Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

Z -- Museum Display Aircraft Paint - Resolicitation

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3Q0AC8059A002-1
 
Archive Date
6/13/2018
 
Point of Contact
SSgt Fontana Palmer, Phone: 4782221181, Andrew J. Speicher, Phone: 4782221181
 
E-Mail Address
fontana.palmer@us.af.mil, andrew.speicher@us.af.mil
(fontana.palmer@us.af.mil, andrew.speicher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. Proposals are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal number F3Q0AC8059A002-1. This number is for tracking purposes only. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 238320. The Small Business Administration (SBA) size standard is $15 Million. This is a Total 100% Small Business Set-A-Side. This combined/synopsis solicitation is related to a requirement to paint and protect the exterior of up to twelve (12) static aircraft or static missiles residing on the Museum of Aviation at Robins AFB, Georgia to prevent further deterioration Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Price(s) should be FOB Destination (Robins AFB GA 31098). The evaluation criteria are price and past performance as listed in the attached PWS. Past performance will be evaluated on a basis approximately equal to price. An assessment will be made to determine the best-value to the Government. The contractor shall provide past performance experience repairing, preparing, painting and marking historical museum aircraft for the purpose of conservation, preservation and authenticity. Past performance shall be required and shall include the successful completion of at least six (6) previous United States Goverment contracts that meet the above criteria. Past performance references shall include United States Government contract number, location, contracting officer contact information, type of aircraft involved, and contract amount and, if possible, sample photographs of the finished product. Bid proposals that do not meet this past performance requirements shall not be considered for award. CLIN Structure Line Item 0001 Service to paint and protect the exterior of five (5) aircrafts residing on the Museum of Aviation at Robins AFB. Aircraft initially covered by this scope of work and basic contract are: KC-97L, C-130E, C-119C, RF-101C, and F-86H. Line Item 0002 Service to paint and protect the exterior of seven (7) aircrafts residing on the Museum of Aviation at Robins AFB A that may be added contingent on additional funding: B-52D, EC-121K, T-39A, F-89J, A-26C, MACE missile, Matador missile. Final acceptance by the USG (Not Seperately Priced): Representatives of the Museum of Aviation will accept the final product on the behalf of the USG. Criteria will include any in-process inspections as necessary to ensure integrity and final overall inspection of satisfactory general condition. Government Security Regulations: The Contractor shall ensure personnel, information, system, facility, and international security requirements are met in accordance with DoD 5220.2, DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Air Force Instruction (AFI) 31-101, Integrated Defense, and Robins Air Force Base Instruction (RAFBI) 31-101, Installation Security. Period of Performance: Sixteen (16) weeks NOTE: The USAF/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USAF/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Clauses or Provisions Incorporated by Reference: 52.204-7 System for Award Management (Offerors must have an active SAM registration to receive an award-no exceptions) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-1 Alt I Small Business Program Representations Alternate I 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combatting Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman Clause 5352.223-9001 Health and Safety on Government Installations Clauses or Provisions Incorporated by Full Text: FAR 52.212-1 - Instructions to Offerors -- Commercial Items (tailored). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on an SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Offers must be valid for at least (60) days. At a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-4 Contract Terms and Conditions - Commercial Items Addendum: Paragraph (c) of the basic clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data etc., which may be changed unilaterally by the Government. (End of clause) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 months following contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (Deviation 2014-OO0009) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action 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 the 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, (2) 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) 252.232-7006 Wide Area Workflow Payment Instructions. All payments will be made via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Invoicing through WAWF shall occur after all items have been received by the organization. PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price proposals in response to this RFP in writing to the emails listed below, by 2:00 PM Eastern Standard Time, Tuesday, 29 May 2018. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Direct any questions regarding the requirement or this RFP to either of the individuals shown below. Quotes are due no later than 2:00 PM Eastern Standard Time on 29 May 2018. CONTRACTING SPECIALIST: SSgt Fontana Palmer 78 CONS/PZIOB 478.222.1181 fontana.palmer@us.af.mil CONTRACTING OFFICER: SSgt Andrew Speicher 78 CONS/PZIOB 478.926.3309 andrew.speicher@us.af.mil Place of Contract Performance: Robins AFB, GA 31098 United States Attachments: 1. SOW dated 11 May 18 2. Wage Determination 3. Appendix C dated 13 Mar 18 4. CDRL A001/A002 dated 12 April 18 his is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. Proposals are being requested, and a separate written solicitation will not be issued. This solicitation is issued as a Request for Proposal number F3Q0AC8059A002-1. This number is for tracking purposes only. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST AN FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 238320. The Small Business Administration (SBA) size standard is $15 Million. This is a Total 100% Small Business Set-A-Side. This combined/synopsis solicitation is related to a requirement for aircraft relocation services to support the Museum of Aviation at Robins AFB, GA IAW attached Performance Work Statement. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Price(s) should be FOB Destination (Robins AFB GA 31098). The evaluation criteria are price and past performance as listed in the attached PWS. Past performance will be evaluated on a basis approximately equal to price. An assessment will be made to determine the best-value to the Government. The contractor shall show demonstrated past performance moving at least six aircraft on United States Government contracts previous to this contract. Past performance shall include disassembly, packing, crating and movement to another location and reassembly of the aircraft. References should include locations to and from, type aircraft. date of move and a United States Government point of contact. CLIN Structure Line Item 0001 Service to paint and protect the exterior of five (5) aircrafts residing on the Museum of Aviation at Robins AFB. Aircraft initially covered by this scope of work and basic contract are: KC-97L, C-130E, C-119C, RF-101C, and F-86H. Line Item 0002 Service to paint and protect the exterior of seven (7) aircrafts residing on the Museum of Aviation at Robins AFB A that may be added contingent on additional funding: B-52D, EC-121K, T-39A, F-89J, A-26C, MACE missile, Matador missile. Final acceptance by the USG (Not Seperately Priced): Representatives of the Museum of Aviation will accept the final product on the behalf of the USG. Criteria will include any in-process inspections as necessary to ensure integrity and final overall inspection of satisfactory general condition. Government Security Regulations: The Contractor shall ensure personnel, information, system, facility, and international security requirements are met in accordance with DoD 5220.2, DOD 5220.22-M, National Industrial Security Program Operating Manual (NISPOM), Air Force Instruction (AFI) 31-101, Integrated Defense, and Robins Air Force Base Instruction (RAFBI) 31-101, Installation Security. Period of Performance: Sixteen (16) weeks NOTE: The USAF/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USAF/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Clauses or Provisions Incorporated by Reference: 52.204-7 System for Award Management (Offerors must have an active SAM registration to receive an award-no exceptions) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-1 Alt I Small Business Program Representations Alternate I 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combatting Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman Clause 5352.223-9001 Health and Safety on Government Installations Clauses or Provisions Incorporated by Full Text: FAR 52.212-1 - Instructions to Offerors -- Commercial Items (tailored). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on an SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Offers must be valid for at least (60) days. At a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 52.212-4 Contract Terms and Conditions - Commercial Items Addendum: Paragraph (c) of the basic clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data etc., which may be changed unilaterally by the Government. (End of clause) 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 months following contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. (Deviation 2014-OO0009) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action 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 the 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, (2) 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) 252.232-7006 Wide Area Workflow Payment Instructions. All payments will be made via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Invoicing through WAWF shall occur after all items have been received by the organization. PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price proposals in response to this RFP in writing to the emails listed below, by 2:00 PM Eastern Standard Time, Friday, 25 May 2018. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Direct any questions regarding the requirement or this RFP to either of the individuals shown below. Quotes are due no later than 2:00 PM Eastern Standard Time on 25 May 2018. CONTRACTING SPECIALIST: SSgt Fontana Palmer 78 CONS/PZIOB 478.222.1181 fontana.palmer@us.af.mil CONTRACTING OFFICER: SSgt Andrew Speicher 78 CONS/PZIOB 478.926.3309 andrew.speicher@us.af.mil Place of Contract Performance: Robins AFB, GA 31098 United States Attachments: 1. SOW dated 11 May 18 2. Wage Determination 3. Appendix C dated 13 Mar 18 4. CDRL A001/A002 dated 12 April 18
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q0AC8059A002-1/listing.html)
 
Place of Performance
Address: Robins AFB, Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04923485-W 20180517/180515230911-895910ccf2b0a560817b9859a23c96e8 (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.