (time). CLIN 2013 Truck scale Truck scale Emergency Green Ramp, Bldg # W-1967 for 4 quarter (time). CLIN 2014 Truck scale Truck scale - (WIM) RC Range 19, Bldg # O-1900 for 4 quarter (time). CLIN 2015 Truck scale Emergency Heavy Drop, Bldg # W-3593 for 4 quarter (time). CLIN 2016 Truck scale Emergency Lamont Landfill, Bldg # O-3554 for 4 quarter (time). CLIN 2017 Truck scale Bldg 3-1634 for 4 quarter (time). CLIN 2018 Truck scale Bldg J-2050 for 4 quarter (time). CLIN 2019 Truck scale Routine Hazardous Waste - Bldg 3-1240 for 4 quarter (time). CLIN 2020 Truck scale DRMO Bldg J-1334 for 4 quarter (time). CLIN 2021Truck scale Normal Business Hours NTE 2000 hours. CLIN 2022 Truck scale Outside Normal Business Hours NTE 5,500 hours. CLIN 2023 Truck scale Repair Parts NTE 7,700 each. CLIN 2024 Contractor Manpower Reporting- Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 18 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. Note if the reporting of Manpower equivalent is not separately priced; insert NSP in the blank shown for 1 each. Period of Performance (POP) 1 October 2012- 30 September 2013, 3rd Option Year CLIN 3001 Truck scale Emergency ADRB Hanger Bldg # R-2261 for 4 quarter (time). CLIN 3002 Truck scale- Routine Housing, Bldg # 8-2926 for 4 quarter (time). CLIN 3003 Truck scale- Emergency Pike Field, Bldg# A-6605 for 4 quarter (time). CLIN 3004 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 3005 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 3006 Truck scale- Routine DRMO, Bldg# J-1334 for 4 quarter (time). CLIN 3007 Truck scale- Emergency Lamont Landfill, Bldg# O-3553 for 4 quarter (time). CLIN 3008 Truck scale- Routine Wildlife, Bldg# O-9120 for 4 quarter (time). CLIN 3009 Truck scale- Routine Wildlife License Office, bldg# O-9034 for 4 quarter (time). CLIN 3010 Truck scale- Routine DRMO, Bldg# J-1737 for 4 quarter (time). CLIN 3011 Truck scale Hazardous Waste Bldg# 3-1240 for 4 quarter (time). CLIN 3012 Truck scale - (WIM) Routine Green Ramp, Bldg# W-1967 for 4 quarter (time). CLIN 3013 Truck scale Truck scale Emergency Green Ramp, Bldg# W-1967 for 4 quarter (time). CLIN 3014 Truck scale Truck scale - (WIM) RC Range 19, Bldg# O-1900 for 4 quarter (time). CLIN 3015 Truck scale emergency Heavy Drop, Bldg# W-3593 for 4 quarter (time). CLIN 3016 Truck scale emergency Lamont Landfill, Bldg# O-3554 for 4 quarter (time). CLIN 3017 Truck scale Bldg 3-1634 for 4 quarter (time). CLIN 3018 Truck scale Bldg J-2050 for 4 quarter (time). CLIN 3019 Truck scale Routine Hazardous Waste - Bldg 3-1240 for 4 quarter (time). CLIN 3020 Truck scale DRMO Bldg J-1334 for 4 quarter (time). CLIN 3021Truck scale Normal Business Hours NTE 2000 hours. CLIN 3022 Truck scale Outside Normal Business Hours NTE 5,500 hours. CLIN 2023 Truck scale Repair Parts NTE 7,700 each. CLIN 3024 Contractor Manpower Reporting- Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 18 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. Note if the reporting of Manpower equivalent is not separately priced; insert NSP in the blank shown for 1 each. Period of Performance (POP) 1 October 2013- 30 September 2014, 4th Option Year CLIN 4001 Truck scale Emergency ADRB Hanger Bldg # R-2261 for 4 quarter (time). CLIN 4002 Truck scale- Routine Housing, Bldg # 8-2926 for 4 quarter (time). CLIN 4003 Truck scale- Emergency Pike Field, Bldg # A-6605 for 4 quarter (time). CLIN 4004 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 4005 Truck scale- Routine DRMO, Bldg # J-1334 for 4 quarter (time). CLIN 4006 Truck scale- Routine DRMO, Bldg# J-1334 for 4 quarter (time). CLIN 4007 Truck scale- Emergency Lamont Landfill, Bldg# O-3553 for 4 quarter (time). CLIN 4008 Truck scale- Routine Wildlife, Bldg# O-9120 for 4 quarter (time). CLIN 4009 Truck scale- Routine Wildlife License Office, Bldg# O-9034 for 4 quarter (time). CLIN 4010 Truck scale- Routine DRMO, Bldg# J-1737 for 4 quarter (time). CLIN 4011 Truck scale Hazardous Waste Bldg# 3-1240 for 4 quarter (time). CLIN 4012 Truck scale - (WIM) Routine Green Ramp, Bldg# W-1967 for 4 quarter (time). CLIN 4013 Truck scale Truck scale Emergency Green Ramp, Bldg# W-1967 for 4 quarter (time). CLIN 4014 Truck scale Truck scale - (WIM) RC Range 19, Bldg# O-1900 for 4 quarter (time). CLIN 4015 Truck scale Emergency Heavy Drop, Bldg# W-3593 for 4 quarter (time). CLIN 4016 Truck scale Emergency Lamont Landfill, Bldg# O-3554 for 4 quarter (time). CLIN 4017 Truck scale Bldg 3-1634 for 4 quarter (time). CLIN 4018 Truck scale Bldg J-2050 for 4 quarter (time). CLIN 4019 Truck scale Routine Hazardous Waste - Bldg 3-1240 for 4 quarter (time). CLIN 4020 Truck scale DRMO Bldg J-1334 for 4 quarter (time). CLIN 4021Truck scale Normal Business Hours NTE 2000 hours. CLIN 4022 Truck scale Outside Normal Business Hours NTE 5,500 hours. CLIN 4023 Truck scale Repair Parts NTE 7,700 each. CLIN 4024 Contractor Manpower Reporting- Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 18 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. Note if the reporting of Manpower equivalent is not separately priced; insert NSP in the blank shown for 1 each. (vi) The requirement shall be Firm Fixed Price. PERFORMANCE WORK STATEMENT (PWS) MAINTENANCE AND REPAIR OF SCALES FORT BRAGG, NORTH CAROLINA 1. GENERAL: The Contractor shall furnish all labor, material, parts, equipment and transportation necessary to perform the necessary maintenance and repair of any and all components pertaining to the Government owned scales, post wide as indicated in each Contract Line Item Number (CLIN) to insure that the scales are fully operational and functional as to their designed and intended purpose at Fort Bragg, North Carolina. This work includes the maintenance, repair, service, and replacement of defective or worn parts of all components, devices, and equipment required to maintain the truck scales in accordance with the manufacturers instructions and specifications herein and subject to the terms and conditions of the contract. The Contractors work and responsibility shall include all Contractor planning, administration and management necessary to provide all operation, preventive maintenance, service and repairs as specified. The work shall be conducted in strict accordance with all applicable Federal, State, and local laws, regulations, codes, technical references and manufacturers instructions and/or in accordance with the National Institute of Standards and Technology Handbook 44 (Specifications and Tolerances) for the type of scale and components for which work is being performed. This is a full maintenance contract. The Contractor is responsible for all costs incurred to maintain all equipment. All repairs and maintenance, including non-fair and wear and emergency repairs, may be directed or redirected at the discretion of the Contracting Officers Representative (COR). Contractor shall be experienced and qualified for this type work and shall have a sufficient number of qualified and experienced personnel to perform the requirements of this contract. A prework conference shall be required for this contract. 2. HOURS OF WORK: The Contractor shall perform maintenance, repairs and preventive maintenance as prescribed below: a. The Contractor shall provide emergency repair service on the following 22 scales listed in the following CLINs and their corresponding Option CLINs: CLINLocation# of Scales 0001Truck Scale - Emergency ADRB Hanger Bldg#R-22611 0002Truck Scale - Routine Housing Bldg#8-29261 0003Truck Scale - Emergency Pike Field Bldg#A-66051 0007Truck Scale - Emergency Lamont Landfill Bldg #O-35531 0012Truck Scale - (WIM) Routine Green Ramp Bldg# W-19674 0013Truck Scale - Emergency Green Ramp Bldg# W-19672 0014Truck Scale - (WIM) RC Range 19 Bldg# O-19001 0015Truck Scale - Heavy Drop Bldg# W-359310 0016Truck Scale - Emergency Landfill Bldg# 9151 Emergency repair service shall be provided 24 hours a day, 7 days per week, Saturdays, Sundays and Government holidays inclusive. The Contractor shall respond within 2 hours of receipt of oral or written notification of equipment failure or improper functioning, regardless of the cause, and complete repairs within 8 hours of notification, unless additional time is approved by the Contracting Officer, COR, ACOR or Chief, Service Contract Office. b. The Contractor shall provide repair service on all other scales listed in Schedule B, that are not listed in paragraph 2a, Monday through Friday, between the hours of 7:30 a.m. and 4:00 p.m. The Contractor shall respond on site within 4 hours of receipt of oral or written notification of equipment failure or improper functioning, regardless of the cause, and complete repairs within 24 hours of notification, unless additional time is approved by the Contracting Officer, COR, ACOR, or Chief, Service Contract Office. c. The Contractor shall develop and provide, to the COR, a schedule for preventive maintenance on all scales. The Contractor shall accomplish preventive maintenance inspection, testing, cleaning, lubricating, adjusting and repair and replacement of worn and broken parts on all scales listed in Schedule B, between the hours of 7:30 a.m. and 4:00 p.m., Monday through Friday. Preventive maintenance shall be accomplished on each scale, once each 3-month period (quarterly). The Contractor shall coordinate a time for the service with the responsible person for each scale to be serviced. 3. LOCATION: Fort Bragg, North Carolina. Buildings number of exact locations of scales is listed in Schedule B. 4. INSPECTION: Inspections will be performed by the Public Works Business Center (PWBC), Service Contract Office. The Contractor shall notify the COR, ACOR or Chief, Service Contract Office, telephone (910) 396-2618, at least 3 days prior to starting the quarterly preventive maintenance work. Contractor shall provide a quarterly preventive maintenance schedule to the COR and update when necessary. 5. QUALITY OF WORK: The Contractor shall accomplish all work skillfully, professionally, and in accordance with the Industry Standards. Contractor shall perform all work in accordance with manufacturer recommendations for the type components and scales being used. Contractor shall cause the least possible disturbance to the using service during maintenance, inspections, testing and repairs. 6. CLEANUP: The Contractor shall remove all trash, debris, or surplus materials from the job site. The job site shall be left clean of all debris when all work is completed. Contractor shall maintain a clean and safe working environment at all times. 7. SAFETY: The Contractor shall conform to all OSHA safety requirements, EM 385-1-1, and local and State safety requirements. Contractor shall follow Ft. Bragg rules and regulations while on the installation, to include Ft. Bragg and State traffic and vehicular laws. 8. EMERGENCY TELEPHONE NUMBERS: The Contractor shall provide to the COR, prior to contract start up, during normal duty hours (Monday through Friday, 7:30 a.m. to 4:00 p.m.) telephone number and point of contact and an after duty hours (to include evenings, nights, weekends and Federal Holidays) telephone number and point of contact. Answering machines or voice mail is not considered an acceptable point of contact. 9. DAMAGES: The Contractor shall be liable for any and all damages or losses caused through fault or negligence of his agents and/or employees. 10. CONTRACTORS PERSONNEL: Contractor personnel shall wear distinctive clothing bearing the companys name, and wear an identification badge displaying the companys name, employees name, description, title and a picture of the employee. It must be clearly displayed at all times while working at Ft. Bragg. Contractors personnel shall be as neat and clean as practicable; shall conduct themselves in a proper, efficient manner, and shall cause the least possible annoyance and disturbance to the using service. The Contractor shall be responsible for the supervision and conduct of his employees. Contractors personnel shall be experienced, qualified and capable of performing maintenance and repairs as required by this contract. Contractor shall submit a list of badge numbers with names of employees and update when necessary, to the COR. 10.1 All contractor personnel performing maintenance and repair services shall possess a valid North Carolina scale technicians license. The Contractor shall provide a copy of the license(s) to the Contracting Officer ten (10) days prior to contract start date. 11. QUALITY CONTROL/QUALITY ASSURANCE: a. Contractor shall identify an individual that is to be his Quality Control Manager. b. Quality Control Plan. The Contractor shall implement and maintain a Quality Control Plan that identifies and results in corrections of potential and actual problem areas throughout the entire scope of the contract. The Contractors Quality Control Plan shall: (1) Be structured so as not to be influenced by any other part of the Contractors organization. (2) Be directly accountable to the Contractors top management. (3) Contain methods of direct and indirect communication with the Governments Contracting Officer regarding performance of the contract. (4) Contain processes for corrective action without dependence upon Government direction. (5) Include a customer feedback program. (6) Maintain records of all Contractor quality control checks and corrective actions. c. Include as a minimum: (1) Internal work performance standards. (2) Productivity measurement and work control system. (3) Property management and accountability procedures (including Government provided property and contractor acquired property including expendable). (4) Data collection, documentation and reporting procedures. 12. REPORTS AND FORMS: The Contractor shall provide the following reports and forms: a. Preventive Maintenance Report: The Contractor shall provide to the COR, a combined report of all preventive maintenance work performed, showing the date, time maintenance started and completed and location of the system where work was performed, to include building number, any signs of tampering, abuse, or non fair wear and tear, and the findings of the scales condition. The Contractor shall attach the original copy of the preventive maintenance inspection forms to the report. The inspection forms shall include work accomplished, any adjustments or repairs made, and a list of any components or parts which were repaired and/or replaced and why. The inspection forms shall also include the name and signature of the service technician or technicians performing the maintenance, date of service, time of arrival and time of departure. The Contractor shall ask the responsible person or their representative to sign the contractors inspection form upon completion of the preventive maintenance service if they are readily available. This report is due to the COR within 5 work days of the month following the month in which the work was scheduled. b. Repair Service Report: The Contractor shall provide to the COR a combined repair service report on each service call received during the month within 5 working days of the month following the month in which the work was performed. The report shall include the date, and time the call was received, line item number, work order number, nature of the call, the response time, time of completion, requesters name, location of the scale, to include building number, the fault with the scale, and the work required to bring the scale back to operation. This shall include a list of any parts and components used in the repair of the scale. The Contractor shall attach the original copy of the repair service work order for each repair call to the report. The repair service work order shall include the date of the service, time of receipt, time of arrival, time of departure, and the name and signature of the service technician or technicians performing the repairs. The Contractor shall request the responsible person for the scales, or their responsible representative, to sign the repair service work order when the system is returned to full operation and all work has been completed. The technician shall also annotate on the work order, the time and name of the individual notified that the scale is back in operation. c. Preventive Maintenance Inspection Form: The Contractor shall furnish and provide a Preventive Maintenance Inspection Form for use during the quarterly preventive maintenance work. The form shall be of the contractors design, and shall show all information necessary to insure that all parts, components, and equipment have been tested, inspected, lubricated and when necessary, adjusted, repaired, or replaced. The forms shall be numbered numerically in sequence. This form shall include all other information as required by this contract for Preventive Maintenance and paragraph 12.a. The Preventive Maintenance Inspection Form shall be submitted for approval by the COR and the Contracting Officer Prior to the contract start date. d. Repair Service Work Order Form: The Contractor shall furnish and provide a Repair Service Work Order Form for use when responding to repair service calls. The form shall be of the Contractors design and shall show all information necessary as required by this contract and paragraph 12.b. The forms shall be numbered numerically in sequence. The Repair Service Work Order Form shall be submitted for approval by the COR and the Contracting Officer prior to contract start date. 13. SCOPE OF WORK: The Contractor shall accomplish all work skillfully and professionally. Contractor shall perform all work in accordance with the manufacturers recommendations for the type scale and components for which work is being performed. a. The Contractor shall perform preventive maintenance/repair as follows: Not less than once each 3 month period (quarterly), each scale shall be inspected, tested, cleaned, lubricated, adjusted and if required, repair and/or replace worn or damaged components or parts. Each scale shall be tried and tested to assure correct and proper operation, and calibration. Any failure in the scale shall be corrected immediately by adjustment, repair, or replacement of any and all defective or failed components or parts of the scale in order to bring the scale to a fully operational condition. The Contractor shall, at all times, notify the using service responsible for the scales prior to maintenance beginning, and after completion and the system is in full operation. (1) The Contractor shall provide a report as specified in paragraph 12.a, to the COR. (2) The Contractor shall have the scales that the maintenance is being performed on, completely operational prior to departing the site, on the same day the maintenance is being performed, unless there are repairs required that cannot be reasonably made at that time, and only when approved by the Contracting Officer, the COR, or ACOR. (3) The Contractor shall submit a preventive maintenance schedule to the COR for approval, 30 days prior to beginning each schedule maintenance. The schedule shall show the line item number, location of the scales, and the date the scales are scheduled. b. The Contractor shall respond and provide repair service as follows: (1) The Contractor shall respond to all calls and make necessary repairs, adjustments, or replacements to the scales, regardless of the cause or the number of times the scales have a failure, malfunction, or improper operation, when notified by one of the authorized persons as identified herein. If service and repairs of scales and components as required in this contract cannot reasonably be performed on the site, the contractor shall be responsible for transporting them to and from his plant, or the location required, to have these services and repairs accomplished at no additional cost to the Government. The COR shall be notified immediately prior to any scale or its components are to be transported off the installation. The Contractor shall notify the COR when the new replacement or repaired equipment is ready for installation or re-installation. (2) The Contractor shall be responsible for the repair and/or replacement of any and all worn, defective and/or unserviceable components and parts of any of the scales except as identified in this contract. Parts, materials, and component repair and replacements shall be at the contractors expense. Parts, materials, and components used for replacement shall be manufacturer recommended replacements. Items that are equal to or exceed the specifications recommended by the manufacturer and that are compatible with the scales shall be acceptable when approved by the COR prior to use. Call-backs for repair service for any reason, regardless of the number of times shall be at no additional cost to the Government, with the exception of causes for which the contractor has no control, i.e., acts of God, fire, water infiltration, or as determined by the COR or the Contracting Officer. The Contractor is forewarned that there may be calls for repair service or resetting of scales due to user error or after the restoration of power lost during electrical storms. This shall be considered repair service and at no additional cost to the Government, unless determined so by the COR or the Contracting Officer. (3) Emergency Repair Service. The Contractor shall provide emergency repair service 24 hours a day, 7 days a week, Saturdays, Sundays and Government holidays inclusive, upon receipt of oral or written notification of equipment failure or improper functioning of the scales, (CLINs 0001, 0002,0003, 0007, 0012, 0013, 0014, 0015, 0016 and corresponding Option CLINs) components or parts regardless of cause. (4) Routine Repair Service. The Contractor shall provide routine repair service to all scales listed in schedule (CLINs 0004, 0005, 0006, 0008, 0009, 0010, 0011, 0017, 0018, 0019, 0020, and 0021 and corresponding Option CLINs) Monday through Friday 7:30 a.m. to 4:00 p.m., upon receipt of oral or written notification of equipment failure or improper functioning of any scale, component or part, regardless of cause. The Contractor shall respond to all calls within 4 hours of notification, and complete all required repairs and/or adjustments to make the scales completely operational as soon as reasonably possible, but not to exceed24 hours after notification without approval of the Contracting Officer, COR or Chief, Service Contract Office. Additional time may be approved under the same conditions as those listed in paragraph 13b. (3). The responsible person at the site of the scales, and the COR, shall be notified by the Contractor of the estimated time required to bring the scales back to normal operation after an initial inspection has been made by the service technician. If the scale cannot be repaired at the time of the initial response, or the scale or components must be removed to the contractors site or other location for repairs, the Contractor shall immediately notify the responsible person at the site of the scales, and the COR or ACOR. Every effort shall be made to restore the scales to normal operation in the shortest possible time. The service technician shall notify the responsible person at the site of the scales, and the COR or ACOR when the scale has been repaired and is fully operational again, prior to departing the site. Non-Fair Wear and Tear Repairs Repairs made that are a result of non-fair wear and tear damage to include, lightning, flood and water infiltration, will be inspected and repairs approved by the COR prior to repairs being made. Labor Hours for Non-Fair Wear and Tear Repairs during normal business hours shall be invoiced separately under CLIN 0021. Labor Hours for Non-Fair Wear and Tear Repairs outside of normal business hours shall be invoiced separately under CLIN 0022. Any parts used for Non-Fair Wear and Tear shall be invoiced separately under CLIN 0023. (7) The Contractor shall provide a repair service report as identified in paragraph 13.b. to the COR. a. The Contractor shall immediately report any repairs, malfunctions, or any problem incurred which was a result of abuse, neglect, or not fair wear and tear on the scales or components and the probable cause to the COR or the Chief, Service Contract Office. b. Any major delays or potential problems incurred by the Contractor during the performance of this contract shall be immediately brought to the attention of the COR or the Chief, Service Contract Office at the time of occurrence. c. The Contractor shall notify the COR of any equipment replaced, or removed for repairs during the term of this contract. 14. PARTS EXCLUDED: The Contractor shall furnish, but, shall not be required to incur the parts cost for the following items as part of the requirements of this contract. The Contractor shall, however, install the following items at no additional cost to the Government, when requested by the Government. The Cost of these items shall be invoiced by the Contractor to the Government, separately, as they occur. The cost of these items shall not exceed the cost, which would normally be charged to the public for the same or similar items. (l) Ink Ribbons/Cartridges (2) Lamps & Light Bulbs. 15. CONTRACTORS VEHICLES: Registration for Contractor-owned and contractor employee-owned vehicles. The Contractor shall comply with the requirements of the Installation Provost Marshals Office (PMO) regarding registration of Contractor-owned and Contractors employee-owned vehicles. Prior to commencement of performance, the Contractor shall provide the PMO with names of all employees who will be driving a privately owned vehicle onto the Installation and shall require all Contractor employees to register all privately owned vehicles (POVs) with the PMO. The Contractor shall also register all Contractor-owned vehicles with the PMO. The Contractor and its employees shall comply with all renewal of registration requirements for these vehicles. The Contractor will provide the PMO with updates of any new employees who will be driving a privately owned vehicle or Contractor owned vehicles. The Contractor, upon completion of the contract or termination of an individuals employment shall remove vehicle registration decals from the vehicle and remnants of the decal shall be turned into the Provost Marshals Office. Registration and cancellation shall be accomplished at the Installation Provost Office, Building 8-1078 Randolph Street, Fort Bragg, North Carolina, between the hours of 7:30 a.m. and 11:30 a.m. or 12:30 p.m. and 4:30 p.m., Monday through Friday, excluding Government holidays. Contractors vehicles used in the performance of this contract shall have the company name, phone number and logo easily identifiable on both sides of the vehicle. Contractor shall sign for a PWBC permit for work within the PWBC compound. 16. VEHICLES REGISTRATION FOR CONTRACTOR-OWNED AND CONTRACTOR EMPLOYEE-OWNED VEHICLES: The Contractor shall comply with the requirements of the Installation Provost Marshalls Office (PMO) regarding registration of Contractor-owned and Contractor employee-owned vehicles. Prior to commencement of performance, the Contractor shall provide the PMO with names of all employees who will be driving a privately owned vehicle onto the Installation and shall require all Contractor employees to register all privately-owned vehicles (POV) with the PMO. The Contractor shall also register all Contractor-owned vehicles with the PMO. The Contractor and its employees shall comply with all renewal of registration requirements for these vehicles. The Contractor shall provide the PMO with updates of any new employees who will be driving a privately owned vehicle or Contractor owned vehicles. The Contractor, upon completion of the contract or termination of an individuals employment shall remove vehicle registration decals from the vehicle and remnants of the decal shall be turned in to the Provost Marshals Office. Registration and cancellation shall be accomplished at the Installation Provost Office, Building H-1575, All-American Expressway, Fort Bragg, North Carolina, between the hours of 7:30am and 11:30am or 12:30pm and 4:30pm, Monday through Friday, excluding Government holidays. All Contractor vehicles shall be operated in accordance with state and Fort Bragg traffic regulations. The Fort Bragg Regulation 190-5 can be at http://www.bragg.army.mil/psbc-pm/Information/VehicleRegistation.htm 16.1. INSTALLATION ACCESS AND CONTROL: Fort Bragg is a closed post with access restrictions. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Contractor vehicles (Contractor-owned and personal), Contractor personnel, and their personal property shall be subject to searches upon entering or leaving the Installation. The search and seizure provisions of AR 190-22 shall apply to Contractor personnel entering or leaving Fort Bragg or activities/installations in the Fort Bragg area of responsibility which require access by Contractor personnel in performance of this contract. The Contractor should be aware that force protection awareness requirements and installation closure exercises are increasing and installation access is restrictive. 17. RAPIDGATE: On 6 April 2007, Fort Bragg began using RAPIDGate. The RAPIDGate Program is voluntary and uses innovative technology to provide a complete identification and access management solution for contractors, vendors, suppliers, and service providers who require routine access to the installation. For more information about Eid Passport, the RAPIDGate Program or to enroll your company, please go to www.RAPIDGate.com or call (877) 727-4342. 17.1. The Contractor shall provide the COR a copy of the security background result received from the RAPIDGate Program on each employee. Updates shall be provided to the COR within five (5) workdays of employees changes. 18. CONTRACTOR MANPOWER REPORTING: The Secretary of the Army affected an initiative to obtain better visibility of contractor services workforce. In support of the initiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission, and function performed, and labor hours and costs for contracted efforts. 18.1. To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Report (CMR). The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mails address, identity of contractor employee entering data; e. Estimated direct labor hours (including sub-contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); k. Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 18.2. The Reporting Period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year. Contractors will report the required information to the CMR System. Data may be entered into the CMR system at any time during the contracts period of performance; however, data must be accurate and complete and entered into CMR during the data gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. 18.3. Contractors may use a direct Extensible Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. (vii) This requirement is for delivery FOB (Destination) to PWBC Service Contracts Office, Fort Bragg, NC. (viii) The following provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil). 52.212-1 Instructions to Offerors--Commercial Items APR 2008 SITE VISIT: A site visit is scheduled for Thursday, January 21, 2010 at 9:00 a.m. EDT. Quoters are urged and expected to inspect the site where the work will be performed. All participants are to meet at MICC Contracting Office Building 2-1105, C Stack, Fort Bragg, NC 28307 NLT 8:45 a.m. Site participant form must be emailed or faxed to (910) 396-7872; ATTN: Ms. Jennifer Nesbitt no later than 11:00 a.m. EDT Wednesday, January 20, 2010. The Government point of contact for this action is Ms. Jennifer Nesbitt, Contract Specialist, e-mail: jennifer.nesbitt@us.army.mil. (ix) 52.212-2, Evaluation Commercial Items. The Government will evaluate offers in response to this request in accordance with FAR Part 13.106 procedures and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and certifications, licenses, etc. as specified in the Performance Work Statement (PWS). (x) FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.225-7000 Buy American-Act Balance of Payments Program Certificate. The following clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration, 52.203-6 Restrictions on Subcontractor Sales to the Government. (xi) FAR 52.212-4 Contract Terms and Conditions Commercial Items, Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Incorporated by Full Text (website provided http://farsite.hill.af.mil): Applicable clauses under FAR 52.212-5: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-42 Statement of Equivalent Rates for Federal Hire, 52.222-50 Combating Trafficking in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. FAR 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). 52.217-8 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 prior to expiration of contract. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at anytime prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 66 months. (End of clause) 52.237-1 SITE VISIT (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) Applicable DFARS clauses: DFARS 252.204-7004 Central Contractor Registration Alternate A, DFARS 252.211-7003 Item Identification Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following DFARS clause is considered checked and is applicable to this acquisition: DFARS 252.232-7003 Electronic Submissions of Payment Requests. Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFAR 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (xiii) 5152.233-4000, AMC-Level Protest Program (Nov 2008), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (xiv) ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, email address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominate Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information; (11) Locations where contractor and sub-contractors performed the work (specific zip code in the United States and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific format for the XML direct transfer may be downloaded from the website. APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 9) dated 5/26/2009. A copy of this Wage Determination can be found at http://www.wdol.gov. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: 23870- Scale Mechanic, Maintenance $16.11/hour. (xv) Submission of quotes shall be forwarded by Monday, February 15, 2010, 11:00 a.m. EST. (xvi) Submission of quotes information shall be forwarded to Ms. Jennifer Nesbitt via Army Single Face to Industry (ASFI), Acquisition Business Website, https://acquisition.army.mil/asfi/gov_personnel_main.cfm under solicitation number W91247-10-T-0039. Please direct any questions regarding this combined synopsis/solicitation to Ms. Jennifer Nesbitt at the email address jennifer.nesbitt@us.army.mil or Ms. LaTanya E. Johnson at latanya.e.johnson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/687978fe4e6ab8ddaee87b6c750d46a5)
 
Place of Performance
Address: Mission Installation Contracting Command (MICC) Building 2-1105 Stack C Macomb St. Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02043568-W 20100117/100115235514-687978fe4e6ab8ddaee87b6c750d46a5 (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.