Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 21, 2013 FBO #4319
SOLICITATION NOTICE

J -- Audiology Department Service Maintenance on Equipment

Notice Date
9/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-13-T-0409
 
Archive Date
10/11/2013
 
Point of Contact
Jasmine Adriano,
 
E-Mail Address
Jasmine.Adriano@med.navy.mil
(Jasmine.Adriano@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-13-T-0409. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20061004. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov and www.acq.osd.mil. The NAICS code is 811219 and the Small Business Standard is $19.0M. This is a competitive, unrestricted action. Naval Medical Center San Diego requests responses from qualified sources capable of providing: CLIN 0001 Service Maintenance and Calibration Grason Stadler ModeL GSI-61 Audiometer ECN: 107628; SN: 105377 Location: Audiology Bldg 2 Deck 2 Booth 1 Grason Stadler Model GSI-61 Audiometer ECN: 107630; SN: 105380 Location: Audiology Bldg 2 Deck 2 Booth 2 Grason Stadler Model GSI-61 Audiometer ECN: 107629; SN: 105379 Location: Audiology Bldg 2 Deck 2 Booth 3 Grason Stadler Model GSI-61 Audiometer ECN: 107631; SN: 105378 Location: Audiology Bldg 2 Deck 2 Booth 4 Grason Stadler Model GSI-61 Audiometer ECN: 33091; SN: 52141 Location: Audiology Bldg 2 Deck 2 Closet Grason Stadler Tympstar Impedance Bridge ECN: 0-35382; SN: ALO62315 Location: Audiology Bldg 2 Deck 2 Room 2K-9S1 Grason Stadler Tympstar Impedance Bridge ECN: 0-35391; SN: ALO62314 Location: Audiology Bldg 2 Deck 2 Room 2K-9S1 Grason Stadler Tympstar Impedance Bridge ECN: 106177; SN: ALO94119 Location: Audiology Bldg 2 Deck 2 Room 2K-7Q3 Grason Stadler Tympstar Impedance Bridge ECN: 106176; SN: ALO95008 Location: Audiology Bldg 2 Deck 2 Room 2K-R6 Grason Stadler Tympstar Impedance Bridge ECN: OM47F1; SN: 2002-0388 Location: Audiology Bldg 2 Deck 2 Room 2K-952A Audioscan Hearing Aid Analyzer ECN: 0-35214; SN: 2595 Location: Audiology Bldg 2 Deck 2 Room 2K-8S2J Audioscan Hearing Aid Analyzer ECN: 0-35213; SN: 2593 Location: Audiology Bldg 2 Deck 2 Room 2K-9S1 Audioscan Hearing Aid Analyzer ECN: 0-35331; SN: 2594 Location: Audiology Bldg 2 Deck 2 Room 2K-8S2J Maico MA-41 Portable Audiometer ECN: OM2E40; SN: 65070 Location: Audiology Bldg 2 Deck 2 Booth 3 Maico MA-41 Portable Audiometer ECN: 0-24082; SN: 65069 Location: Audiology Bldg 2 Deck 2 Booth 1 Maico MA-41 Portable Audiometer ECN: OM16FD; SN: 71026 Location: Audiology Bldg 2 Deck 2 Booth 2 Otodynamics Otoacoustic Emissions ECN: 0-33091; SN: ECHO (DP4/05/0199/09) SN of HP Laptop: AA052141 Location: Audiology Bldg 2 Deck 2 2K-7R6 Otodynamics Otoacoustic Emissions ECN: 108784; SN: LR-ALPDA Location: Audiology Bldg 2 Deck 2 Adult ABR RM Otodynamics Otoacoustic Emissions ECN: 0-31727; SN: DP403004711 Location: Audiology Bldg 2 Deck 2 2K-7R5 Otodynamics Otoacoustic Emissions ECN: 106417; SN: DP0409050496 Location: Audiology Bldg 2 Deck 2 2K-7Q3 ABAER Newborn Hearing Screener ECN: 0-99276; SN: SZSL93DA081700700 Location: Ward 3N ABAER Newborn Hearing Screener ECN: 0-99275; SN: SZSL939AO8100969 Location: Ward 3E ABAER Newborn Hearing Screener ECN: 98092; SN: SZSL93DA082900589 Location: NICU Biologic Navigator Pro ABR/ASSR ECN: 35643; SN: NP0611716 Location: Audiology Bldg 2 Deck 2 RM 2K-9S2A Biologic Master ABR/ASSR ECN: 0-98278; SN: CNU8293V9T Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L Biologic Master ABR/ASSR ECN: 102422; SN: 09D05288M Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L Biologic Master ABR/ASSR ECN: 102421; SN: 09D05304M8 Location: Audiology Bldg 2 Deck 2 RM 2K7P6 Traveler ABR System ECN: 00259OM2CAE; SN: TE96J0351 Location: Audiology Bldg 2 Deck 2 RM 2K-8S2L Acoustic System Audio Testing Booth ECN: 0-97341; SN: RS-143-1 Location: Audiology Bldg 2 Deck 2 RM 2K-8S2A and RM 2K-8S2B Acoustic System Audio Testing Booth ECN: 0-97338; SN: RS-143-2 Location: Audiology Bldg 2 Deck 2 RM 2K-8S2C and RM 2K-8S2D Acoustic System Audio Testing Booth ECN: 0-97339; SN: RS-143-3 Location: Audiology Bldg 2 Deck 2 RM 2K-8S2D and RM 2K-8S2F Acoustic System Audio Testing Booth ECN: 0-97340; SN: RS-143-4 Location: Audiology Bldg 2 Deck 2 RM 2K-8S2G and RM 2K-8S2H Interacoustics Audiometer ECN: 0-23999; SN: 100277 Location: Audiology Bldg 2 Deck 2 Booth 3 Interacoustics Audiometer ECN: 0-24001; SN: 100278 Location: Audiology Bldg 2 Deck 2 Booth 4 Grason Stadler Auditory Analyzer ECN: 38013; SN: AT040540 Location: Audiology Bldg 2 Deck 2 NICU AUDSUP-B Bronze AUDBASE Support Location: Audiology Bldg 2 Deck 2 AUDBASE Software Support includes unlimited telephone, software updates, and software repair. AUDBASE Software Support is installed on the following networked computers: NMCSDPC-410V5B; 410V47; 410V5J; 410V7M; 410V5Y; 410V2G, 8C8VFK1; 410TNL; 410TPR; 410TQL; 410VFZ; 410VG4; 410TNC; 410TR0; 410VFY VNG/ENG Computer Medical System ECN: 104948; SN: 47D6JJ1 Location: Audiology Bldg 2 Deck 2 RM 2K-7Q3 DVAT (Dynamic Visual Acuity Tester) ECN: 105003; SN: DL3111 Location: Audiology Bldg 2 Deck 2 RM 2K-7Q3 Balance Manager Smart Equitest Posturography ECN: 106654; SN: 5170 Location: Audiology Bldg 2 Deck 2 RM 2K-7P6 STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH LOANER OPTION AUDIOLOGY DEPARTMENT BLD 2 DECK 2 619 532-9602 GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair/preventive maintenance of (Also see attached for list with ECNs and Serial #s.) AUDIOMETERS, TYMPSTARS, AUDIOSCAN HEARING AID ANALYZERS, PORTABLE AUDIOMETERS, OTOACOUSTIC EMISSIONS ANALYZERS, ABAER SYSTEMS, BIOLOGIC NAVIGATORS (MASTER) SYSTEMS, MAICO PORTABLE AUDIOMETERS, TRAVELER ABRS, NEUROCOM BALANCE MANAGER (POSTUROGRAPHY), ACOUSTIC SYSTEM TESTING HEARING BOOTHS ( INCLUDING VRA EQUIPMENT) located in the AUDIOLOGY DEPARTMENT Bld. 2 Deck 2 at Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. LOCATION: ENT Clinic, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Contractor will respond no later than two (2) business days after telephone notification of Preventive Maintenance Service request. b. Perform service repair/preventive maintenance to industry standards. c. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates (or notarized copies) to the Material Management Department BIOMED division for verification. d. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego, an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of 0800-1600. b. Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. c. Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction. d. Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing. f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. g. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: Contractor shall use commercially reasonable efforts to: a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday - Friday, 0800-1600. b. Provide on-site support within two (2) business days of notification by NMCSD personnel. c. Vendor must be locally based (within 100 mile radius of NMCSD) to provide quick response time. TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The government retains ownership to title thereof. LIABILITY: The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: The Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego. ACCESS TO EQUIPMENT: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment. GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal equipment downtime, contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within two (2) business days. LABOR: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, NMCSD Biomedical Repair Division shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be new. SPECIAL CONDITIONS: The Contractor shall send a loaner unit within 48 hours of receiving call. Repair of government owned equipment shall be accomplished at Contractor Facility. Equipment shall be returned to NMCSD upon completion of repair work. Contractor shall be responsible for all shipping costs. SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at: Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013 Or electronically at: ca@med.navy.mil The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following: Contractor Name Technician's Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service. Completed Field Service Reports are Required Prior to Acceptance of any Invoice. PREVENTIVE MAINTENANCE AND REPAIR SERVICE SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) _______ One (1) time per fiscal year ____________________________________ ______ Two (2) times per fiscal year _____________________________________ ___ 4___ Four (4) times per fiscal year: OCT2013 / JAN2014 / APR2014 / JUL2014 REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 hrs. _______ Seven (7) days per week, 24-hour coverage LIST OF EQUIPMENT ON STATEMENT OF WORK Grason Stadler Model GSI-61 Audiometer ECN: 107628; SN 105377 Grason Stadler Model GSI-61 Audiometer ECN: 107630; SN: 105380 Grason Stadler Model GSI-61 Audiometer ECN: 107629; SN: 105379 Grason Stadler Model GSI-61 Audiometer ECN: 107632; SN: 105378 Grason Stadler Model GSI-61 Audiometer ECN: 33091; SN: 52141 Grason Stadler Tympstar Impedance Bridge ECN: 0-35382; SN: ALO62315 Grason Stadler Tympstar Impedance Bridge ECN: 0-35391; SN: ALO62314 Grason Stadler Tympstar Impedance Bridge ECN: 106177; SN: ALO94119 Grason Stadler Tympstar Impedance Bridge ECN: 106176; SN: ALO95008 Grason Stadler Tympstar Impedance Bridge ECN: OM47F1; SN: 2002-0388 Audioscan Hearing Aid Analyzer ECN: 0-35214; SN: 2595 Audioscan Hearing Aid Analzyer ECN: 0-35213; SN: 2593 Audioscan Hearing Aid Analzyer ECN: 0-35331; SN: 2594 Maico MA-41 Portable Audiometer ECN: OM2E40; SN: 65070 Maico MA-41 Portable Audiometer ECN: 0-24082; SN: 65069 Maico MA-41 Portable Audiometer ECN: OM16FD; SN: 71026 Otodynamcis Otoacoustic Emissions ECN: 0-33091; SN: ECHO (DP4/05/0199/09) Otodynamics Otoacoustic Emissions ECN: 108784; SN: LR-ALPDA Otodynamics Otoacoustic Emissions ECN: 0-31727; SN: DP403004711 Otodyanmics Otoacoustics Emissions ECN: 106417; SN: DP0409050496 ABAER Newborn Hearing Screener ECN: 0-99276; SN: SZSL93DA081700700 ABAER Newborn Hearing Screener ECN: 0-99275; SN: SZSL939AO8100969 ABAER Newborn Hearing Screener ECN: 98092; SN: SZSL93DA082900589 Biologic Navigator Pro ABR/ASSR ECN: 35643; SN: NP0611716 Biologic Master ABR/ASSR ECN: 0-98278; SN: CNU8293V9T Biologic Master ABR/ASSR ECN: 102422; SN: 09D05288M Biologic Master ABR/ASSR ECN: 102421; SN: 09D05304M8 Traveler ABR System ECN: 00259OM2CAE; SN: TE96J0351 Acoustic Systems Audio Testing Booth ECN: 0-97341; SN: RS-143-1 Acoustic Systems Audio Testing Booth ECN: 0-97338: SN; RS-143-2 Acoustic Systems Audio Testing Booth ECN: 0-97339; SN: RS-143-3 Acoustic Systems Audio Testing Booth ECN: 0-97340; SN: RS-143-4 Interacoustics Audiometer ECN: 0-23999; SN: 100277 Interacoustics Audiometer ECN: 0-24001; SN: 100278 Grason STadler Auditory Analyzer ECN: 38013; SN: AT040540 AUDSUP-B Bronze AUDBASE Support Software installed on the following computers: NCMSDPC - 410V5B; 410V47; 410V5J; 410V7M; 410V5Y; 410V2G; 8C8VFK1; 410TNL; 410TPR; 410TQL; 410VFZ; 410VG4; 410TNC; 410TR0; 410VFY VNG/ ENG Computer Medical System ECN: 104948; SN: 47D6JJ1 DVAT (Dynamic Visual Acuity Tester) ECN: 105003; SN: DL3111 Balance Manager Smart Equitest Posturography ECN: 106654; SN: 5170 Period of performance is 01 OCT 2013-30 SEP 2014. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) RAPID GATE NCACS Program Implementation Instruction This announcement will close at 10:00 AM, Pacific Standard Time on 26 September 2013. Submit your quotes officially and electronically through NECO. For questions, please contact Jasmine Adriano Lucht via email ONLY at Jasmine.Adriano@med.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote that shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price and (i) price; (ii) 2-day response time; (iii); local vendor; (iv) and past performance. Technical and past performance, when combined, is the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-13-T-0409/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03195724-W 20130921/130920000135-90da9266ff960087e205ee05240d8b8e (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.