Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2017 FBO #5535
SOLICITATION NOTICE

R -- RF Spectrum technical, engineering Support

Notice Date
1/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
EE133E-17-RQ-00144
 
Archive Date
2/15/2017
 
Point of Contact
Joel L. Perlroth, Phone: (301) 713-9204
 
E-Mail Address
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Pat 13. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to FAR 2005-95 dated January 13, 2017 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is EE133E-17-RQ-00144 There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541712 – Size Standard 1,000 employees. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. 1.Background The National Oceanic and Atmospheric Administration (NOAA) National Environmental Satellite, Data, and Information Service (NESDIS) have RF Spectrum Management responsibilities. NOAA satellites have multiple missions, and involve GSO and Non-GSO satellite systems, with a broad range of environmental earth sensing. Such information provides meteorological data in real-time to Air Force, Army, Navy, and Marine Corps tactical ground weapon stations and navy ships worldwide. NOAA data collection relies on radio frequency (RF) downlinks from satellites and instruments commanded by NESDIS. NESDIS further supports the NOAA mission with telemetry, tracking, and command of the NOAA satellite constellations via spectrum dependent links. NESDIS also operates the Polar Operational Environmental Satellite (POES), the Geostationary Operational Environmental Satellites (GOES), and the Ocean Surface Topography Mission (OSTM/JASON-2/3), and many other satellite networks. All data collected from the satellites/missions and Defense Meteorological Satellite Program (DMSP) is used to provide timely and critical environmental information to other Government Agency operations. The GOES R series satellites, scheduled to launch in FY2016, will be comprised of improved spacecraft and instrument technologies, which will result in more timely and accurate information. The National Broadband Plan requires NOAA, and other Government agencies, to potentially share existing heavily used Government spectrums with commercial broadband. This will present a challenge to NESDIS Program Offices in terms of RF spectrum access and resources, requiring a high level of strategic planning and participation in spectrum regulatory bodies (i.e. International Telecommunication Union (ITU), and Inter-American Telecommunication Commission (CITEL). 2Objective Under this spectrum support task, the subcontractor will support a broad range of RF Spectrum technical, engineering, analytical/empirical, and management functions pertaining to the responsibilities inherent in Department of Commerce/NOAA/NESDIS. The primary task areas are spectrum engineering, Modeling and Simulation (M&S), and technical and spectrum management analysis. 3.Tasks 3.1Primary Responsibilities At a minimum, the following support tasks are required: ITU-R and Domestic Regulatory Support The following is the ITU-R support: 1.Prepare and defend technical analysis documents using modeling and simulations tools (Visualize, Matlab, etc.) as needed. 2.Participate in different national and international spectrum working groups and meetings to achieve desired policy outcomes by reviewing and commenting on national and international contributions. 3.The international groups supported may include: ITU-R working group meetings (example Study group 3, 4, 5 (including 5A, 5-B, 5-C and TG-5/1) and 7 or other groups as required), WRC Conference Preparatory Meeting(s) (CPM), and World Radio Communication Conference(s) (WRC) as needed. Other international meetings will be supported as required by the customer. Support important NOAA/NESDIS WRC-2019 Agenda Items (AI) including but not limited AI 1.13 (IMT), AI 1.14 (HAPS) and AI 1.16 (RLAN) and others are required 4.Support ITU-R Regional groups such as CITEL by participating in meetings as required by NOAA/NESDID 5.Defend NOAA/NESDIS national and international radio spectrum position for current and future WRCs 6.Support work dealing with National groups include a variety of frequency policy organizations including, but not limited to, National Telecommunications and Information Administration (NTIA), NTIA Interdepartmental Radio Advisory Committee (IRAC), NTIA IRAC Technical Subcommittee (TSC), and the Federal Communications Commission (FCC) meetings as needed. Support Space Systems Subcommittee (SSS), chaired by NTIA as required. 7.Support development of policy position papers to successfully advance the required position in other international forums ad needed. 8.Apply knowledge of spectrum-use policy to determine proper and efficient use of radio frequency spectrum allocations. 9.Provide support as needed on EMC and EMI issues. CITEL Support Note: The working language for CITEL meetings is Spanish. It is extremely helpful to NOAA/NESDIS to have technical engineering support from Spanish speaking person(s), as this can be advantageous, when interfacing with CITEL delegates and decision makers. The following are the required CITEL tasks: 1.Consult with the NOAA/NESDIS to fully understand current plans, ensuring that spectrum requirements complement existing efforts and activities. Support important. NOAA/NESDIS WRC-2019 Agenda Items (AI) including but not limited AI 1.13 (IMT), AI 1.14 (HAPS) and AI 1.16 (RLAN) and others are required. 2.Participate in national preparation meetings for CITEP PCC-II and other meetings as directed by NOAA/NESDIS. 3.Attend CITEL PCC-II meetings in support of the NOAA/NESDIS. 4.As directed by the NOAA/NESDIS, participate in international working groups and other meetings to achieve desired policy outcomes for the United States by attending with the U.S delegation meetings on spectrum management at the International. Telecommunications Union with headquarters in Geneva, Switzerland. 5.Provide input contributions on technical topics as required. Perform analysis to determine causal sources of Radio Frequency Interference (RFI) and propose mitigation techniques as required. 6.Provide support to the NOAA/NESDIS in the development and presentation of contributions to US proposals at different ITU working parties. 7.Assist the NOAA/NESDIS in the coordination of strategic spectrum planning to ensure that international and domestic allocations continue to meet U.S. requirements into the long-term future. 8.Develop, as needed, analytical tools that might be required to conduct studies and simulations. 3.2Recurring Sub Tasks: Recurring sub-tasks that will be performed are: 1.Perform analysis to determine sources of Radio Frequency Interference (RFI) and develop possible mitigation techniques. 2.Analyze technical reports and requests for system operating within the NOAA/NESDIS frequency bands of interest. The purpose of the analysis will be to determine whether the NOAA/NESDIS requirement will be compatible with other systems or require mitigations. 4Travel Requirements •Meetings & Conferences 1Small Satellite Conference: February 10, 2017 – five-day meeting for Domestic Satellite Coordination – San Jose, California 2IMT Systems (ITU R WP 5D): February 22, 2017 through March 2, 2017 – Geneva, Switzerland 3Space Radio communication Applications (ITU R WP 7B): April 11, 2017 – April 17, 2017 - Geneva, Switzerland 5Deliverables 5.1 Consultant Spend Plan Within ten (10) business days of the start of work, the Subcontractor shall provide a spend plan that estimates the delivery date and amount of each invoice that the Subcontractor anticipates to deliver. The spend plan is only an estimate and the Subcontractor shall revise that estimate as work progresses. 5.2Final Technical Report Final detailed written technical report (TR) (Microsoft Word® electronic format) shall include task background, objectives, assumptions, specific data collected, analyses conducted, conclusions and recommendations. 5.3Other Technical Deliverables 5.3.1Provide meeting and trip reports as necessary (i.e. ITU, CITEL, and Domestic spectrum meetings). 5.3.2Provide formal U.S. and ITU-R input contributions with drafts submitted to the prime at least a week in advance of the next U.S. meeting. 5.3.3Participate in US Working Party (USWP) meetings leading up to ITU-R WP meetings. 5.3.4Provide monthly activity reports. 6Deliverable Schedule Table 6.1 provides the deliverable schedule Table 6.1 Delivery Schedule Para. Ref.Schedule / DeliverablesDue Date 5.1Consultant Spend PlanWithin 10 Business Days of start of work 5.2Final Technical Analysis and Simulation Reports As directed 5.3.1 Meeting and Trip ReportsWithin 14 Business Days after Meeting or Trip Takes Place 5.3.2U.S. and ITU-R Input ContributionsWithin 30 Business Days 5.3.4Provide monthly activity reportsWithin 10 Business Days of start of the new month for the previous month 7Period of Performance: The Task will start on February 1, 2017 and end on 30 April 2017. 8Personnel Two senior principal engineers (540 hours) to handle the highly technical meetings and defend policy positions and modeling and simulation contributions at the ITU and with NTIA/FCC and other forums as required, and a technical support employee (280 hours) to participate in policy meetings as needed at the ITU and with NTIA/FCC, and other forums, as required. 9Place of Performance The majority of the work performed under these tasks will be performed at the Contractor’s Facilities for 95% of the time as required. The other 5% of the time is spent at the NOAA/NESDIS facility for conducting presentations and for meetings. Local travel to NOAA office is required to attend meetings. 10Other Government Furnished Information: Any government-furnished information, including historical project files or updated frequency data, will be provided as required. Simulation tools such as Visualize, a recognized ITU-R interference simulation analysis tool, with yearly license renewal. 11IT Security Contractors will not be provided any government furnished equipment and shall be considered visitors when at a government facility. But, since the contractor will be assisting in the representation of U.S. Government interests, contractor personnel shall be screened in accordance with the requirements for Moderate Risk contracts as specified by CAM 1337.70 section 2.2 (Oct 2015); specifically, in accordance with CAR 1352.237-70, Security Processing Requirements—High or Moderate Risk Contracts (April 2010). Any access by contract personnel who are Foreign Nationals shall be in accordance with the requirements of CAR 1352.237-73, Foreign National Visitor and Guest Access to Departmental Resources (APR 2010). The contractor shall submit security forms required by CAR clause 1352.237-70 two (2) weeks prior to each new contract employee’s start of work so that the NOAA staff has sufficient time to process requests for background checks and NOAA badges. Best Value Approach: _X_ Tradeoff: This process allows for a tradeoff between non-cost factors (Mission Capability; Past Performance) and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve an overall best-value contract award. Evaluation factors will include Factor 1 - Mission Capability and Factor 2 - Past Performance and Factor 3 - Cost/Price. The Contracting Officer will address evaluation of Factor 3 - Cost/Price. This requirement is being conducted as a Simplified Acquisition using Tradeoff as criteria for evaluation the Mission Capability combined technical/risk rating provides an assessment of the offeror’s capability to satisfy the Government’s requirements without performance risk. The Mission Capability is significantly more important that the Past Performance. The Missional Capability and Past Performance when combined are significantly more important that Cost/Price. 1.Mission Capability Factor 1 Offeror presents a realistic approach to support a broad range of RF Spectrum technical, engineering, analytical/empirical, and management functions pertaining to the responsibilities inherent in Department of Commerce/NOAA/NESDIS including spectrum engineering, Modeling and Simulation (M&S), and technical and spectrum management analysis. Offeror presents a realistic approach, to participate in different national and international spectrum working groups and meetings to achieve desired policy outcomes by reviewing and commenting on national and international contributions Offeror presents an understanding of WRC-2019 Agenda Items (AI) including AI 1.13 (IMT), AI 1.14 (HAPS) and AI 1.16 (RLAN) and the ITU-R working group meetings and Study groups 3, 4, 5 (including 5A, 5-B, 5-C and TG-5/1) and 7. Offeror presents a realistic approach, to provide Spanish speaking engineering support when interfacing with CITEL delegates and decision makers. Offeror presents a realistic and effective approach to meet all PWS requirements with no degradation of services or capabilities. The offeror presents an effective program management approach that will meet spend plan estimates, timely deliverables date and monthly program activities. 2.Past Performance Factor 2 Offeror presents experience participating in international groups including the ITU-R working group meetings, World Radio Communication Conference Preparatory Meetings, World Radio Communication Conferences and the Inter-American Telecommunication Commission (CITEL). The offeror presents experience working with the National Telecommunications and Information Administration (NTIA), NTIA Interdepartmental Radio Advisory Committee (IRAC), NTIA IRAC Technical Subcommittee (TSC), the Federal Communications Commission (FCC) and the Space Systems Subcommittee (SSS), chaired by NTIA as required. 3.Cost / Price Factor 3 Basis Narrative Offeror presents a realistic and sound approach, which may include experience, for the work to be performed to accomplish all PWS requirements. Offeror presents a sound project baseline expressed in terms of appropriate qualifications/skill sets, certifications, clearances and scheduled labor hours required to successfully complete every task in the PWS aligned with project tasks, resources, interdependencies, milestones, and deliverables. Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.239-70 Software License Addendum CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph 'b': Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph 'c': U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following FAR clause is provided in full text: FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) The offerors capability to successfully perform the contract (2) Price. (b) 'Options.' The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Acquisition and Grants Acquisition Alert 16-05 (a) The NOAA Acquisition and Grants Office (AGO) Ombudsman is available to organizations to promote responsible and meaningful exchanges of information. Generally, the purpose of these exchanges will be to:] (1) Allow contractors to better prepare for and propose on business opportunities. (2) Advise as to technologies and solutions within the marketplace that the Government may not be aware of, or is not fully benefiting from. (3) Identify constraints in transparency and process. (b) The AGO Ombudsman will objectively, reasonably, and responsibly collaborate with parties and recommend fair, impartial, and constructive solutions to the matters presented to him/her. Further, the AGO Ombudsman will maintain the reasonable and responsible confidentiality of the source of a concern, when such a request has been formally made by an authorized officer of an organization seeking to do business with, or already doing business with NOAA. (c) Before consulting with the AGO Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations with the respective contracting officer for resolution. However, direct access to the AGO Ombudsman may be sought when an interested party questions the objectivity or equity of a contracting officer s decision, or when there is a bona fide reason to believe that reasonable, responsible, and objective consideration will not be received from an assigned contracting officer. (d) There are several constraints to the scope of the AGO Ombudsman s authority, for instance: (1) Consulting with the AGO Ombudsman does not alter or postpone the timelines of any formal process (e.g., protests, claims, debriefings, employee employer actions, activities involving A¬76 competition performance decisions, judicial or congressional hearings, or proposal, amendment, modification or deliverable due dates, etc.). (2) The AGO Ombudsman cannot participate in the evaluation of proposals, source selection processes, or the adjudication of protests or formal contract disputes. (3) The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules, policies, or formal guidance. (4) The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts, or their terms or conditions. (5) The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer. (6) The AGO Ombudsman has no authority to render a decision that binds AGO, NOAA, the Department of Commerce, or the U.S. Government. (7) The AGO Ombudsman is not NOAA s agent relative to the service of magistrate or judicial process and cannot be used to extend service of process to another party (whether federal, public, or a private entity). (e) After review and analysis of a filed concern or recommendation, the AGO Ombudsman may refer the interested party to another more suitable federal official for consideration. Moreover, concerns, disagreements, and/or recommendations that cannot be resolved by the AGO Ombudsman will need to be pursued through more formal venues. (f) The AGO Ombudsman is not to be contacted to request copies of forms and/or documents under the purview of a contracting officer. Such documents include Requests for Information, solicitations, amendments, contracts, modifications, or conference materials. (g) Questions regarding items (a) through (f) within this language shall be directed to Rafael Roman, NOAA AGO Ombudsman, at Rafael.Roman@noaa.gov. (End of solicitation and contract language) 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (1) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of Provision) 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) The following FAR Provisions and Clauses are incorporated by reference: 52.212-1, Instructions to Offerors (OCT 2016) 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2016) 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 (MAR 2016) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) 52.222-21, Prohibition of Segregated Facilities, (APR 2015) 52.222-26, Equal Opportunity, (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All questions pertaining to this RFQ must be submitted in writing to Joel.L.Perlroth@noaa.gov. (E-mail only) by 1:00 P.M. EST on January 19, 2017. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 1:00 P.M. EST on January 31, 2017; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Joel.L.Perlroth@noaa.gov The anticipated award date is on or about February 1, 2017. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Joel.L.Perlroth@noaa.gov. Telephonic requests will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NCDCMD/EE133E-17-RQ-00144/listing.html)
 
Record
SN04372208-W 20170118/170116233106-47d31b724a4709241ef9ae01a768605d (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  © 1994-2020, Loren Data Corp.