Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

U -- RAF Alconbury Catholic Music Director - COMBO

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, US Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
FA5570-16-Q-0029
 
Archive Date
9/6/2016
 
Point of Contact
Michael, Phone: 3142683122, 501 CSW/RCO,
 
E-Mail Address
michael.reyes.9@us.af.mil, 501CSW.RCO@us.af.mil
(michael.reyes.9@us.af.mil, 501CSW.RCO@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2. Quote Sheet Attachment 1. PWS COMBO REQUEST FOR QUOTE (RFQ) FA5570-16-Q-0029 RAF Alconbury Catholic Music Director This is a combined synopsis/solicitation for Royal Air Force (RAF) Alconbury Catholic Music Director Services under Solicitation FA5570-16-Q-0029 and is being issued as a Request for Quote (RFQ). It has been prepared in accordance with (IAW) the format in the Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notification. This announcement constitutes the only solicitation. The solicitation document incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-88, Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice 20160630 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2016-0603. The North American Industry Classification System Code (NAICS) is 711510. Offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. The 501st Regional Contracting Office (RCO) intends to award one firm-fixed price contract from this solicitation but reserves the right not to award any contract. This acquisition is unrestricted. The required performance start date is 30 days after receipt of order. The place of performance will be RAF Alconbury, Huntingdon, Cambridgeshire, United Kingdom, PE28 4DA. The Contractor shall provide all services IAW the Attachment 1, Performance Work Statement (PWS). Any questions regarding this RFQ and attachments shall be submitted via email to 501csw.rco@us.af.mil, michael.reyes.9@us.af.mil received not later than (NLT) 1500 hrs. British Summer Time (BST), 05 August 2016. Responses to questions will be posted on the Government Point of Entry (GPE), FebBizOps (www.fbo.gov) NLT 09 August 2016. Quotes shall be submitted via email to 501csw.rco@us.af.mil, michael.reyes.9@us.af.mil and or hand delivered to the 501 Combat Support Wing/Regional Contracting Office at ATTN: 501 CSW/RCO, RAF Alconbury, Huntingdon, Cambrigeshire, United Kingdom, PE28 4 DA. Offerors are cautioned that RAF Alconbury has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Some delay should be anticipated when handcarrying proposals. Offerors should allow sufficient time to obtain a visitor pass and arrive at the quote depository prior to the time specified for receipt. Late quotes will be processed in accordance with FAR 52.212-1(f) -Late submission, modifications, revisions, and withdrawals of offers. All quotes must be received NLT 1500 hrs. British Summer Time (BST), 22 August 2016. Please ensure receipt of email by contacting 01480 843122. --------------------------------------------------------------------------------------------------------------------------------- Contract Line Items Line Item Description Qty Unit CLIN 0001 RAF Alconbury Catholic Music Director Services, Base Year Services to be performed in accordance with Performance Work Statement, Attachment 1. Period of Performance 30 September 2016 - 29 September 2017 12 Months CLIN 1001 RAF Alconbury Catholic Music Director Services, Option Year One Services to be performed in accordance with Performance Work Statement, Attachment 1. Period of Performance 30 September 2017 - 29 September 2018 12 Months CLAUSES & PROVISIONS (FAR/DFARS) The following clauses & provisions are incorporated by reference: FAR CLAUSES & PROVISIONS 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-1 Instructions to Offerors--Commercial items OCT 2015 52.212-2 Evaluation--Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2016 52.217-5 Evaluation of Options JUN 1990 52.222-29 Notification of Visa Denial APR 2015 52.229-6 Taxes-Foreign Fixed-Priced Contracts FEB 2013 52.232-18 Availability of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.237-2 Protection of Government Buildings, Equipment and Vegetation APR 1984 DFARS CLAUSES & PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 Alternate A, System for Award Management FEB 2014 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. SEP 2014 252.225-7041 Correspondence in English JUN 1997 252.225-7043 Antiterrorism Force Protection Policy for Defense Contractors Outside the Unites States JUN 2015 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7006 Value Added Tax Exclusion (United Kingdom) DEC 2011 252.229-7007 Verification of United States Receipt of Goods JUN 1997 252.229-7008 Relief from Import Duty (United Kingdom) DEC 2011 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing of Contract Modifications DEC 1991 The following clauses & provisions are incorporated by full text: FAR CLAUSES & PROVISIONS ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To ensure timely evaluation of the quotation, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factor or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two separate parts; Part I - Price and Part II -Technical. B. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: 1. PART I - PRICE - Submit one original of the offerors quotation (a) Insert proposed unit prices and total in Attachment 2 Vendor Quote Sheet. The quotation must be submitted for all CLINs. (b) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the quote unless offeror has an active registration in System for Award Management (SAM.GOV). If offeror is active in SAM, only return paragraph (b) of FAR 52.212-3 along with quote. (c) Options. The offeror must submit the attached quote sheet with pricing for the base year and all option periods. Evaluation of options shall not obligate the Government to exercise the option period(s). 2. PART II - TECHNICAL CAPABILITY a. The offeror must submit in writing two years of employee past experience(s) playing in or leading music groups, bands or choirs. The offeror must submit in writing employee past experience to include a POC, duration of experience, employment title, and a brief synopsis of performance tasks. Technical is limited to no more than 10 pages. (End of Provision) ADDENDA TO 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 2014) 1. BASIS FOR CONTRACT AWARD: In accordance with FAR 13.106-2(b)(1), the Government's evaluation shall be conducted utilizing the Lowest Price Technically Acceptable (LPTA) decision approach, will award to the responsive and responsible offeror whose technically acceptable proposal has the lowest evaluated price. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest. 2. PRICE EVALUATION a. Each offeror's quote sheet will be reviewed to ensure each line item price was populated. The offeror's total evaluated price will be verified by adding all CLINS together. For the evaluation of the option price pursuant to FAR 52.217-8, Option to Extend Services, 50% of the price(s) quoted for the last option period will be included in the total evaluated price. b. All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in effect on the date set for the receipt of initial proposals at http://comptroller.defense.gov/Financial-Management/Reports/fcfr/. 2. TECHNICAL ACCEPTABILITY a. Submitted employee past experience will be evaluated against the requirement of two years past experience playing in or leading music groups, bands or choirs. The Government reserves the right to validate/verify past experience duration and employment position by contacting the provided POC. b. Technically Acceptable /Unacceptable Ratings and Descriptions: Acceptable: Documents clearly meets all the technical minimum requirements of the solicitation. This factor has passed the evaluation. Unacceptable: Documents do not clearly meet all the minimum requirements of the solicitation. This factor did not meet some or all of the minimum evaluation criteria in order for this sub factor to pass. Failure to address any factor will deem a proposal technically unacceptable. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (MARCH 2016) The following additional FAR clauses cited in this clause are applicable: Part (b) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) Part (e) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six months. The Contracting Officer may exercise the option by written notice to the Contractor no later than 30 days before contract expiration. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor no later than 30 days before the contract expires, provided that the Government gives the Contractor a preliminary written notice of its intent to extend no later than 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protest that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follow) by obtaining written and dated acknowledgment of receipt from 501 CSW/RCO, Bldg. 516, RAF Alconbury, Huntingdon, Cambridgeshire, PE28 4DA, United Kingdom. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm (End of Provision) 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ http://farsite.hill.af.mil/vfdfara.htm http://farsite.hill.af.mil/vfaffara.htm (End of clause) DFARS CLAUSES & PROVISIONS 252.229-7001 TAX RELIEF-BASIC (SEP 2014) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's Government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (Offeror insert) RATE (PERCENTAGE): (Offeror insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its Government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the Contracting Officer. ----------------------------------------------------------------------- `Not applicable.' (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F78900 Issue By DoDAAC FA5570 Admin DoDAAC FA5570 Inspect By DoDAAC F3B7BJ Ship To Code F3B7BJ Ship From Code Not applicable Mark For Code Not applicable Service Approver (DoDAAC) F3B7BJ Service Acceptor (DoDAAC) F3B7BJ Accept at Other DoDAAC Not applicable LPO DoDAAC Not applicable DCAA Auditor DoDAAC Not applicable Other DoDAAC(s) Not applicable -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. sarah.williams.17.gb@us.af.mil 501csw.rco@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. sarah.williams.17.gb.@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS CLAUSES & PROVISIONS 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, Contracting Officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the Contracting Officer, the interested party may contact the ombudsman, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431 (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the Contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the Contracting Officer may reasonably require for health and safety purposes. (b) The Contracting Officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the Contracting Officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOVE 2012) (a) The Contractor shall obtain base identification and vehicle passes, if required, for all Contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The Contracting Officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized Contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. d) When work under this contract requires unescorted entry to controlled or restricted areas, the Contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime Contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.225-9004 SUBMISSION OF OFFERS IN OTHER THAN UNITED STATES CURRENCY (JUNE 2006) (a) Offers may be submitted in United States dollars or the currency accepted at the place of performance. (b) All offers shall be evaluated for determination of contract award by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in effect on the date set for the receipt of initial proposals. (c) When a "Final Proposal Revision" is requested and received, in accordance with the applicable solicitation's terms and conditions, offers shall be evaluated by converting all foreign currencies to equivalent United States dollars by using the Foreign Currency Fluctuation Defense (FCFD) budget rate for the applicable currency in effect on the date set for the receipt of initial proposals. (End of Provision) ATTACHMENTS Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Performance Work Statement 14 13 July 2016 Attachment 2 Quote sheet 1 15 July 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd7523348fbc4b4b121012559350b375)
 
Place of Performance
Address: RAF Alconbury, United Kingdom
 
Record
SN04192996-W 20160724/160722234425-bd7523348fbc4b4b121012559350b375 (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.