Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
MODIFICATION

59 -- The U.S. Army CECOM (also known as the US Government (USG) in the rest of this document) is issuing a Request for Information (RFI.

Notice Date
11/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T12RD001
 
Response Due
11/23/2011
 
Archive Date
1/22/2012
 
Point of Contact
William M. Schwartz, 443.861.4621
 
E-Mail Address
ACC-APG (C4ISR)
(william.m.schwartz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Document type: Sources Sought Notice: Modification of Previous Notice Solicitation Number: W15P7T-12-R-D001 Posted Date: 01 November 2011 Original Response Date: 24 October 2011 Current Response Date: 23 November, 2011 I. Contracting Office Address US Army Contracting Command - ATTN: William M. Schwartz CCAP-SCD, 6001 Combat Drive, Aberdeen Proving Ground, MD 21005 II. Description The U.S. Army CECOM (also known as the US Government (USG) in the rest of this document) is issuing a Request for Information (RFI) including price and availability (P&A) to integrate and field Team Transportable SIGINT Systems (TTSS) for a Coalition Partner Country (CPC). This project will fall under the Foreign Military Sales (FMS). The TTSS shall be developed using Commercial-Off-The-Shelf (COTS) Non-Developmental Item (NDI) hardware and software. This FMS project will be led and fully managed by the USG with assistance from one company (called "the contractor" from here on) that would provide all services described below. III. Introduction This document describes the services required by the USG to deliver four (4) Team Transportable SIGINT Systems (TTSS), each system consisting of (4) Team Transportable Radio Reconnaissance Stations (TTRRS) intended to detect, identify, record and analyze detected signals in the HF, VHF and UHF bands at a distance of 10-15 km from the system and direction find (DF) on VHF/UHF bands at a distance of 10-15 km with a low power transmission system (5-10 watts). The system shall be a wide band system providing continuous automatic real-time signals search in specific frequency bands, automatic detection of wide and narrowband signals coming from a specified direction, processing, analysis and collecting in a digital format. Operational requirement is to detect, locate and obtain lines of bearing (LOB) of fixed targets operating at a distance of 10 to 15 km. System shall be configurable as two-man-portable and shall not exceed 40kg (20kg per man). No one item shall require two (2) people to carry, nor occupy both hands while carrying. The proposed systems shall include all efforts from a single contractor for installation, system integration, system testing, system operation, maintenance, logistic support, and training at contractor's facility CONUS. If the requirements described below are unachievable or a cost driver, suitable alternatives shall be proposed. This document contains general requirements. Specific services required by the US Army CERDEC from the contractor are as follows: IV Program Requirements a. The contractor shall not develop any new components but rather use COTS hardware and software with a Graphics User Interface (GUI) control mechanism for the operator. The systems shall contain standard commercial interfaces and use commercial communications and data transfer protocols. The systems shall not use special or unique tools to operate or maintain. With the proposal, the contractor shall deliver technical specifications, size, weight, power, and operation/storage environmental information. Photographs displaying all sides of the components are desirable. b. The delivered systems shall contain all necessary hardware and software, cables and interface items and information to integrate, if applicable, into the desired configuration. c. Field Demonstration in CONUS The contractor shall plan and execute a Field Demonstration to be conducted at a location determined by the Contractor in CONUS and witnessed by USG representatives. The Field Demonstration shall be planned to demonstrate the full set of functions of the system with antenna using controlled or commercial emitters of convenience. d. Factory Acceptance Test (FAT) The contractor shall plan and execute a Factory Acceptance Test (FAT) at a facility determined by the Contractor in CONUS and witnessed by USG representatives. The FAT shall include a DF accuracy test and calibration conducted in a suitable testing range or anechoic chamber. The contractor shall provide the USG with data from previous tests that may be considered for the purpose of de-scoping the testing for this system. The USG shall have the right to request any system components and/or sub-components to be shipped, at contractor's expense, to Aberdeen Proving Ground, MD for up to a 5 day period for testing that cannot be verified at the contractor's chosen location. The USG shall have the right to conduct testing of the contractor's equipment in an anechoic chamber as necessary. The contractor shall maintain the right to be present during these tests at APG. All travel costs shall be included in the proposal. e. Functional Demonstration in CPC The contractor shall support the USG with planning and executing a Functional Demonstration in the CPC. The contractor shall plan to send a representative to the CPC to provide engineering support during these events. The functional demonstration shall be planned to demonstrate the full set of functions of the fully integrated system in its final form using simulated or commercial emitters of convenience. The Functional Demonstration shall require no more than 4 days and shall be under the control of the USG with technical support from the contractor personnel. f. The RFI response from the contractor shall include a compliance matrix as indicated in section XIV of this RFI. g. The USG shall accept the system at the contractor's facility and final transportation of all components of the system from the USG to CPC will be done by Defense Contract Management Agency (DCMA). h. If a Source Selection is conducted the responses shall be evaluated based on the following criteria: 1. Cost 2. Meeting Requirements 3. Past Performance 4. Schedule (delivery date) 5. System Maturity 6. System Design (size, weight, power, ease of use, complexity) V. System Requirements a. Monitor and DF 1. Monitor Frequency Range: 1MHz - 3GHz 2. DF and Geo-location Frequency Range: 30MHz - 3GHz 3. Scanning rate not less than: 1GHz/s 4. Sensitivity: max. -120 dBm 5. A/D Resolution: min. 16 bit 6. Spurious-free Dynamic Range (SFDR): 90 dB or better 7. Modulation detection (ASK, FSK, AM, FM, LSB, USB, FH) 8. Manual tracking in homing mode by every station 9. Accuracy (RMS): 5 (20MHz - 3GHz) 10. System shall allow control of all components through handheld ruggedized notebook or tablet connected via cable. b. Recording 1. Digital recording of IF band on a disk matrix at min. 16 A/D bit resolution 2. Recording time of IF bandwidth not less than 4 hours 3. IF band reduction ability for recording (IF band, IF band/2, IF band/4, IF band/8, IF band/16, IF band/32) 4. Digital recording and playback of IF bandwidth 5. Allow the transfer of recorded data via removable media (CD, thumb-drive, removable hard-drive) 6. Direction finding and geo-location results shall be collected in a database (database management system compatible with SQL format) 7. Shall have the capability to send encrypted data with definable user restricted access 8. Shall have the capability to label database files with classification levels 9. Database structure shall be documented 8. Ability to allow access to system's data via web browser once back in garrison. 9. Shall have the capability to browse the database history of direction finding results in accordance with the defined criteria such as but not limited to frequency, time, modulation, geo-location, signal strength. c. Functionality 1. Scanning of the entire bandwidth or selected sub-bands 2. Display of signals LOBs filterable by azimuth or sector 3. Shall have capability to define signal detection criteria 4. Operator ability to add comments relating to the collected signal 5. Multiple spectral displays d. Analysis and Demodulation 1. Real-time analysis and demodulation of detected signals 2. Analysis and demodulation of signals recorded in narrow and wideband 3. Detection of frequency hoppers (FH) operating up to 500 hops/sec 4. Signal Analysis: ability to recognize and analyze modulation types, measure parameters and record bit stream 5. Demodulation of (output results as file): a. Analog signals: CW, AM, FM, USB, LSB b. Digital wideband signals (up to 2MHz): 2-256 PSK A/B, 16QAM, 32QAM, 64 QAM; c. Digital narrowband signals (up to 20kHz): 2-8 FSK, 2-8 PSK A/B, 2 ASK/8 PSK, 4 ASK/8 PSK, 16QAM, OQPSK, Pi/2 DBPSK, Pi/4 DQPSK e. Controlling and Cooperation with other Systems 1. Provide Ethernet 100/1000 Mbps, RS-232, RS-485 interfaces to allow interoperability with external systems using TCP/lP protocol; 2. Every station within the system should be compatible with Mobile Vehicular Reconnaissance Stations 3. Software with the ability to send files according to ADatP-3 and APP-6A 4. Each system shall have the capability to assume the role of Net Control Station (NCS); tasking, network managing and command and control f. Communications 1. Each system shall include one AN/PRC-117G and one AN/PRC-152 radio. The AN/PRC-117G radios shall be used to interconnect all systems and the AN/PRC-152 shall be used as voice communications between all stations. The USG will be providing the AN/PRC-117G radios only, the contractor shall provide the AN/PRC-152 radios. 2. The contractor shall have the ability to store and secure the AN/PRC-117G radios by means of a COMSEC account at their facility. g. Database and Software 1. The proposed database shall provide access control security 2. Software shall provide signal analysis tools 3. Commercial grade encryption shall secure transmission of data exchange between systems. 4. Software shall display graphic illustration of system configuration, electronic reconnaissance reports and tactical map/grid data in format: CADRG, MRSID, GEOTlFF, JPG, BMP and DTED 5. System shall include feature to zeroize collected mission data and operating system within 3 minutes after initiation. Initiation shall include verification from user to prevent accidental initiation and from GUI buttons that remain visible in all GUI displays. 6. The contractor shall provide the following GUI software capability: a. Centralized system control (central GUI controlling all GUI components) b. Tab based GUI requiring minimal operator data entries, maximize automatic data entry capability c. Recordable mission by ID's and configuration parameters d. Integration of all software programs including 3rd party software h. Environmental (operating conditions) 1. Temperature range: from -25 C to + 35 C 2. Storage temperature range: from -25 C to +55 C 3. Humidity: max. 95% at 40 C 4. Mechanical requirements: endurance for vibrations ranging 10Hz - 55 Hz and oscillations amplitude of 0.4 mm i. Antenna 1. System shall have separate antennas for man-portable and vehicular configurations to ease transition from one mode to another. The vehicle V/UHF antenna shall be concealed in an inconspicuous housing such as a ski rack case. 2. HF (monitor only) antenna shall be transportable from location to location 3. Sensitivity of antennas system should be: a. 30 - 60 MHz no less than 60 micro V/m b. 60 - 200 MHz no less than 20 micro V/m c. 200 - 3000 MHz no less than 10 micro V/m j. Computer/Notebook System should contain a ruggedized computer or notebook (for each station) running latest Microsoft Operating System not worse than: 1. Processor min. 1.2 GHz, 3MB Cache 2. RAM min. 4 GB, DDR3 SDRAM 3. Graphic card min. HD Graphics UMA 4. HDD minimum 160GB HDD (SATA, Shock resistance/ISO cm) 5. LCD min. 10.4" XGA Active Matrix (TFT) 6. Modem 56 kbps V.92; FAX: 14.4 kbps 7. Interface min. - Bluetooth, Wlan, Ethernet l000Base-T/100Base-TX/10Base-T, Serial, USB 2.0 x2 8. Weight max. 3 kg k. Environmental Requirements 1. Water resistance IECS29 (JIS C0920) IPX5, MIL-STD 810G 506.5 2. Dust resistance IEC529 (JIS C0920) IP6X, MIL-STD 8 l0G 510.5 3. Shock resistance MIL-STD 810G 516.6, (min. 122cm fall) - procedure IV 4. Vibration resistance MIL-STD 810G 514.6, category 20 percent l. Maintenance kit Logistic packet shall contain repairing module of the main system blocks and should secure continuous work of the system despite the damages. Special tools or special instruments should not be needed for technical service. The assembly of modules which need exchange should be done without special devices or tools. The field service of damages should be done by the personnel without the need of special tools in no more than 10 minutes after diagnosis through the exchange of structural modules. m. Power 1. Rechargeable batteries for all components with ability to charge from vehicle alternator. As an option the system should include the ability to recharge batteries through portable solar panels 2. Battery shall allow system run time of no less than 120 minutes 3. System shall allow connection to 230v, 50 Hz commercial power 4. System shall include two 12V sockets to allow connection to vehicular DC power 5. Power converter (direct current/alternating current) should be based on typical commercial vehicle alternator (non-modified SUVs) with either positive or negative ground systems 6. System shall allow hot-swapping to prevent rebooting and active mission disruption 7. System shall report battery power level and report with a visual and audible warning when battery power reaches 10 minutes remaining. System shall allow option to turn off one of both audible and visual alarms n. Color and Finish 1. System components should be a non-reflective finish and colored in OD green. VI. Warranty a. The contractor shall provide in the final cost, a 24 month system warranty for all components and sub-components effective from the date of system acceptance in-country. If individual system components have longer warranty periods the contractor shall state so. Warranty shall cover all software paid through the length of the warranty period. The contractor shall provide a complete written warranty stating instructions on making claims, wear and tear clause, turn-around time on repaired items, cost responsibilities, etc. The warranty shall include crate and package, cost of transportation of equipment to and from CPC. b. The contractor shall propose, as an option to the customer, technical support service either by in-country representative or remotely by e-mail, phone or internet help desk for a minimum of 12 months. c. After Warranty Expired Contractor shall submit prices for technical support services per year after expiration of warranty. Technical support services shall include the entire system excluding cost of spare and replacement parts. VII. Software Maintenance a. Cost shall include software bug fixes, software updates and licenses for 24-months after acceptance of systems in CPC. VIII. Spares The contractor shall deliver an initial set of spares for all its components including receivers, antenna, radios and transit cases, if any. If the USG exercises the option to buy the spares, at the start of the contract, the Contractor shall provide a set of initial spare equipment that the Contractor estimates will maintain system operations and avoid extensive downtime or complete mission failure. The Contractor shall have the authority to use the complete set of spares equipment during the CONUS installation, integration and test period in order to ensure progress is maintained in the project. Any spares equipment used will be repaired or replaced at no cost to the USG prior to completion of Functional demonstration in CPC. If the spares equipment option is not exercised, by the USG, the Contractor shall have the authority to use equipment from the second V/UHF DF System in order to maintain work that is being carried out to complete the first V/UHF DF System. Any equipment so used will be repaired or replaced at no cost to the USG. All systems shall be fully complete at the conclusion of Functional demonstration in CPC. a. Recommended Spare Parts The Contractor proposal shall include a list of recommended spare parts needed to support Level 2 maintenance for a 12 month period, as an option to the customer. IX. Training The contractor shall provide Operator Training to (40) students and Maintenance Training to (10) students and shall be conducted in CPC, unless directed otherwise by the USG. The contractor shall determine the appropriate duration and scope of the training to ensure the user can operate and maintain the system after final delivery. The contractor shall deliver a written training plan (60) days prior to delivery of the system. The contractor shall provide system operation training to enable them to fully and efficiently utilize full system capabilities and features. The contractor shall provide system maintenance training to enable them to perform, at a minimum, first line of support duties. The training plan shall be written in English. The training should include the following topics: a)Theoretical aspects of the system engineering and design. b)General operation of the system to include all major functions. c)Should include advanced operations training so these trainees can train other operators. d)Perform preventive maintenance procedures, including normal adjustments and calibration checks. e)Perform troubleshooting and repair procedures to the LRU level and SRU level, if required. f)Perform emergency system restore and repair actions. X. Documentation The Contractor, at a minimum, shall provide 16 sets of installation, operation, maintenance and training manuals or (1) per system. a. System Operation Manual Contractor shall provide detailed manuals describing the overall operational functionality and capability of all equipment in the system. Contractor shall provide (1) hardcopy and (1) CD-ROM per system. All manuals shall be written in English. b. System Maintenance Manual The Contractor shall provide a comprehensive installation and instruction manuals for all equipment and software in the system. These manuals shall provide concise information, including engineering drawings, trouble shooting diagrams, layout drawings, printed circuit board overlays, tests and alignment procedures, theory of operation, interconnection diagrams, and parts lists. Also included shall be a list of maintenance and test equipment required for equipment maintenance prescribing make, model, description, manufacturer and alternatives. These manuals shall be suitable for rapid and efficient maintenance and repair of the equipment by a competent technician. c. Student Operator and Maintenance Training Manual Upon final system acceptance by the Government the contractor shall provide (1) hardcopy and (1) CD-ROM copy per student. The Operation and Maintenance manuals shall be written in English. d. System Software Manual The Contractor is responsible for furnishing software manuals for all off the shelf, customized and special purpose software provided or developed for this project. Software manuals may be provided either as hardcopy or CD ROM. e. Commercial Off-The-Shelf (COTS) Manuals The Contractor shall provide (1) hardcopy and (1) CD-ROM of any system component COTS manuals. The manuals shall be in English. XI. System Testing and Acceptance a. Field Demonstration in CONUS The contractor shall plan and execute a Field Demonstration at a location determined by the Contractor in CONUS and witnessed by USG representatives. The Field Demonstration shall be planned to demonstrate the full set of functions of the system with antenna using controlled or commercial emitters of convenience. The contractor shall deliver to the USG, a copy of the Field Demonstration plan, at least (30) calendar days prior to commencement of the Field Demonstration. The demonstration shall be conducted in conjunction to the FAT unless directed otherwise by the USG. The demo shall include at least (3) TTSS and all required functions. b. Factory Acceptance Test (FAT) The contractor shall plan and execute a Factory Acceptance Test (FAT) at a facility determined by the Contractor in CONUS and witnessed by USG representatives. The FAT shall include a DF accuracy test and calibration to be conducted in a suitable testing range or anechoic chamber. The contractor shall provide the USG with data from previous tests that may be considered for the purpose of de-scoping the testing for this system. The USG shall have the right to request any system components and/or sub-components to be shipped, at contractor's expense, to Aberdeen Proving Ground, MD for up to a (5) day period for testing that cannot be verified at the contractor's chosen location. The USG shall have the right to conduct testing of the contractor's equipment in an anechoic chamber as necessary. The contractor shall maintain the right to be present during these tests at APG. All travel costs shall be included in the proposal. This test shall be conducted prior to shipping the system OCONUS and shall have procedures that mimic the operational environment and operational functions. The test shall include at least (3) TTSS and all required functions. Acceptance shall include an open-air field test to demonstrate maximum required operational range. All test procedures shall include all required test data sheets for recording test results showing actual or quantitative observations and all required calculations. Allowable tolerances for each parameter as well as test instrument tolerances shall be presented on the test data sheets. The use of check-off sheets or simple "Go/No Go" records shall require approval by the government prior to being used. The test plan shall include pass/fail criteria and injection of faults to test BIT/BITE of the system. The contractor shall deliver to the USG, a copy of the test plan, at least (30) calendar days prior to commencement of the FAT. c. Functional Demonstration in CPC The contractor shall support the USG with planning and executing a Functional Demonstration in the CPC. The contractor shall plan to send a representative to the CPC to provide engineering support during these events. The functional demonstration shall be planned to demonstrate the full set of functions of the fully integrated system in its final form using simulated or commercial emitters of convenience. The Functional Demonstration shall require no more than 4 days and shall be under the control of the USG with technical support from the contractor personnel. The contractor shall deliver to the USG, a copy of the Functional Demonstration plan, at least (30) calendar days prior to commencement of the Functional Demonstration. XII. Travel The contractor shall provide in the final cost a Site Survey in CPC to assess Training location and OCONUS Functional Demonstration location. The contractor shall travel to CPC with USG representatives to support a site survey, system inventory, functional demo and training. All major meetings between the USG and contractor shall occur at contractor location. As an alternative all meeting shall be held via teleconferences. The contractor is expected to travel to Government facilities, both in CONUS and OCONUS to participate in all major activities of this project. Some OCONUS sites may include hazardous regions. Contractor personnel will be subject to all applicable travel regulations (FAR 31.205-46, citing Federal Travel Regulations, Joint Travel Regulations and Standardized Regulations Section 925) in effect at the time of anticipated travel. XIII. Integrated Master Schedule (IMS) The IMS is the single integrated schedule that identifies the dates of all work to be completed by the Contractor. Other schedules referred to or developed during this contract shall not conflict with the IMS. The Contractor shall develop an IMS for the TTSS that contains at a minimum the following milestones and information: a. Materiel purchases b. System integration c. Post Award Meeting d. Design Reviews (PDR, CDR) e. Periodic Project In-progress Reviews f. Site Survey to CPC g. Test Readiness Reviews (TRR) h. Acceptance Test Date i. Functional Demo Test Date j. Delivery Date k. Fielding Date l. Training Date Note: The IMS is proposed by the offeror/Contractor in response to the solicitation. The IMS, as accepted by the Government at the completion of contract negotiations, is attached to the awarded contract and developed in MS Project with a copy emailed to the Government no later than 14 calendar days after contract award. XIV. Response Format and required Information All responses shall be formatted according to the contractor's format but shall contain at a minimum the following: a.Requirement compliance matrix shall list all programmatic and operational requirements indicating whether or not the contractor fully meets each requirement and, if is not fully met; indicate a mitigation strategy with minimal development, what is currently available in industry, what the contractor currently has available to offer in place of the requirement that cannot be met or whether the requirement cannot be met at all by industry. b.A cost breakout for the full set of services including the system technical support, training, warranty, spares, programmatic support, and logistical support, 5-day site survey to CPC. c.A proposed delivery schedule with key milestones including all key meetings shall be included. d.All responses shall address the full set of requirements. Responses that address only partial requirements shall not be considered for review by the USG. e.The replies received may be used by the USG to do a competitive selection for a selectee among replies. f.The contractor shall also include the strengths and weaknesses of his approach. g.Replies need to demonstrate the contractor fully understands the overall scope of this project and that he has the necessary experience from a technical and programmatic point of view. h.In addition, the contractor shall submit a proposed schedule showing how the company plans to develop, complete, and deliver to the USG the complete system. i.If you choose to submit proprietary information, mark it accordingly. Classified information will be accepted, upon notifying the USG, shall be marked accordingly and sent via proper channels. j.The contractor shall deliver as a response to this RFI, a proposal that includes overall price, delivery schedule, technical approach, any program risk information, photos or drawings of proposed system fully deployed in the two-man-portable configuration. k.The contractor shall list all past performance history of the proposed system, if applicable. l.Responses without the above may be rejected by the USG as being non-compliant. XV. Original Point of Contact Interested parties may submit information to Director, US Army Contracting Command, ATTN: CCAP-SCD, Aberdeen Proving Ground, MD 21005. Inquires may be directed to William M. Schwartz via e-mail at william.m.schwartz.civ@mail.mil; william.m.schwartz@us.army.mil. Initial responses are due no later than 1630 EST 23 November, 2011. Please ensure that RFI number, W15P7T-12-R-D001, is placed in the title and body of e-mail response. XVI. RFI This RFI for P&A does not constitute a commitment on the part of the USG to purchase systems or services. The USG will not pay for any information received in response to this RFI. The USG will not release any information marked with a proprietary legend received in response to this RFI, to any firms, agencies or individuals outside the USG without written permission in accordance with the legend. XVII. Place of Performance Deliverables shall be conducted in locations as indicated above. The address for the USG facility indicated above is: US Army Research Development and Engineering Command (RDECOM), Communications-Electronics Research, Development and Engineering Center (CERDEC), Intelligence and Information Warfare Directorate (I2WD), ATTN: RDER-IWG-IF, Building 6004, APG, MD 21005. XVIII. Questions/Answers: Question A quick query irt the below RFI. It does request pricing to be submitted for a 5-day site survey to CPC -- however, that country is not indicated. Will there be additional information or guidance as it relates to the pricing for this detail be provided? Answer Guidance related to pricing of this Site Survey to Poland is all associated travel costs for the vendor to Poland, i.e. air fare, hotel, rental car. Question Could you please post or distribute a compliance matrix? Answer The vendor is to produce the compliance matrix. Question Paragraph XV is ambiguous with respect to delivery method. The first sentence gives a mailing address. An email address is provided for inquiries, but then the final sentence seems to suggest that email may be used for responses. Can you please clarify whether you will accept responses via email? Answer Army Contracting Command will accept responses via electronic mail (email).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f5073165d72a9d97c51cae7aadaa843)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02628064-W 20111124/111122235312-8f5073165d72a9d97c51cae7aadaa843 (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.