Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

J -- Preventative Maintenance and On-Site Service for API 5000 Liquid Chromatography Mass Spectrometery System

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W91ZLK-17-T-0108
 
Archive Date
6/4/2017
 
Point of Contact
Sandra J. Kennedy, Phone: 4438614740
 
E-Mail Address
sandra.j.kennedy14.civ@mail.mil
(sandra.j.kennedy14.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The solicitation number for this requirement is W91ZLK-17-T-0108. This requirement is being solicited as 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) Code is 811219. The Small Business Size Standard is $20,500,000.00. The Government intends to award a Firm-Fixed Price purchase order. This procurement will be evaluated as lowest price technically acceptable and in accordance with the Performance Work Statement shown listed below. PERFORMANCE WORK STATEMENT (PWS) On-Site Service and preventative maintenance for API5000 LIQUID CHROMATOGRAPHY MASS SPECTROMETRY MASS SPECTROMETRY SYSTEM, SERIAL #AG20570705 SERVICE MAINTENANCE Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide on- site service and preventative Maintenance Agreement for API 5000 359254. The contractor shall provide all labor, supervision, materials, parts; manufacturer's authorized field modification, equipment, transportation, and any other items necessary to perform preventative maintenance, repair, and calibration of the listed items. All work provided by the contractor must be performed by an OEM certified Technician and all work must be accomplished in such manner that does not affect any warranty. Consumables (lamps, needles, etc.) are not included. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform on- site service and preventative maintenance agreement for API5000 LIQUID CHROMATOGRAPHY MASS SPECTROMETRY MASS SPECTROMETRY SYSTEM, SERIAL #AG20570705 SERVICE MAINTENANCE as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Extensive analysis of various tissues from exposure regimes is necessary to understand the effects and action of toxins upon a test specimen. API 5000 LC/MS/MS is used in evaluating toxic effects on isolated proteins and tissue homogenates as well as metabolic and microsomal studies. 1.3 Objectives: On-Site Service and Preventative Maintenance Agreement shall meet the following minimum requirements: • The contractor shall perform semi-annual scheduled Planned Maintenance Inspections on API5000 in accordance with accepted protocol. • Contractor shall use parts for installation or replacement that meet or exceed OEM specifications. • The contract price shall include cost of Planned Maintenance and all repair parts, to exclude software or software updates. • Contractor shall provide Technical Support via phone Monday through Friday, 0900 to 1700 hours, excluding Recognized Holidays and publically announced Post Closure. • Contractor shall response physically to API 5000 site within 48 hour system for instrument requiring repair, calibration, • Contractor shall provide next day parts delivery • Contractor shall provide and update System Log books physically located with API 5000. • Contractor shall guarantee 95% uptime targets for instrument • Contractor shall replace all covered components that are deemed defective at no additional charge. • Labor, travel and related expenses shall be included in contract price. • Contractor shall provide emergency service 0830-1700 Monday-Friday, excluding legal holidays 1.4 Scope: The contractor shall provide all labor, supervision, materials, parts; manufacturer's authorized field modification, equipment, transportation, and any other items necessary to perform preventative maintenance, repair, and calibration of the listed items. All work provided by the contractor must be performed by an OEM certified Technician and all work must be accomplished in such manner that does not affect any warranty. Components, accessories, and parts damaged through customer abuse, misuse, and accident are not covered. Consumables, third party devices, third party accessories, glass; needles are not included in the scope. Access shall be granted to authorize service person. An escort shall be provided to accompany service person while on site. Contractor shall provide maintenance service to keep the covered instruments in good working order throughout the contract period. Maintenance service includes periodic preventive maintenance according to specific needs of the instrument as determined by contractor. This preventive maintenance may be performed during the course of remedial maintenance. Maintenance service also includes lubrication, adjustments and replacement service parts, all as deemed necessary by contractor. Replacement parts may be new or refurbished and are furnished on an exchange basis-the replaced parts become the property of contractor. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-months option years. The Period of Performance reads as follows: Base Year 25 May 2019 TO 24 May 2018 Option Year I 25 May 2018 TO 24 May 2019 Option Year II 25 May 2019 TO 24 May 2020 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. Quality control program is to be delivered within 30 days after contract award. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: Contractor is not required to perform services on the following holidays. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 0800 - 1600 Hours, Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Contractor is not compensated when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: Maintenance and calibration shall take place in Bldg. E3150, rooms 316 and 330, 5183 Blackhawk Road, Aberdeen Proving Grounds, MD 21010. A designated escort shall accompany the service engineer to the specific locations. To gain access to APG-EA., contractor personnel and deliveries must enter through the Hoadley Road (Route 24) Gate for Edgewood Area/APG South. Entry to the installation requires a valid photo ID for attendees over the age of 15 (should be 18), not a requirement for anyone under the age of 18 to have a picture ID unless they are driving). Drivers must present a valid driver's license and current vehicle registration. All persons and their possessions, to include vehicles, are subject to inspection by the Aberdeen Proving Ground Police Department. Currently DOD Registration stickers are not required or offered at APG-EA. However, vehicle registration is highly recommended and may be required for vehicles entering APG at some future date. It may be a requirement for access to other installations and governmental facilities. To obtain a vehicle registration form, contact the Directorate of Emergency Services, Building 4305, Room 101 or call 410-306-2380; DSN: 458-2380. Hours of operation for the Edgewood Area Route 24/Hoadley Road Gate: Open 24/7/365 1.6.6 Type of Contract: The government will award a Firm, Fixed Price contract for services. 1.6.7 Contracting Officer Representative (COR): The (COR) will be identified within the contract. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR) An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP) An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: Government shall provide a suitable environment for the instruments as specified by manufacturer, including adequate space and electrical power, and to provide Contractor full, free and safe access to the machines. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract. 4.2 Secret Facility Clearance: The Contractor or Contractor's employees, performing work in support of this contract will be furnished an escort upon arrival at ECBC, RDECOM, APG, MD 21010-54241 Bldg. E3150, Room 330. Escort shall continuously accompany contractor for the entirety of contractors stay at the work site. Escort shall limit contractor's access to work site. 4.3. Materials: The Contractor shall furnish all materials, supplies, and equipment necessary to meet the requirements under this PWS. 4.4. Equipment: The Contractor shall furnish all equipment necessary to meet the requirements under this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for preventative maintenance and calibration of API5000 LIQUID CHROMATOGRAPHY MASS SPECTROMETRY MASS SPECTROMETRY SYSTEM, SERIAL #AG20570705 5.2. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment/Technical Exhibit List: 7.1. Technical Exhibit 1 - Performance Requirements Summary 7.2. Technical Exhibit 2 - Deliverables Schedule 7.3 Technical Exhibit 3 - Estimated Workload Data TECHNICAL EXHIBIT 1 Performance Requirements Summary Performance Objective Standard Performance Threshold Method of Surveillance 1. The contractor shall perform two yearly scheduled Planned Maintenance Inspections on the unit in accordance with accepted protocol. All parts installed or replaced shall be OEM specifications Instrument will perform within specifications for accuracy and precision. Instrument passes all verification checks; results of checks recorded in logbook. ZERO DEVIATION FROM STANDARD 100% Inspection 2. Contractor shall provide phone support for a down instrument Phone support Monday thru Friday 0900-1700 EST AS NEEDED PERIODIC SURVEILLANCE 3. Contractor shall document all work accomplished in Logbook. Technical person signed all test parameters, acceptability, precision, date of service. Signature of the Government Representative who accepts results. ZERO DEVIATION FROM STANDARD 100% Inspection 4. Labor, travel and related expenses must be included at no additional cost to the government. No additional cost incurred for instrument maintenance VALIDATED CUSTOMER COMPLAINT 100% Inspection TECHNICAL EXHIBIT 2 Deliverables Schedule Deliverable Frequency # of Copies Medium Submit To 1. Scheduled Planned Maintenance Inspections on the unit in accordance with accepted protocol. 6 month intervals from first scheduled PM of this POP One Paper Copy Operator upon completion of Task 2. Phone support for a down instrument As Required Same as above. Same as above. Same as above. 3. Contractor shall document all work accomplished in Logbook. Same as above. Same as above. Same as above. Same as above. 4. Labor, travel and related expenses must be included at no additional cost to the government. Never None Paper Copy KO TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 ESTIMATED WORKLOAD DATA NA NA Submit bids as shown in instructions, in the following format: CLIN 0001: $_________ Base Year Preventive Maintenance and Service Agreement. Period of Performance (PoP): 05/25/2017 - 05/24/2018. CLIN 0002: $ Not separately priced - Contractor Manpower Reporting Application Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the statement of work, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. This applies to CLINs 0002, 1002, and 2002. CLIN 1001: $_________ Option Year One (1). Preventive Maintenance and Service Agreement. Period of Performance (PoP): 05/25/2018 - 05/24/2019. CLIN 1002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services CLIN 2001: $_________ Option Year Two (2). Preventive Maintenance and Service Agreement. Period of Performance (PoP): 05/25/2019 - 05/24/2020. CLIN 2002: $ Not separately priced Contractor Manpower Reporting Application Accounting for Contract Services INSTRUCTIONS to OFFERORS: Acceptance shall be at destination. Performance of services will be at Aberdeen Proving Ground, MD. All contractor representatives needing access to the installation shall be US Citizens. PROVIDE THE GOVERNMENT DETAILED INFORMATION ON THE FOLLOWING : a. Point of contact name and contact information, CAGE code, DUNS number, and TIN b. Contractor quotes must specifically address each CLIN listed in accordance with the Performance Work Statement. ****Partial quotes will not be evaluated by the Government. Failure to provide POC, CAGE code, DUNS number and TIN will result in quote/bid not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items and Addendum 52.217-5 Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.216-31 Time-and-Materials/Labor Hour Proposal Requirements-Commercial Item Acquisition 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2013) applies to this order. The following additional DFAR clauses cited in the clause are applicable: 252.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American- Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American- Free Trade Agreements- Balance of Payments Program 252.227-7015 Technical Data- Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil AMC-LEVEL PROTEST PROGRAM (Aug 2012) ACC-APG 5152.233-4900 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: All questions must be submitted via email to sandra.j.kennedy14.civ@mail.mil by 11 May 2017 at 08:00 A.M. Eastern Time. All Quotations must be signed, dated, and submitted via email to sandra.j.kennedy14.civ@mail.mil by 20 May 2017 at 08:00 A.M. Eastern Time. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to bid submission will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Sandra J. Kennedy, via email at sandra.j.kennedy14.civ@mail.mil TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c8d2d4edfdd969d3c9d13aaebd7ed6c)
 
Place of Performance
Address: Aberdeen Proving Ground -EA, Maryland, 21010, United States
Zip Code: 21010
 
Record
SN04495812-W 20170506/170504234933-0c8d2d4edfdd969d3c9d13aaebd7ed6c (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.