Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2015 FBO #4937
SOLICITATION NOTICE

Z -- CONSTRUCTION CONTRACT FOR WHITE PLAINS SEVEN KITCHENETTES - Package #1

Notice Date
5/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Lower Manhattan Field Office (2PMSL), 290 Broadway, NY, New York, 10007, United States
 
ZIP Code
10007
 
Solicitation Number
15-PH-P-0012
 
Point of Contact
Donna Mattos, Phone: 2126372973
 
E-Mail Address
donna.mattos@gsa.gov
(donna.mattos@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings. For reference only. Project Information Westchester County Wage Determinations for Construction. FORM 1442. Must use for bid. 15-PH-P-0012 CONSTRUCTION CONTRACT FOR WHITE PLAINS SEVEN KITCHENETTES SMALL BUSINESS SET-ASIDE SEALED BID LOWEST BID WILL BE ACCEPTED. 1. Project Information Dated: 05/04/2015 PROJECT NAME: Renew Jury Room Kitchenettes A. PROJECT SUMMARY The project is to replace seven (7) existing sets of kitchenettes with new units. The location of the project is The Hon. Charles L. Brieant Jr., Federal Building and Courthouse, Southern District of New York, 300 Quarropas Street, White Plains, NY 10601-4150. A site visit will be scheduled; although it is not mandatory to attend it is in the best interest of the contractor. B. THE CONTRACT (1) The Contract consists of the SF 1442, the Agreement, the Statement of Work, Specifications, Drawings, Amendments, Modifications, and other Attachments identified herein (collectively, the Contract Documents). The Contract contains the entire agreement of the Parties, and no prior written or oral agreement, express or implied, shall be admissible to contradict or modify any part of the Contract. (2) The Contractor shall provide and pay for all labor, materials, equipment, tools, transportation, and other facilities and services necessary for the proper execution of the work described in and reasonably inferable from the Contract Documents (the Work), whether temporary or permanent. In consideration for, and upon condition of, the Contractor's completion of the Work, GSA shall pay the Contractor the price or prices established in Section II, subject to the terms and conditions set forth in this Contract. C. PERIOD OF PERFORMANCE Commencement: The Contractor shall commence performance of the Work within 1 day after the Contractor receives the Notice to Proceed (NTP). Contract Completion: The project duration is Sixty (60) days from the Notice to Proceed Letter. Amount of time from NTP and the commencement period may be changed. D. WORK CONDITIONS / SITE REQUIREMENTS SITE REQUIREMENTS: Per GSA security policy all contractors working in a US Court House must have a final favorable adjudication letter from OPM/FPS before they can begin work on site. Instructions for security clearances will be provided to awardee. It is the responsibility of the awardee to follow through and obtain security clearances. (1) WORK CONDITIONS: Because this project is in an active court house setting any noisy work must be coordinated with court personnel and may have to be done after normal business hours. Access to the building, use of the loading dock, use of the freight elevator and use of parking facilities are controlled by the Building Manager: Deborah Wallace Email deborah.wallace@gsa.gov, Phone: 914-390-4058. The contractor must supply their own dumpsters, etc for removal of debris. The contractor shall have a project superintendent on site whenever active work is being performed. The superintendent's name and contact information shall be provided to GSA at the start of the project. E. AUTHORIZED REPRESENTATIVE GSA CCR - Bill Demaso Contracting Officer Name: Donna Mattos Address: 290 Broadway, room 206, New York, NY 10007 Desk: 212-637-2973 Email: donna.mattos@gsa.gov GSAR 552.236-71, Authorities and Limitations, is incorporated by reference in this Contract. F. LIQUIDATED DAMAGES RATE N/A G. STATEMENT OF WORK SOW Dated: 05/04/2015 PERIOD OF PERFORMANCE: 60 days from Notice to Proceed Administration Office: U.S. General Services Administration Lower Manhattan Field Office 290 Broadway, room 206 New York, NY 10007 PROJECT LOCATION: The Hon. Charles L. Brieant Jr. Federal Building and Courthouse Southern District of New York 300 Quarropas Street White Plains, NY 10601-4150 This is a SEALED BID project. See section K. for address to mail or drop off bid. The work required is described by the design drawings a-101 through a-104 and a-201 through a-203 dated 02/17/2015. Verify all dimensions in field and submit shop drawings for approval prior to fabrication. Drawings are for reference only and may not depict actual representation. The project is to replace seven existing sets of kitchenettes with new units. The built-in refrigerators and microwaves will be government furnished equipment. All other components to be supplied / installed by the contractor per the design drawings. Electric power to each kitchenette is on an existing dedicated circuit. Any existing painted surfaces, wallpaper, flooring, tile, carpeting that gets disturbed in the process of the project shall be repaired, replaced, refinished as necessary to assure a fully finished looking kitchenette area at completion. The building does not have any leftover inventory of wallpaper, carpeting or flooring. Therefore, the contractor should take extra precaution to protect the existing surroundings while replacing the cabinets. Upon signing of the contract, the contractor shall submit within 7 days a detailed schedule showing all work events and anticipated material delivery dates' schedule of values shall also be submitted which will be used to base progress payments against. The contractor shall be available to attend periodic progress meetings with GSA and court personnel. The meetings will be scheduled by the GSA project leader. WAGE DETERMINATION The Wage Determination used: General Decision Number: NY150017 05/15/2015, NY17 Superseded General Decision Number: NY20140017 State: New York Construction Types: Building, Heavy, Highway and Residential County: Westchester County in New York. "SEE ATTACHMENT of WAGE DETERMINATION" MATERIALS AND WORKMANSHIP The contractor shall use materials that are the best quality. Installation of such materials shall be accomplished in a neat workmanlike manner. In case the contractor should receive written notification from GSA stating the presence of inferior, improper, or unsound materials or workmanship, the contractor shall, within twenty-four (24) hours proceed to remove such work or materials and make good all other work or materials damaged thereby. If GSA permits said work or materials to remain, GSA shall be allowed the difference in value or shall, at its election, have the right to have said work or materials repaired or replaced as well as the damage caused thereby, at the expense of the contractor, at any time within one (1) year after the completion of the work; and neither payments made to the contractor, nor any other acts of the GSA shall be construed as evidence of acceptance and waiver. All work specified shall be performed in full compliance with applicable federal, state, and municipal codes and ordinances that are in effect at the time of contract's execution. CHANGES IN SCOPE OF WORK GSA reserves the right to revise the scope of work any time prior to final acceptance of the completed project. Each such addition or deletion to the contract shall require GSA and the contractor to negotiate a mutually acceptable adjustment in the contract price, and, for the government to issue a change order describing the nature of the change and the amount of price adjustment. The contractor shall make no additions, changes, alterations or omissions or perform extra work except on prior written authorization from GSA. H. SUBMITTALS: The Contractor shall not proceed with work or procure products or materials described or shown in submittals until the Contracting Officer has indicated approval of the submittal. Prior to the beginning of the work, the contractor shall submit and have approved construction drawings, specifications, materials, equipment, MSDS and schedule. GSA shall pass on the submittals within 15 working days. Drawings and specifications as applicable to the project shall clearly address all mechanical, electrical, firefighting, plumbing, carpentry, flooring, finishes, communication systems, etc. that the contractor will be demolishing, relocating or installing. The contractor shall submit for approval samples of architectural finish materials applicable to this project. The contractor shall understand that approval of materials by GSA shall be for general arrangement only and does not include measurements which are the contractor's responsibility. The contractor shall prepare a record log and maintain all submittals. FAR 52.236-21, Specifications and Drawings for Construction, GSAR 552.236-78, Shop Drawings, Coordination Drawings, and Schedules, and GSAR 552.236-79. At or near the end of the project the contractor shall submit a set of approved as-built drawings and specifications as well as any manuals and warranties applicable to supplied items. These close-out documents shall be submitted in the form of a cd. The Contracting Officer shall have the right to order the Contractor to cease execution of work for which submittals have not been approved. The Government shall not be liable for any cost or delay incurred by the Contractor attributable to the proper exercise of this right. I. POLICY: To receive drawings and specifications for projects, contractors must be registered in the SAM database. The award will only be issued to an active register in the SAM database. Visit www.SAM.GOV. "SAM validates the vendor's information and electronically shares the secure and encrypted data with the Federal agencies' finance offices to facilitate paperless payments through electronic funds transfer (EFT)." Payments. FAR clause 52.232-5, Payments under Fixed-Price Construction Contracts, is supplemented as follows: The Contractor shall submit its invoices to the Contracting Officer. Separate payment requests shall be submitted for progress payments, payments of retainage, and partial or final payments. If the invoice does not meet the requirements of FAR Clause 52.232-27 (a)(2) and the requirements specified in Subparagraphs (3)(a),(d),(e),and(f) of the Administrative Matters clause, the Contracting Officer may return the invoice to the Contractor without payment for correction. If the Contracting Officer disputes the requested payment amount, the Government may pay the portion of the requested payment that is undisputed. Invoices shall be submitted in an original and two (2) copies to the designated billing office specified in this Contract or in individual delivery/work orders. Invoices must include the Account Document Number (ADN) assigned at award. The Contractor shall submit the following information or documentation with each invoice: GSA Form 184A and/or 184B - Construction Progress Report (Construction Phases Only) or AIA Form G702, including the updated Schedule of Values upon which the payment request is based. GSA will not be obligated to issue final payment unless the Contractor has furnished to the Contracting Officer a release of claims against the Government relating to this Contract, and submitted all required product warranties, as-built drawings, operating manuals, and other items as specified in the Contract. The Contractor may reserve from the release specific claims only if such claims are explicitly identified with stated claim amounts. All release forms must bear the original signature of the signer and must be affixed with the Contractor's corporate seal or the seal of a Notary Public. Payment Information. The General Services Administration (GSA) makes information on contract payments available electronically at http://www.finance.gsa.gov. The Contractor may register at the site and review its record of payments. This site provides information only on payments made by GSA, not by other agencies J. SPECIAL CONSIDERATIONS: The contractor shall not disclose any information concerning this project to any entity except GSA. The contractor shall direct any inquiries to the Contracting Officer. K. THIS IS A SEALED BID. All proposals should be sent by express delivery, regular mail or hand delivery to U.S. General Services Administration, Lower Manhattan Field Office, at the following address: U.S. General Services Administration Attn: Donna Mattos 290 Broadway, room 206 New York, NY 10007 BID ENVELOPES Envelopes containing bids must be sealed and addressed to the bid receiving office stated in this Invitation for Bids. The name and address of the bidder must be shown in the upper left corner of the bid envelope, and the invitation number, the date and hour of bid opening and the phrase "Bid for White Plains Courthouse Kitchenette" must be shown in the lower left corner of the envelope. No responsibility will attach to any officer of the Government for the premature opening of or failure to open a bid not properly addressed and identified. LATE BIDS, MODIFICATIONS OF BIDS, OR WITHDRAWAL OF BIDS. Any bid received at the office designated in the solicitation after the exact time specified for receipt WILL NOT BE CONSIDERED unless it is resolved before award is made and either: (1) It was sent by registered or certified mail not later than the fifth calendar day prior to the date specified for the receipt of bids (e.g. a bid submitted in response to a solicitation requiring receipt of bids by the 20th of the month must have been mailed by the 15th or earlier). (2) Sealed bid may be hand delivered to the location specified. L. TERMS AND CONDITIONS Commencement, Prosecution, and Completion of Work FAR 52.211-10, Commencement, Prosecution, and Completion of Work, is supplemented as follows: The Contractor shall not commence the Work until the Contracting Officer has issued NTP. The Contractor shall diligently prosecute the Work so as to achieve Substantial Completion of the Work. If the Contract specifies different completion dates for different phases or portions of the Work, the Contractor shall diligently prosecute the Work so as to achieve Substantial Completion of such phases or portions of the Work within the times specified. M. CONTRACTOR RESPONSIBILITIES (1) Unless otherwise expressly stated in the Contract, the Contractor shall be responsible for all means and methods employed in the performance of the Contract. (2) The Contractor shall be responsible for coordinating all activities of subcontractors. This responsibility includes coordination of: preparation of shop drawings produced by different subcontractors where their work interfaces or may potentially conflict or interfere and the installation of such work; scheduling of work by subcontractors; and use of the Project site for staging and logistics. (3) Where drawings show work without specific routing, dimensions, locations, or position relative to other work or existing conditions, and such information is not specifically defined by reference to specifications or other information supplied in the Contract Documents, the Contractor is responsible for routing, dimensioning, and locating such work in coordination with other work or existing conditions in a manner consistent with Contract requirements. (4) If the Contractor performs any of the Work prior to notifying and receiving direction from the Contracting Officer, the Contractor shall assume full responsibility for correction of such work, and any fees or penalties that may be assessed for non-compliance. (5) The Contractor shall immediately bring to the Contracting Officer's attention any hazardous materials or conditions not disclosed in the Contract Documents discovered by or made known to the Contractor during the performance of the Contract. N. CONTRACTOR MANAGEMENT AND PERSONNEL FAR 52.236-6, Superintendence by the Contractor, is supplemented as follows: (1) The Contractor shall employ sufficient management and contract administration resources, including personnel responsible for project management, field superintendence, change order administration, estimating, coordination, inspection, and quality control, to ensure the proper execution and timely completion of the Work. The Contractor shall designate a principal of the firm or other senior management official to provide executive oversight and problem resolution resources to the Project for the life of the Contract. (2) The Contractor shall employ, and require its subcontractors to employ, qualified personnel to perform the Work. The Government reserves the right to exclude, or remove from the site or building, any personnel for reasons of incompetence, carelessness, or insubordination, who violate rules and regulations concerning conduct on federal property, or whose continued employment on the site is otherwise deemed by the Government to be contrary to the public interest. (3) Repeated failure or excessive delay by the Contractor to provide qualified personnel shall be deemed a default for the purposes of the Termination for Default clause. O. NON-COMPLIANCE WITH CONTRACT REQUIREMENTS In the event the Contractor, after receiving written notice from the Contracting Officer of non-compliance with any requirement of this Contract, fails to initiate promptly such action as may be appropriate to comply with the specified requirement within a reasonable period of time, the Contracting Officer shall have the right to order the Contractor to stop any or all work under the Contract until the Contractor has complied or has initiated such action as may be appropriate to comply within a reasonable period of time. The Contractor will not be entitled to any extension of Contract time or payment for any costs incurred as a result of being ordered to stop work for such cause. P. CLAUSES INCORPORATED BY REFERENCE FAR 52.225-9 (1) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may also be accessed electronically at this address: http://www.acquisition.gov/comp/far/index.html Green Procurement Compliant, http://www.gsa.gov/portal/content/198257 28.102 -- Performance and Payment Bonds and Alternative Payment Protections for Construction Contracts. 28.102-2 -- Amount Required (2) Federal Acquisition Regulation (FAR) Clauses: NUMBER TITLE DATE 52.202-1 Definitions NOV 13 52.203-3 Gratuities APR 84 52.203-5 Covenant Against Contingent Fees JUN 14 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 06 52.203-7 Anti-Kickback Procedures MAY 14 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity MAY 14 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity MAY 14 52.203-12 Limitation on Payments to Influence Certain Federal Transactions OCT 10 52.203-13 Contractor Code of Business Ethics and Conduct APR 10 52.203-14 Display of Hotline Poster(s) (Applies if Contract is Greater than $5 Million or Performance Period is Greater than 120 DEC 07 NUMBER TITLE DATE (Days) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights APR 14 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 11 52.204-7 System for Award Management JUL 13 52.204-9 Personal Identity Verification of Contractor Personnel JAN 11 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 13 52.204-13 System for Award Management Maintenance JUL 13 52.204-18 Commercial and Government Entity Code Maintenance NOV 14 52.204-19 Incorporation by Reference of Representations and Certifications DEC 14 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment AUG 13 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters JUL 13 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations DEC 14 52.211-10 Commencement, Prosecution, and Completion of Work APR 84 52.211-12 Liquidated Damages-Construction (If Applicable) SEP 00 52.211-13 Time Extensions SEP 00 52.211-18 Variation in Estimated Quantity APR 84 52.215-2 Audit and Records-Negotiation OCT10 52.215-10 Price Reduction for Defective Cost or Pricing Data AUG 11 52.215-11 Price Reduction for Defective Cost or Pricing Data-Modifications AUG 11 52.215-12 Subcontractor Cost or Pricing Data OCT 10 52.215-13 Subcontractor Cost or Pricing Data-Modifications OCT 10 NUMBER TITLE DATE 52.215-15 Pension Adjustments and Asset Reversions OCT 10 52.215-17 Waiver of Facilities Capital Cost of Money OCT 97 52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits (PRB) Other Than Pensions JUL 05 52.219-8 Utilization of Small Business Concerns OCT 14 52.219-14 Limitations on Subcontracting NOV 11 52.219-28 Post-Award Small Business Program Representation JUL 13 52.222-3 Convict Labor JUN 03 52.222-4 Contract Work Hours and Safety Standards-Overtime Compensation MAY 14 52.222-6 Construction Wage Rate Requirements MAY 14 52.222-7 Withholding of Funds MAY 14 52.222-8 Payrolls and Basic Records MAY 14 52.222-9 Apprentices and Trainees JUL 05 52.222-10 Compliance with Copeland Act Requirements FEB 88 52.222-11 Subcontracts (Labor Standards) MAY 14 52.222-12 Contract Termination-Debarment MAY 14 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations MAY 14 52.222-14 Disputes Concerning Labor Standards FEB 88 52.222-15 Certification of Eligibility MAY 14 52.222-21 Prohibition of Segregated Facilities APR 15 52.222-26 Equal Opportunity APR 15 52.222-27 Affirmative Action Compliance Requirements for Construction APR 15 52.222-35 Equal Opportunity for Veterans JUL 14 NUMBER TITLE DATE 52.222-36 Equal Opportunity for Workers with Disabilities JUL 14 52.222-37 Employment Reports on Veterans JUL 14 52.222-40 Notification of Employee Rights Under the National Labor Relations Act DEC 10 52.222-50 Combating Trafficking in Persons MAR 15 52.222-54 Employment Eligibility Verification AUG 13 52.222-55 Minimum Wages Under Executive Order 13658 DEC 14 52.223-3 Hazardous Material Identification and Material Safety Data Alternate I JAN 97 JUL 95 52.223-5 Pollution Prevention and Right-to-Know Information MAY 11 52.223-6 Drug-Free Workplace MAY 01 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 07 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts MAY 08 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 11 52.223-19 Compliance with Environmental Management Systems MAY 11 52.225-13 Restrictions on Certain Foreign Purchases JUN 08 52.227-1 Authorization and Consent DEC 07 52.227-2 Notice and Assistance Regarding Patent and Copyright DEC 07 52.227-4 Patent Indemnity-Construction Contracts DEC 07 52.228-2 Additional Bond Security OCT 97 52.228-5 Insurance-Work on a Government Installation JAN 97 52.228-11 Pledges of Assets JAN 12 52.228-12 Prospective Subcontractor Requests for Bonds MAY 14 52.228-14 Irrevocable Letter of Credit NOV 14 NUMBER TITLE DATE 52.228-15 Performance and Payment Bonds-Construction OCT 10 52.229-3 Federal, State, and Local Taxes FEB 13 52.232-5 Payments under Fixed-Price Construction Contracts MAY 14 52.232-17 Interest MAY 14 52.232-23 Assignment of Claims MAY 14 52.232-27 Prompt Payment for Construction Contracts MAY 14 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 13 52.232-39 Unenforceability of Unauthorized Obligations JUN 13 52.232-40 Provide Accelerated Payments to Small Business Subcontractors DEC 13 52.233-1 Disputes MAY 14 Alternate I DEC 91 52.233-3 Protest after Award AUG 96 52.233-4 Applicable Law for Breach of Contract Claim OCT 04 52.236-2 Differing Site Conditions APR 84 52.236-3 Site Investigation and Conditions Affecting the Work APR 84 52.236-5 Material and Workmanship APR 84 52.236-6 Superintendence by the Contractor APR 84 52.236-7 Permits and Responsibilities NOV 91 52.236-8 Other Contracts APR 84 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 84 52.236-10 Operations and Storage Areas APR 84 52.236-11 Use and Possession Prior to Completion APR 84 52.236-12 Cleaning Up APR 84 52.236-13 Accident Prevention Alternate I NOV 91 NUMBER TITLE DATE 52.236-14 Availability and Use of Utility Services APR 84 52.236-17 Layout of Work APR 84 52.236-21 Specifications and Drawings for Construction FEB 97 52.242-13 Bankruptcy JUL 95 52.242-14 Suspension of Work APR 84 52.243-4 Changes JUN 07 52.244-6 Subcontracts for Commercial Items APR 15 52.245-1 Government Property Alternate 1 APR 12 52.245-9 Use and Charges APR 12 52.246-12 Inspection of Construction AUG 96 52.246-21 Warranty of Construction MAR 94 52.248-3 Value Engineering-Construction OCT 10 52.249-2 Termination for Convenience of the Government (Fixed-Price) APR 12 Alternate I SEP 96 52.249-10 Default (Fixed-Price Construction) APR 84 52.253-1 Computer Generated Forms JAN 91 (3) GSA Acquisition Regulation (GSAR) Clauses: NUMBER TITLE DATE 552.203-71 Restriction on Advertising SEP 99 552.211-72 References to Specifications in Drawings FEB 96 552.215-70 Examination of Records by GSA FEB 96 552.227-70 Government Rights (Unlimited) MAY 89 552.228-5 Government as Additional Insured MAY 09 552.229-70 Federal, State, and Local Taxes APR 84 552.236-70 Definitions APR 84 NUMBER TITLE DATE 552.236-71 Authorities and Limitations APR 84 552.236-74 Working Hours APR 84 552.236-75 Use of Premises APR 84 552.236-76 Measurements APR 84 552.236-77 Specifications and Drawings SEP 99 552.236-78 Shop Drawings, Coordination Drawings, and Schedules SEP 99 552.236-79 Samples APR 84 552.236-80 Heat APR 84 552.236-82 Subcontracts APR 84 552.243-71 Equitable Adjustments JAN 09 552.246-72 Final Inspection and Tests SEP 99 ATTACHEMENTS: Drawings Wage Determinations Solicitation Form 1442 SOW Dated: 05/04/2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b899f28bac7995e02bef8b7de06770b)
 
Place of Performance
Address: PROJECT LOCATION:, The Hon. Charles L. Brieant Jr., Federal Building and Courthouse, Southern District of New York, 300 Quarropas Street, White Plains, NY 10601-4150, White Plains, New York, 10601, United States
Zip Code: 10601
 
Record
SN03746977-W 20150531/150529235044-5b899f28bac7995e02bef8b7de06770b (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.