Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
MODIFICATION

J -- KUMMSC Facility Maintenance - PWS

Notice Date
5/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
FA9401-15-R-KUMMSC
 
Point of Contact
Amber L. Doan, Phone: (505) 846-6284, Brian Jason Clark, Phone: (505) 846-6673
 
E-Mail Address
amber.doan@us.af.mil, Brian.Clark.6@us.af.mil
(amber.doan@us.af.mil, Brian.Clark.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
05/19/2015 1. GENERAL INFORMATION: For planning and informational purposes, the Air Force Nuclear Weapons Center (AFNWC) is seeking potential sources for the maintenance, sustainment and upgrade (as required) of the Blast Containment and Management System (BCMS) for the Kirtland Underground Munitions Maintenance Storage Complex (KUMMSC) located at Kirtland Air Force Base, New Mexico. 2. BACKGROUND: The BCMS operating system is controlled by a network of 4 Programmable Logic Controllers (PLC 4). PLC 4 is the central control location of the network and houses a GE iFix Supervisory Control and Data Acquisition (SCADA) System, redundant Allen-Bradley ControLogix PLC processors, an alarm horn and alarm silence and test pushbuttons. Pushbuttons for mechanical plenum isolation valve control and blast alarm resets are also face mounted and hardwired to the PLC. All alarm and valve status indications will be displayed on local monitors. The purpose of the HVAC system is to provide heating and cooling of the conditioned space for proper personnel and facility comfort levels during the maintenance and storage of Priority Level 1 assets. For this system blast isolation and blast valves serve the purpose of containing an explosion in any of the 9 blast zones in which it occurs. HVAC consists of two supply fans, three exhaust fans, and 11 air handling units (AHUs). The AHUs presently in the facility are manufactured by McQuay LSC/LHD which are low and medium pressure units that come with base mounted internal and trapeze/ceiling isolators. Additionally, three duct fans (DF-1, 2, 3) function in conjunction with the supply and exhaust fans. All coils are suitable for hot or chilled water flow. Every AHU is interlocked to both the Temperature Control System (TCS) and the BCMS through the use of room sensors. The BCMS controls and monitors five valves pertaining to the KUMMSC sewage system. The facility is in the process of undergoing two construction projects for AHU replacement. The first construction project is to replace AHU1 and it is scheduled to complete fall of 2015. The second construction project is to replace the remaining AHU's and is scheduled to complete late 2016/early 2017. As a result of these construction projects, the contractor will not be responsible for performing preventive maintenance or repair of the AHU's until 1-year after the second construction project completes, at which time the initial warranty period will have expired. For AHU's, at contract start, the contractor will only be responsible for performing the functions as listed in the PWS which starts in section 3.1.6. 3. REQUESTED CAPABILITY: The contractor shall have the requisite capability to perform the effort as defined in Section 3 of the Draft PWS dated 14 May 2015 (see attached). 4. RESPONSES: Please submit written responses no later than 19 June 15. Contractor format is acceptable, e-mail brian.clark.6@us.af.mil and amber.doan@us.af.mil. The Government will review industry responses in detail. Responses received after 19 Jun 15 may not be reviewed. No phone responses will be accepted. No additional information is available at this time. There are no other prescribed format requirements for the responses to this announcement. Submit detailed capabilities of your firm to meet the requirements listed in Section 3 of the PWS. Your capability statement should not exceed 20 (single-sided) pages and should include the following information: A. Provide contact information with your submission: company name, address, and primary points of contact (including name, phone number, and email address). B. Detail relevant experience in government and commercial sectors. Include the following information: a) Government contract number b) Contract value c) Role your company played d) Point of contact and current telephone number (PCO or Program Manager) C. Address your company's resource capacity to support the Blast Containment Management System maintenance effort over an anticipated five (5) year contract period. D. Describe your company's experience with maintaining Allen Bradley Programmable Logic Controllers (including GE iFix Supervisory Control and Data Acquisition (SCADA) System and Allen Bradley ControLogix) and software experience with Allen Bradley Compact Logic, Rockwell Automation, GE GlobalCare Software Support and Microsoft for maintenance purposes. See PWS paragraph 1.1 for the Scope and 4.4.2 for the required Personnel Experience. E. Indicate if you are able to maintain the Programmable Logic Controllers with the information provided to date, the draft PWS (dated May 2015), and the Schematic Drawings previously posted on FBO. Indicate if any other information, such as source code, is required for you to submit a competitive bid. Please be explicit in your response to this section of the capability statement. Credentials in addition to your statement are acceptable to support your capability to perform the BCMS. F. The NAICS code for this effort is 811219 with a size standard of $19.0 Million. a) Interested firms must provide their CAGE code and DUNS number. Respondents must indicate their size of business pursuant to the North American Industry Classification System (NAICS). Please indicate whether you are a large or small business. IF a small business, please specify the type (e.g. Small Disadvantage Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, WOSB, and VOSB). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates. b) Please indicate whether your company is interested in participating as part of a teaming arrangement. G. Please provide any additional information you fell would assist the government in determining your ability to support this type of workload. Failure to respond to this sources sought does not preclude participation in any future competition, nor will information provided in response to this sources sought be used to exclude anyone from responding to any future Request for Proposals. Communications with AFNWC with regard to this sources sought will only be permitted in writing during the sources sought response period. 5. REQUESTED INFORMATION: This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. It is only to obtain market capabilities in order to gain information to assist the government in determining the most effective acquisition strategy. The government's evaluation of the capability statements received will factor into whether this acquisition will be competed or not, and if competed whether it will be conducted as a full and open competition or as a set-aside for small business or any particular small business designation. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. 05/14/2015 Industry Day #2 Mission Update Industry Day #2 has been moved as follows: FROM: Tuesday, 9 June 2015 TO: Monday, 8 June 2015 Time schedule will be as follows: 8 June 2015, will follow the schedule below: 0730-0830 - Top side facility Check-In / Credential verification 0830-0845 - Introductions and Admin 0845-0900 - Security Brief 0900-0930 - Contracting & Source Selection Process 0930-1000 - KUMMSC Mission Brief 1000-1015 - Break 1015-1230 - KUMMSC Facility Tour 1230-1330 - Lunch Break 1330-1415 - Question and Answer Session (includes all attendees) 1415-1600 - One-on-One Session Document and Request deadlines will remain unchanged. 04/28/2015 The purpose of this notice is to provide Questions and Answers from Industry Day #1, 26 February 2015, post a revised PWS, and provide Industry Day #2 details. The government will be providing two subsequent postings on FBO between 8 and 14 May. These postings will provide instructions for interested parties to submit statements of capability and lastly will outline a change in the government's acquisition strategy/methodology. 1. Questions and Answers from Industry Day #1, 26 February 2015, are attached to this notice. 2. Industry Day #2 will be to discuss the PWS updates/revisions with a focus on the BCMS portion, an overarching KUMMSC mission brief to provide an overview of the system and requirements, Contracting Brief, facility tour, and provide opportunity for One-on-One sessions. 9 June 2015, will follow the schedule below: 0730-0830 - Top side facility Check-In / Credential verification 0830-0845 - Introductions and Admin 0845-0900 - Security Brief 0900-0930 - Contracting & Source Selection Process 0930-1000 - KUMMSC Mission Brief 1000-1015 - Break 1015-1230 - KUMMSC Facility Tour 1230-1330 - Lunch Break 1330-1415 - Question and Answer Session (includes all attendees) 1415-1600 - One-on-One Session The one-on-one meetings will only be held with interested parties who complete all industry day attendance requirements by the deadlines noted within this posting and inform contracting of their request for a one-on-one session. In addition, offerors must submit written questions in advance NLT 4 pm MST on 2 June 2015. There will be a time limit per session (approximately 20-30 minutes per company). The Contracting Office will randomly draw the names of interested vendors in order to determine time slots. Confirmation emails will be sent to all interested vendors prior to Industry Day. Questions and answers from these sessions shall be reviewed, compiled, and posted on FBO following the One-on-One sessions. Do not ask questions pertaining to proprietary information or trade secrets. If you want a One-on-One session with the Government, you must request the session and submit questions to Amber Doan, amber.doan@us.af.mil by COB 4pm MST, 2 June 2015. All visitors must coordinate with our security clearance point of contact, Ms. Deborah Forsythe, to participate in the facility tour. NO ELECTRONIC DEVICES, to include: phones, laptops, tablets, thumb drives, cameras, smart watches, etc., will be allowed in the facility. Additionally, NO WEAPONS will be allowed in the facility. Visitors will pass through a metal detector before entering the facility. All interested parties (including interested parties who previously completed a JPAS request) must complete the following NLT 4 pm MST on 2 June 2015: JPAS/Form 2345: Allows you to take the tour on Industry Day, 9 June 2015 from 1015 - 1230 (if cleared through JPAS). 3. All vendors are required to enter a visit request into the Government JPAS system (Joint Personnel Adjudication System). Separate JPAS requests must be made for each Industry Day; a blanket request shall be denied. Each prospective prime contractor is permitted to send four (4) representatives including subcontractors to the Industry Day; HOWEVER, only two (2) reps per company may take the tour. We recommend Lead Engineer and Program Manager to take the tour. See JPAS/Form 2345 information listed below. SMO Code: KV1MFV486 Date of Visit: 9 June 2015 Purpose: KUMMSC Facility Industry Day POC Name: Deborah Forsythe POC Phone: (505) 853-2112 4. A request shall be made via email to Brian "Jason" Clark at 505-846-5703, brian.clark.6@us.af.mil, or Amber Doan at 505-846-6284, amber.doan@us.af.mil to be added to the Contracting attendance roster. Please provide the following: a. Company name b. Your name and job title c. Physical address d. DUNS e. CAGE Code f. Names of attendees g. A note if you are interested in being the prime contractor or subcontractor for this effort Once you are cleared to attend, Amber Doan will follow up with you via email and will provide you maps and information on how to gain access to Kirtland AFB. 5. Additionally, all companies who have yet to submit a completed Non-Disclosure Agreement by 2 June 2015 must do so in order to participate. Parties who have not submitted their JPAS/Form 2345 request or a copy of their Non-Disclosure Agreement before the deadline (2 June 2015) will not be admitted for participation. 6. The Non-Disclosure Agreement is attached. The Agreement must be completed and sent back to the Contract Administrator, Ms. Amber Doan, amber.doan@us.af.mil in order to gain access to attached files. Non-Disclosure Agreement: 1. Gives explicit access to view documents on FBO.gov. 2. Allows you to attend the Mission Briefing on Industry Day, 9 June 2015 from 0930 - 1000. 3. Allows you to attend the Q&A at the end of Industry Day, 9 June 2015 from 1330 - 1415. 4. Allows you to attend the One-on-One session (if one is requested by the deadline of 1 June 2015), 9 June 2015 from 1415-1600. This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. 02/23/2015 The purpose of this notice is to provide updated information regarding Industry Days: 1. Mission Brief will not be posted via FBO.gov. 2. Secret Clearance is no long required to participate in the facility tour on Thursday, 26 February 2015. However, a visit request must be submitted by Monday, 23 February 2015 and only two (2) reps per company may take the tour. 3. Ensure you are properly dressed for the tour (i.e. jeans, work boots/tennis shoes, warm clothing). Drinks and food are not allowed, no electronics of any kind, and two forms of photos ID's are required. 4. If you want a One-on-One session with the Government, you must request the session and submit questions to Amber Doan, amber.doan@us.af.mil by COB Monday, 23 February 2015. 02/20/2015 The purpose of this notice is to correct the SMO Code. The new SMO Code is: SMO Code: KV1MFV486 02/19/2015 The purpose of this notice is to clarify with industry the requirements/documents needed to attend the Industry Day, KUMMSC Facility Tour, One-on-One sessions, and post the Contract Briefing. Note the Mission Briefing will be posted Friday, 20 February 2015. See details below: Non-Disclosure Agreement: 1. Gives explicit access to view documents on FBO.gov. 2. Allows you to attend the Mission Briefing on Industry Day, 26 February 2015 from 0730 - 1000. 3. Allows you to attend the Q&A at the end of Industry Day, 26 February 2015 from 1330 - 1430. 4. Allows you to attend the One-on-One session (if one is requested by the deadline previously posted on FBO), 27 February 2015 from 0730 - 1200. JPAS/Form 2345: 1. Allows you to take the tour on Industry Day, 26 February 2015 from 1015 - 1230 (if cleared through JPAS). The Non-Disclosure Agreement submission suspense has been extended from Thursday, 19 February 2015 to Tuesday, 24 February 2015. The JPAS/Form 2345 submission suspense has been extended from Thursday, 19 February 2015 to Close of Business Monday, 23 February 2015. 02/13/2015 The purpose of this notice is to inform industry that the Industry Day has been rescheduled and will be held on 26th - 27th February 2015. See details below: The first of the (2-day) Industry Day events will be hosted at the KUMMSC facility on Kirtland AFB on the 26th and 27th of February 2015 from 7:30 am - 2:30 pm MST (both days, see schedule details below). This shall be the FIRST of TWO (2-day) Industry Day events offered. Industry Days will be held to ensure a complete understanding of the magnitude of this requirement and PWS by all interested parties. It is highly encouraged that interested parties attend both Industry Day events in order to actively and effectively participate in this acquisition. The first Industry Day is intended to provide an overarching KUMMSC mission brief to provide an overview of the system and requirements, a facility tour, a presentation from AFNWC Contracting on the Source Selection process, and afford offerors an opportunity to have one-on-one meetings with the Government. Day 1, 26 February 2015, will follow the schedule outlined below: 0730-0800 - Top side facility Check-In / Credential verification 0800-0815 - Introductions and Admin 0815-0830 - Security Brief 0830-0915 - Contracting & Source Selection Process 0915-1000 - KUMMSC Mission Brief 1000-1015 - Break 1015-1230 - KUMMSC Facility Tour 1230-1330 - Lunch Break 1330-1415 - Question and Answer Session (includes all attendees) 1415-1430 - Closing Day 2, 27 February 2015, will follow the schedule outlined below: 0730-1200 - One on One Meetings. The one-on-one meetings will only be held with interested parties who complete all industry day attendance requirements by the deadlines noted within this posting and inform contracting of their request for a one-on-one session. In addition, offerors must submit written questions in advance NLT 4 pm MST on 23 February 2015. There will be a time limit per session (approximately 20-30 minutes per company). The Contracting Office will randomly draw the names of interested vendors in order to determine time slots. Confirmation emails will be sent to all interested vendors prior to Industry Day. Questions and answers from these sessions shall be reviewed, compiled, and posted on FBO following the One-on-One sessions. Do not ask questions pertaining to proprietary information or trade secrets. The second Industry Day Event is tentatively set for late March 2015 - The purpose will be to discuss PWS updates/revisions, a potential facility tour, a presentation from AFNWC Contracting on the Source Selection process and provide opportunity for one-on-one sessions. Schedule is subject to change; the most recent updates will be posted via FBO. All visitors will require a Secret Clearance to participate in the facility tour. NO ELECTRONIC DEVICES, to include: phones, laptops, tablets, thumb drives, cameras, smart watches, etc., will be allowed in the facility. Additionally, NO WEAPONS will be allowed in the facility. Visitors will pass through a metal detector before entering the facility. All interested parties (including interested parties who previously completed a JPAS request) must complete the following NLT 4 pm MST on February 19, 2015: 1. All vendors are required to enter a visit request into the Government JPAS system (Joint Personnel Adjudication System). Separate JPAS requests must be made for each Industry Day; a blanket request shall be denied. Each prospective prime contractor is permitted to send four (4) representatives including subcontractors to the Industry Day; HOWEVER, only two (2) reps per company may take the tour. We recommend Lead Engineer and Program Manager to take the tour. See JPAS information listed below. SMO Code: KV1MGV486 Date of Visit: 26th & 27th February 2015 Purpose: KUMMSC Facility Industry Day POC Name: Deborah Forsythe POC Phone: (505) 853-2112 2. A request shall be made via email to Brian "Jason" Clark at 505-846-5703, brian.clark.6@us.af.mil, or Amber Doan at 505-846-6284, amber.doan@us.af.mil to be added to the Contracting attendance roster. Please provide the following: a. Company name b. Your name and job title c. Physical address d. DUNS e. CAGE Code f. Names of attendees g. A note if you are interested in being the prime contractor or subcontractor for this effort Once you are cleared to attend, Amber Doan will follow up with you via email and will provide you maps and information on how to gain access to Kirtland AFB. 3. Additionally, all companies who have yet to submit a completed Non-Disclosure Agreement by February 19, 2015 must do so in order to participate. Parties who have not submitted their JPAS request or a copy of their Non-Disclosure Agreement before the deadline will not be admitted for participation. This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement. 01/21/2015 Kirtland Underground Munitions Maintenance and Storage Complex (KUMMSC) Blast Containment Management System (BCMS), SOURCES SOUGHT SYNOPSIS # FA9401-15-R-KUMMSC. This is a SOURCES SOUGHT SYNOPSIS announcement. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is a notification that the Air Force Nuclear Weapons Center (AFNWC) Contracting Office and the 377th Air Base wing are conducting a Non-Personal Services acquisition for the 898th Munitions Squadron (MUNS), Kirtland AFB, NM. The Contractor effort includes maintenance, sustainment, and potentially upgrading the Kirtland Underground Munitions Maintenance and Storage Complex (KUMMSC) Blast Containment Management System (BCMS) over the next five years (1-year base, and 4/1-year option periods). It is anticipated that this will be a Firm Fixed Price (FFP) contract. To ensure a contract is in place by Dec 2015, the Request For Proposal (RFP) is anticipated to be released Mar/Apr 2015 following completion of all Industry Day events defined below. Contract award is anticipated Dec 2015 with an approximate transition period of Dec 2015 through Jan 2016. This notice is to provide interested offerors with a copy of the draft Performance Work Statement (PWS) and additional supplemental information to generate industry feedback and assist the Government in development of the overall acquisition strategy. Access to the PWS and the supplemental data shall be restricted due to the potential sensitive nature of the documents. In order to access these documents, interested offerors must request "explicit access" on FBO and provide Mr. Clark and Amber Doan a signed DD2345 and have completed the JPAS security process as outlined at the bottom of this posting. Once these are accomplished the Contracting Officer will approve the explicit access request on FBO so that you may access and review the documents. This notice is also to inform interested offerors about upcoming Industry Day events and the rules of engagement to attend. The first of the (2-day) Industry Day events will be hosted at the KUMMSC facility on Kirtland AFB on the 9th and 10th of February 2015 from 7:30 am - 2:30 pm MST (both days, see schedule details below). This shall be the FIRST of TWO (2-day) Industry Day events offered. Industry Days will be held to ensure a complete understanding of the magnitude of this requirement and PWS by all interested parties. Prior to the Industry Day(s), a draft or updated PWS will be released via FBO for industry review and in-depth feedback on capturing the KUMMSC BCMS requirements. It is highly encouraged that interested parties attend both Industry Day events in order to actively and effectively participate in this acquisition. The first Industry Day is intended to provide an overarching KUMMSC mission brief to provide an overview of the system and requirements, a facility tour, a presentation from AFNWC Contracting on the Source Selection process, and afford offerors an opportunity to have one-on-one meetings with the Government. Day 1, 9 February 2015, will follow the schedule outlined below : 0730-0800 - Top side facility Check-In / Credential verification 0800-0815 - Introductions and Admin 0815-0830 - Security Brief 0830-0915 - Contracting & Source Selection Process 0915-1000 - KUMMSC Mission Brief 1000-1015 - Break 1015-1230 - KUMMSC Facility Tour 1230-1330 - Lunch Break 1330-1415 - Question and Answer Session (includes all attendees) 1415-1430 - Closing Day 2, 10 February 2015, will follow the schedule outlined below: 0730-1200 - One on One Meetings. The one-on-one meetings will only be held with interested parties who complete all industry day attendance requirements by the deadlines noted within this posting and inform contracting of their request for a one-on-one session. In addition, offerors must submit written questions in advance NLT 4 pm MST on 4 Feb 15. There will be a time limit per session (approximately 20-30 minutes per company). The Contracting Office will randomly draw the names of interested vendors in order to determine time slots. Confirmation emails will be sent to all interested vendors prior to Industry Day. Questions and answers from these sessions shall be reviewed, compiled, and posted on FBO following the One-on-One sessions. Do not ask questions pertaining to proprietary information or trade secrets. The second Industry Day Event is tentatively set for March 2015 - The purpose will be to discuss PWS updates/revisions, a potential facility tour, a presentation from AFNWC Contracting on the Source Selection process and provide opportunity for one-on-one sessions. Schedule is subject to change; the most recent updates will be posted via FBO. All visitors will require a Secret Clearance to participate in the facility tour. NO ELECTRONIC DEVICES, to include: phones, laptops, tablets, thumb drives, cameras, smart watches, etc., will be allowed in the facility. Additionally, NO WEAPONS will be allowed in the facility. Visitors will pass through a metal detector before entering the facility. All interested parties must complete the following NLT 4 pm MST on January 30, 2015: 1. All vendors are required to enter a visit request into the Government JPAS system (Joint Personnel Adjudication System). Separate JPAS requests must be made for each Industry Day; a blanket request shall be denied. Each prospective prime contractor is permitted to send four (4) representatives including subcontractors to the Industry Day; HOWEVER, only two (2) reps per company may take the tour. We recommend Lead Engineer and Program Manager to take the tour. See JPAS information listed below. SMO Code: KV1MGV486 Date of Visit: 9 & 10 February 2015 Purpose: KUMMSC Facility Industry Day POC Name: Deborah Forsythe POC Phone: (505) 853-2112 2. A request shall be made via email to Brian "Jason" Clark at 505-846-5703, brian.clark.6@us.af.mil, or Amber Doan at 505-846-6284, amber.doan@us.af.mil to be added to the Contracting attendance roster. Please provide the following: a. Company name b. Your name and job title c. Physical address d. DUNS e. CAGE Code f. Names of attendees g. A note if you are interested in being the prime contractor or subcontractor for this effort Once you are cleared to attend, Amber Doan will follow up with you via email and will provide you maps and information on how to gain access to Kirtland AFB. 3. Additionally, all companies must submit a completed and certified DD2345 Military Critical Technical Data Agreement by January 30, 2015. Parties who have not submitted their JPAS request or a copy of their DD2345 before the deadline will not be admitted for participation. This is not a Request for Proposal and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any costs incurred as a result of this announcement shall be borne by the offeror and will not be charged to the Government for reimbursement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3970358118536768c45718e5b1571338)
 
Place of Performance
Address: 8500 Gibson Blvd. SE, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN03736123-W 20150521/150519235446-3970358118536768c45718e5b1571338 (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.