Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
MODIFICATION

81 -- SHIPPING BOXES

Notice Date
3/1/2018
 
Notice Type
Modification/Amendment
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Mechanicsburg PA, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17050-0788, United States
 
ZIP Code
17050-0788
 
Solicitation Number
SP3300-18-Q-0036
 
Archive Date
3/24/2018
 
Point of Contact
Timothy McCloskey, Phone: 717-770-6268
 
E-Mail Address
timothy.mccloskey@dla.mil
(timothy.mccloskey@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO SUPPLIERS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-18-Q-0036. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97 effective 18 Jan 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180131 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-03. The complete text of any of the clauses and provisions may be accessed in full text as follows: FAR: https://www.acquisition.gov/browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx 3. This acquisition is 100% set-aside for small business concerns. The North American Industry Classification System (NACIS) code for this acquisition is 322211 and the small business size standard is 1,250 employees. 4. This solicitation is being issued as a small business set-aside, which means any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. Reference clause FAR 52.219-6 Notice of Total Small Business Set-Aside. 5. This Request for Quote (RFQ) is being issued to establish a firm-fixed price contract various types of Corrugated Fiberboard Shipping Boxes. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 6. PACKING AND MARKING REQUIREMENTS: All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. 7. Delivery point is FOB Destination. SHIPPING ADDRESS WILL BE AS FOLLOWS: CLIN DODAAC ADDRESS 0001 - 0007 SB3300 DLA DISTRIBUTION SUSQUEHANNA PA BASE SUPPLY BLDG 50 BAY 1 2001 NORMANDY DRIVE NEW CUMBERLAND, PA 17070 • 18. SYSTEM FOR AWARD MANAGEMENT (SAM) - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 9. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Are WorkFlow (WAWF). The successful offeror must be registered in WAWF for the purpose of processing vendor payment requests. See DFAR Clause 252.232-7003 and 252.232-7006. 10. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. SCHEDULE OF SUPPLIES CLIN 0001 - NOM: BOX SHIPPING 20X20X4 SW DOM BOX, SHIPPING. SINGLE WALL, DOMESTIC. MATERIAL NUMBER (MN): N00001118 SIZE: 20 IN LONG X 20 IN WIDE X 4 IN DEEP (INSIDE DIMENSIONS). SN 811500L040018 CLASS: DOMESTIC (DOM). STYLE: REGULAR SLOTTED CARTON (RSC). TYPE: CORRUGATED FIBERBOARD (CF). FLUTE DESIGNATION: C FLUTE DIRECTION: PERPENDICULAR TO SCORELINE OF THE BOX OPENING. JOINT ASSEMBLY: GLUED. GRADE: 275. BURSTING STRENGTH: 275 LB PSI. MAX. WEIGHT OF BOX+CONTENTS: 95 LBS RECOVERED/POSTCONSUMER CONTENT: 25-50% RECOVERED INCLUDING 25-50% POSTCONSUMER. ASTM-D1974/D1974M, ASTM-D4727/D4727M, ASTM-D5118/D5118M, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. 25 EA PER BUNDLE (BD). QUANTITY: 320 BD $_______________ PER BD = $_______________ TOTAL CLIN 0002 - NOM: BOX SHIPPING 10X8X6 SW DOM BOX, SHIPPING. SINGLE WALL, DOMESTIC. MATERIAL NUMBER (MN): N00001072 SIZE: 10 IN LONG X 8 IN WIDE X 6 IN DEEP (INSIDE DIMENSIONS). SN 811500L962485 CLASS: DOMESTIC (DOM). STYLE: REGULAR SLOTTED CARTON (RSC). TYPE: CORRUGATED FIBERBOARD (CF). FLUTE DESIGNATION: C FLUTE DIRECTION: PERPENDICULAR TO SCORELINE OF THE BOX OPENING. JOINT ASSEMBLY: GLUED GRADE: 275. BURSTING STRENGTH: 275 LB PSI. MAX. WEIGHT OF BOX+CONTENTS: 95 LBS. RECOVERED/POSTCONSUMER CONTENT: 25-50% RECOVERED INCLUDING 25-50% POSTCONSUMER. ASTM-D1974/D1974M, ASTM-D4727/D4727M, ASTM-D5118/D5118M, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. 25 EA PER BUNDLE (BD). QUANTITY: 6,605 BD $_______________ PER BD = $_______________ TOTAL CLIN 0003 NOM: BOX SHIPPING 45X22X22 DW DOM BOX, SHIPPING. DOUBLE WALL, DOMESTIC. MATERIAL NUMBER (MN): N00001141 SIZE: 45 IN LONG X 22 IN WIDE X 22 IN DEEP (INSIDE DIMENSIONS). SN 811500L970210 CLASS: DOMESTIC (DOM). STYLE: REGULAR SLOTTED CARTON (RSC). TYPE: CORRUGATED FIBERBOARD (CF). FLUTE DESIGNATION: See ASTM D5118/D5118M, Section 6.4.2 FLUTE DIRECTION: PERPENDICULAR TO SCORELINE OF THE BOX OPENING. JOINT ASSEMBLY: GLUED. GRADE: 350. BURSTING STRENGTH: 350 LB PSI.MAX. WEIGHT OF BOX+CONTENTS: 120 LBS. RECOVERED/POSTCONSUMER CONTENT: 25-30% RECOVERED INCLUDING 25-30%POSTCONSUMER. ASTM-D1974/D1974M, ASTM-D4727/D4727M, ASTM-D5118/D5118M, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. 2 EA PER BUNDLE (BD). QUANTITY: 700 BD $_______________ PER BD = $_______________ TOTAL CLIN 0004 NOM: BOX SHIPPING 45X14X22 DW DOM BOX, SHIPPING. DOUBLE WALL, DOMESTIC. MATERIAL NUMBER (MN): N00001140 SIZE: 45 IN LONG X 14 IN WIDE X 22 IN DEEP (INSIDE DIMENSIONS). SN 811500L970209 CLASS: DOMESTIC (DOM). STYLE: REGULAR SLOTTED CARTON (RSC). TYPE: CORRUGATED FIBERBOARD (CF). FLUTE DESIGNATION: See ASTM D5118/D5118M, Section 6.4.2 FLUTE DIRECTION: PERPENDICULAR TO SCORELINE OF THE BOX OPENING. JOINT ASSEMBLY: GLUED. GRADE: 350. BURSTING STRENGTH: 350 LB PSI. MAX. WEIGHT OF BOX+CONTENTS: 120 LBS. RECOVERED/POSTCONSUMER CONTENT: 25-30% RECOVERED INCLUDING 25-30%POSTCONSUMER. ASTM-D1974/D1974M, ASTM-D4727/D4727M, ASTM-D5118/D5118M, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. 3 EA PER BUNDLE (BD). QUANTITY: 1,360 BD $_______________ PER BD = $_______________ TOTAL CLIN 0005 NOM: BOX SHIPPING 45X22X22 TW WR RSC 1100 PSI BOX, SHIPPING. TRIPLE WALL, WEATHER RESISTANT. MATERIAL NUMBER (M/N): N00000670 SIZE: 45 IN LONG X 22 IN WIDE X 22 IN DEEP (INSIDE DIMENSIONS) NSN 8115005599999. CLASS: WEATHER RESISTANT (WR) STYLE: REGULAR SLOTTED CARTON (RSC). MATERIAL TYPE: CORRUGATED FIBERBOARD (CF). GRADE: 1100. TEAR STRENGTH: 1100 LB PSI. ASSEMBLY FORM: KNOCKED DOWN; IN BUNDLES (BD). JOINT ASSEMBLY: GLUED. CLOSURE METHOD: FLAPS. CARTON LOAD HAZARD DESIGNATION: NONE. STACKING FEATURE: NO. BOX MFR CERT REQRD.ASTM-D4727/D4727M, ASTM-D5168-12, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. RECOVERED/POSTCONSUMER CONTENT: 25-30% RECOVERED INCLUDING 25-30% POSTCONSUMER. PALLETIZATION / STRAPPING PER COMMERCIAL STANDARD. MFR TO PRINT M/N, S/N, UNIT PACK, CONTRACT NO. ON EACH PALLET. 2 EA PER BUNDLE (BD). QUANTITY: 207 BD $_______________ PER BD = $_______________ TOTAL CLIN 0006 NOM: BOX SHIPPING 24X11.5X11.75 TW WR RSC 1100 PSI BOX, SHIPPING. TRIPLE WALL, WEATHER RESISTANT. MATERIAL NUMBER (M/N): N00000700 SIZE: 24 IN LONG X 11.5 IN WIDE X 11.75 IN DEEP (INSIDE DIMENSIONS) NSN 8115006169148. CLASS: WEATHER RESISTANT (WR) STYLE: REGULAR SLOTTED CARTON (RSC). MATERIAL TYPE: CORRUGATED FIBERBOARD (CF). GRADE: 1100. TEAR STRENGTH: 1100 LB PSI. ASSEMBLY FORM: KNOCKED DOWN; IN BUNDLES (BD). JOINT ASSEMBLY: GLUED. CLOSURE METHOD: FLAPS. CARTON LOAD HAZARD DESIGNATION: NONE. STACKING FEATURE: NO. BOX MFR CERT REQRD.ASTM-D4727/D4727M, ASTM-D5168-12, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. RECOVERED/POSTCONSUMER CONTENT: 25-30% RECOVERED INCLUDING 25-30% POSTCONSUMER. PALLETIZATION / STRAPPING PER COMMERCIAL STANDARD. MFR TO PRINT M/N, S/N, UNIT PACK, CONTRACT NO. ON EACH PALLET. 3 EA PER BUNDLE (BD). QUANTITY: 40 BD $_______________ PER BD = $_______________ TOTAL CLIN 0007 NOM: BOX SHIPPING 18X18X18 SW DOM BOX, SHIPPING. SINGLE WALL, DOMESTIC. MATERIAL NUMBER (MN): N00001767 SIZE: 18 IN LONG X 18 IN WIDE X 18 IN DEEP (INSIDE DIMENSIONS). SN 8115002903387 CLASS: DOMESTIC (DOM). STYLE: REGULAR SLOTTED CARTON (RSC). TYPE: CORRUGATED FIBERBOARD (CF). FLUTE DESIGNATION: C FLUTE DIRECTION: PERPENDICULAR TO SCORELINE OF THE BOX OPENING. JOINT ASSEMBLY: GLUED. GRADE: 200. BURSTING STRENGTH: 200 LB PSI.MAX. WEIGHT OF BOX+CONTENTS: 65 LBS. RECOVERED/POSTCONSUMER CONTENT: 25-50% RECOVERED INCLUDING 25-50% POSTCONSUMER. ASTM-D1974/D1974M, ASTM-D4727/D4727M, ASTM-D5118/D5118M, MIL-STD-2073-1E AND CURRENT CHANGES APPLY. 15 EA PER BUNDLE (BD) QUANTITY 165 BD $_______________ PER BD = $_______________ TOTAL NOTE: ALL PRICE MUST BE ROUNDED TO TWO DECIMAL POINTS. ALL CLINs MUST BE QUOTED IN ORDER TO BE CONSIDERED FOR AWARD. CONTRACTOR SHALL IDENTIFY THE SMALL BUSINESS MANUFACTURER(S) FOR THE PRODUCTS PROPOSED ON ALL THE CLINS: ________________________________________________________________ The following FAR, DFARS and DLAD provisions apply to this acquisition: FAR 52.212-1- INSTRUCTIONS TO OFFERS - COMMERCIAL ITEMS Addenda to FAR 52.212-1 Reference paragraph (c) under referenced provision FAR 52.212-1. This paragraph is tailored to read as follows: (c) Period of acceptance of offers. The offeror agrees to hold prices in its offer firm for 45 calendar days from the date specified for receipt of offers. The following paragraphs under referenced provision 52.212-1 are hereby deleted: (d) Product samples; (e) Multiple Offers; and (h) Multiple Awards The following provisions apply and are incorporated by reference: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations FAR 52.222-25 Affirmative Action Compliance FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFAR 252.204-7004 Alternate A, System for Award management DFAR 252.204-7011 Alternate Line Item Structure Addenda to FAR 52.212-1; the following provisions apply and are incorporated in full text: FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and •(1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It __ has, __ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It __ has, __ has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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: http://farsite.hill.af.mil (End of Provision) DLAD 52.233-9001 Disputes: Agreement to use Alternative Dispute Resolution (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS -Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Completed Schedule of Supplies/Services with a Unit Price and extended prices (5) Desired and Required Time of Delivery is applicable at FAR 52.211-4 (6) Name of the Small Business Manufacturer(s) (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13.106-2 - Evaluation of Quotations or Offers: The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all items, therefore to be considered for award, a quote must be received for all items. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-13 System for Award Management Maintenance FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-4 Applicable Law for Breach of Contract FAR 52.247-34 FOB Destination FAR 52.253-1 Computer Generated Forms DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252-203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7009 Limitations on the use of Representations and Certifications DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DRARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Addenda to FAR 52.212-4; the following clauses apply and are incorporated in full text: FAR 52.211-9 - DESIRED AND REQUIRED TIME OF DELIVERY (a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE - All items within 14 days. If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE - All items with 21 days. Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE: All items with _____ days after date of contract award. (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day the award is dated. Therefore, the offeror shall compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term "working day" excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected. (End of Clause) FAR 52.252-2 - Clauses Incorporated by Reference This contract incorporates on 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 address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.225-7048 - Export Controlled Items (a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq. ); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (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). INVOICE Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (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 SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code SB3300 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (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 e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Timothy.mccloskey@dla.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 - Not Applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _ X _ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _ X _ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _ X _ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) AlternateI (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _ X _ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _ X _ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X _ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _ X _ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _ X _ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _ X _ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _ X _ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _ X _ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _ X _ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _ X _ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67. ). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Offerors responding to this announcement shall submit their quotations via e-mail to timothy.mccloskey@dla.mil. All quotes must be received by FRIDAY, MARCH 09, 2018 AT 3:30 PM EASTERN LOCAL TIME to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/SP3300-18-Q-0036/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04839614-W 20180303/180301231338-59d177fc7c1bcedb285c658709380bf4 (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.