Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2019 FBO #6279
SOLICITATION NOTICE

C -- IDIQ CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, HAWAII

Notice Date
1/30/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
96860
 
Solicitation Number
N6247819R5029
 
Response Due
3/6/2019
 
Archive Date
9/30/2019
 
Point of Contact
Norine Horikawa (808) 471-4731
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services for architectural projects at various locations under the cognizance of NAVFAC Hawaii, primarily within the State of Hawaii, but may also include work worldwide. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The term of the basic IDIQ contract will a base period of one year with four one-year option periods or $50,000,000, whichever occurs first. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or acceptable A-E performance under the awarded contract. There will be no future synopsis in the event the options are exercised. The guaranteed minimum for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated/awarded under this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is October 2019. Due to space constraints, please see Attachment A for Project Specific Information SELECTION CRITERIA: Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm ™s evaluation or disqualify the firm from further consideration. The selection criteria are listed in descending order of importance. Specific selection criteria include: 1. Specialized Experience 2. Professional Qualifications 3. Past Performance 4. Program Management and Capacity 5. Quality Control 6. Firm Location 7. Sustainable Design 8. Commitment to Small Business 9. Volume of Work Criterion 1 “ Specialized Experience (SF330, Part I, Section F): Basis of Evaluation: Firms will be evaluated on specialized experience in performance of recent relevant projects. Recent relevant projects are defined as follows: 1. Recent relevant projects include design of new construction and/or repair/renovation that encompasses each of the following features: Bachelor Enlisted Quarters (BEQs), consolidated clubs (officer/enlisted), fire stations, fitness centers, dining facilities, auditoriums/theaters, exchanges/retail stores, Child Development Centers (CDCs), operations buildings, headquarters buildings, administration buildings, aircraft hangars, maintenance shops, warehouses, laboratories, training facilities, and/or armories in a tropical environment. For this acquisition, tropical is defined as being located between the Tropic of Capricorn and the Tropic of Cancer, excluding arid and high elevation areas. Tropical regions are hot and humid and require special attention in the design off shore-based facilities subject to highly corrosive environments. See UFC 3-440-05N, Change 2 dated 28 November 2006. Each project shall be $20 million or more in estimated construction costs, if the construction contract has not yet been awarded or if the construction contract has been awarded, the awarded construction value per project/contract. The design shall have been completed within the past ten (10) years. A completed design may be exclusive of Post Construction Award Services (PCAS). 2. Each feature listed above, e.g., fire station, consolidated clubs, fitness centers, etc., do not have to be in a single project scope. For example, you may have a single project that included bachelor enlisted quarters and a fitness center, however, each facility, bachelor enlisted quarters and fitness center shall each be at least $20M or more in estimated construction costs/awarded construction costs. 3. For each project submitted for evaluation, please annotate whether any of the following were included. All of the following need not be in one project scope, however, in order to be evaluated as having met the criteria for relevancy, the SF330 must demonstrate that the firm has experience in each of the following: Execution of DD 1391 or similar project programming document FACD/design charrettes DB RFP solicitation documents for Navy projects DBB/Final Design contract documents More favorable consideration may be given for the following, which are not listed in any order of preference. 1. Submission of a variety of features in the types of facility projects submitted for evaluation may be more favorably considered. For example, a firm that submits projects demonstrating experience with eight of the above noted features, may be more favorably considered than a firm that submits projects demonstrating experience with five of the above noted features. Projects that contain multiple features in one project that meets or exceeds the dollar value specified above may be more favorably considered. 2. New construction projects may be given more favorable consideration than repair/renovation projects. 3. Navy projects within the State of Hawaii may be given more favorable consideration. NOTES: 1. A subconsultant ™s experience will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant. 2. Specialized experience of the Prime A-E firm as a subcontractor will not be given the same level of consideration as either the Prime A-E or the Prime Joint Venture (JV)/Limited Liability Company (LLC)/Limited Partnership (LP) or JV/LLC/LP partner(s), Submission requirements: Provide a maximum of ten (10) recent relevant projects. Sufficient information to determine the date of design completion of the project must be included in the project description or the project will not be considered. Projects with design and engineering services that are on-going will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter. All projects provided in the SF330 must be completed by the actual office/branch/regional office proposed to manage and perform work under this contract. Projects not meeting this requirement may be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part I, Section F, Block 25, śFirm Name ť. Include a contract number or project identification number in Block 21. Include an e-mail address and phone number for the point of contact in Block 23(c). In Block 24, include AE task order/contract award value, value of the construction contract associated with the design, and a detailed narrative of the work performed that demonstrates that the project meets the definition of a recent relevant project. For projects performed as a subcontractor or a JV/LLC/LP involving different partners, specifically indicate the percentage of the work performed as a subcontractor or by each JV/LLC/LP partner, and identify the specific roles and responsibilities performed as a subcontractor or by each JV/LLC/LP partner rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by each entity, the project may be eliminated from further consideration. NOTE: If the firm is a JV/LLC/LP, projects performed by the JV/LLC/LP should be submitted; however, if there are no projects performed by the JV/LLC/LP, projects shall be submitted for each JV/LLC/LP partner, minimum of two projects for any JV/LLC/LP partner, maximum of 10 projects per SF330. Firms failing to demonstrate experience for all JV/LLC/LP partners with at least a minimum of two projects for each partner will not be considered. If more than ten projects are submitted for the JV/LLC/LP, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter. Projects shall be submitted on the SF330 at Part I, Section F. Projects shall be completed designs. Projects not completed will not be considered. For submittal purposes, a task order awarded under a basic IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit a basic IDIQ contract as a relevant project. Instead, list relevant task orders or stand-alone contract awards that meet the definition of a relevant project. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 1 shall be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part I, Section F in evaluation of Criterion 1. Criterion 2 “ Professional Qualifications (SF330, Part I, Sections E and G): Basis of Evaluation: Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in recent relevant projects as outlined in the SF330, Part I, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Architect (including Principal-in-Charge and Project Manager/Project Architect), Civil, Structural, Mechanical, Electrical, Fire Protection, Telecommunications, AT/FP and Cost Estimator. By submission of its SF330, the firm agrees that all items proposed (e.g., key personnel, subcontractors, approach, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officers approval. Key personnel will be evaluated on their professional qualifications, competence and experience in performance of recent relevant projects. See Criterion 1 for the definition of recent relevant projects. Submission requirements: Submit information using SF330, Part I, Sections E and G. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. For this acquisition, key personnel are designated as follows. The maximum number of key personnel that can be proposed are annotated in the parentheses. Principal (1) Project Manager/Project Architects (4) Civil Engineer (2) Structural Engineer (2) Mechanical Engineer (2) Electrical Engineer (2) Fire Protection Engineer (2) Telecom (RCDD) (2) AT/FP (2) Cost Estimator (2) If more than the maximum number of resumes is submitted for each key discipline, the Government will only evaluate resumes up to the maximum number authorized in the order submitted per discipline. Resumes of disciplines that are not specified, if submitted, will not be considered in the evaluation. Resumes shall indicate: U.S. professional registration (include State and discipline), certification, licensure and/or accreditation in appropriate disciplines, number of years of experience, firm name and location, education; and indicate proposed role in this contract (e.g. Project Architect, Civil Project Engineer, Structural Project Engineer, etc.) Do not use other company titles such as śType I Engineer ť where the discipline and role are unidentifiable. Cite recent relevant projects completed by the key personnel. Information on specialized experience and technical competence shall be limited to only the Principal and the Project Managers/Project Architects. Complete one Section E for the Principal and each of the Project Managers/Project Architects, providing all requested information. Relevant project information for other key personnel is not required and if submitted, will not be considered in the evaluation. For these other key personnel, e.g., Civil Engineer, Structural Engineer, complete only Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Indicate participation of key personnel in recent relevant projects from Criterion 1 in the SF330, Part I, Section G. Submit a maximum of five (5) recent relevant projects for each Principal and Project Manager/Project Architect. See Criterion 1 for the definition of recent relevant project. Firms must indicate non-key personnel team members, including but not limited to Surveyor, Geotechnical and Environmental in the SF330, Part I, Section D organization chart. All information for Criterion 2 shall be submitted in the SF330, Part I, Sections E and G. The Government WILL NOT consider information submitted in addition to the information provided in Part I, Sections E and G in evaluation of Criterion 2. Criterion 3 “ Past Performance (SF330, Part I, Section F and Attachment (B) Past Performance Questionnaire): Basis of Evaluation: Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTES: 1. Past performance information for projects listed under Criterion 1 may be given greater weight than information obtained by the Government from customer inquiries, Government databases, and other information available to the Government. Past performance submitted by the A-E for other projects will not be considered. 2. A subconsultant ™s past performance information will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (B)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. Download the PPQ from NECO, https://www.neco.navy.mil and submit the PPQ with the SF330. The PPQ shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. The PPQ shall not be from the Prime contractor on a design-build project nor shall it be from a Prime contractor to a subcontractor. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, submit a completed PPQ. Completed PPQs shall be signed by the contracting agent and/or their representative for the contract administration, or from the facility owner/user before it is submitted with your SF330. Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Governments point of contact, Naval Facilities Engineering Command Hawaii, Code OPHA1, Attn: Ms. Norine E. Horikawa, Contracting Officer via email at norine.horikawa@navy.mil prior to the response date. Firms shall not incorporate by reference into their response, PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. The Government is also not restricted to the information provided in the SF330 and may use other sources to assess past performance, such as information obtained from Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), inquiries with previous customers/owners, etc. PPIRS/CPARS will be retrieved for the Prime A-E, JV/LLC/LP, or JV/LLC/LP partner(s) that will perform the work and will be based upon the DUNS number provided for the Prime, JV/LLC/LP and/or JV/LLC/LP partner(s). If the Prime performed the work as a subcontractor for a project under Criterion 1, submit a PPQ. PPIRS/CPARS of subcontractors on your team will not be evaluated. In Section F, include the CPARS/ACASS or PPQ immediately after each project that it is associated with. The CPAR/ACASS or PPQ provided in Section F will not be counted towards the SF330 page limitation. Past performance information that is not related to the projects under Criterion 1 will not be considered. Past performance information provided in Section F for the Prime that performed the work as a subcontractor or sub-consultant will not be given the same level of consideration as work that was performed as the Prime, Prime JV/LLC/LP or Prime JV/LLC/LP partner(s). Past performance information pertaining to a non-relevant facility project may be given less consideration. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience. Firms may also address any adverse past performance issues. It is incumbent upon the A-E to provide an explanation of the issues or adverse ratings and what the A-E has done or will do to preclude a less than satisfactory rating on future contracts; otherwise, the A-E may be considered to have not met the requirements of this criterion. Information addressing adverse past performance shall not exceed one (1) single-sided page. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and if submitted, will not be considered in the evaluation. Criterion 4 “ Program Management and Capacity (SF330, Part I, Section H): Basis of Evaluation: Firms will be evaluated on its ability to plan for and to manage work under the contract and the firm ™s capacity to accomplish the work in the required time. Submission requirements: 1. Program Management: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants and why it is the most efficient and effective organizational structure in execution of the work. Discuss the history of working relationships with team members, including joint venture partners where applicable. 2. Capacity: Describe the firm ™s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the firm ™s present workload of the project team (including consultants) on other IDIQ contracts that may present conflicts with this contract. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. Describe the proposed team ™s ability to complete several large task orders concurrently requiring quick turnaround. General statements of availability/capacity may be considered less favorably. Criterion 5 “ Quality Control (SF330, Part I, Section H): Basis of Evaluation: Firms will be evaluated on the strength of the quality control program proposed to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors. Submission requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. 2. Identify the quality control manager (by name and firm) and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 3. Describe specific quality control processes and procedures proposed for this contract to provide technical accuracy of and assurance of overall coordination of plans and specifications, and engineering and design services; incorporation of the latest criteria; lessons learned and review comments, etc. 4. Describe how the firm ™s quality control program extends to management of subcontractors to ensure design quality consistently between all design disciplines or team. Criterion 6 “ Firm Location (SF330, Part I, Section H): Basis of Evaluation: Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects could be located. Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily the NAVFAC Hawaii AOR in the State of Hawaii. Submission requirements: 1. Indicate the location of the office(s) that will be performing the work, clearly indicating the main office, branch offices, and offices of team members. 2. Address ability of the firm to ensure timely response to requests for on-site support. If the work is to be performed from other than the local area, briefly describe the ability of the Prime to forward deploy personnel and how the team would respond to project requirements throughout the life of the contract. 3. Provide a narrative describing the team ™s knowledge of the primary geographic areas, primarily the State of Hawaii, to be covered by this contract. Criterion 7 “ Sustainable Design (SF330, Part I, Section H) Basis of Evaluation: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integral design approach and designing in accordance with recognized sustainability rating systems such as U.S. Green Building Council (USGBC) LEED, Green Building Initiative (GBI) Green Globes, or GBI Guiding Principles Compliance (GPC), etc., as required by Unified Facilities Criteria (UFC) 1-200-02 High Performance and Sustainable Building Requirements. Submission requirements: Identify examples indicating design team (including consultants) experience and concepts employed, certification awarded, and accredited professionals proposed for this contract. For projects certified, submit a copy of the certificate (certificates are not included toward the overall page count). Provide a maximum of three (3) projects that have attained or been submitted for third party certification (TPC). Identify the major contribution(s) (design elements, features, equipment, etc.) by the design team in attainment of the certification for each project. For projects not yet certified, identify the TPC program and date the project was submitted. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. Third party certified projects will be considered more favorably than projects not yet certified. Identify (by name and firm) accredited professionals proposed for this contract. Provide experience and qualifications of key sustainable design personnel being proposed. Criterion 8 “ Small Business Utilization (SF330, Part I, Section H) Basis of Evaluation: SF330s will be evaluated on the extent to which the submissions and other performance information available to the Government demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns as subcontractors including, when applicable, achievements against established small business subcontracting plan goals. SF330s will also be evaluated on the levels of small business participation proposed and the degree of commitment to use the named sources. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities may be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. All large business firms that are slated shall provide a Subcontracting Plan, Attachment E, at the time of their scheduled interview. Submission Requirements: All prime firms shall provide a narrative (limited to two pages) to describe their achievements in supporting the Government ™s policy to provide maximum practicable opportunities for small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns to participate as subcontractors consistent with efficient contract performance. In support of narrative submissions: a. Prime firms representing as other than small businesses shall provide copies of the most current individual subcontracting reports (ISRs) associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence if a small business subcontracting plan was required by the contract. If such projects were completed under specific task orders, provide ISRs for the overall contract. For cited projects with state and local government agencies, provide similar subcontracting performance reports if required by the contracts in the format provided in Attachment C, Small Business Subcontracting Record. When not specifically addressed in the ISR or similar report, firms shall provide explanations for all instances of failures to meet dollar or percentage goals in individual subcontracting plans. b. All Small Business prime firms shall submit small business subcontracting information associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence in the format provided in Attachment C, Small Business Subcontracting Record. All prime firms, including small business firms, shall submit a small business participation and commitment strategy including all data elements shown in Attachment D, Small Business Participation and Commitment Strategy. The NAVFAC subcontracting targets are shown below in Note (4). a. Identify in terms of dollar value and percentage of the total acquisition the extent of work the prime firm will self-perform. If submitting an offer as a joint venture, identify the percentage of work each member will be responsible for and indicate the size status of each member (e.g. small business, woman-owned small business, other than small business). b. Include supplemental narratives (limited to two pages) to address other elements of the prime firms ™ strategy such as binding agreements covering post award roles for execution of the contract and specific initiatives and tools that will be employed under the contract to enhance small businesses opportunities to both participate in this acquisition and build capabilities to support future NAVFAC acquisitions. NOTES: (1) The Government reserves the right to consider information on other recent, relevant projects from all available sources. (2) If the prime firm is a new joint venture, partnership or other entity consisting of more than one firm, provide achievements information for each individual business entity that will be responsible for managing the subcontracting program and clearly describe those responsibilities. (3) Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (4) The NAVFAC Subcontracting targets for FY19 and beyond is as follows: Small Business “ 65% Small Disadvantaged Business “ 15% HUBZone Small Business “ 6% Women-Owned Small Business “ 15% Service Disabled Veteran Owned Small Business “ 5% Forms to be used for submission of Small Business Utilization Factor information are: Attachment C “Small Business Subcontracting Record Attachment D - Small Business Participation and Commitment Strategy Attachment E “Subcontracting Plan (template) Criterion 9 “ Volume of Work (SF330, Part I, Section H) Basis of Evaluation: Firms will be evaluated in accordance with DoD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small, disadvantaged business firms, and firms that have not had prior DoD A-E contracts. Submission requirements: Firms do not submit award data for this factor. DoD A-E award information will be retrieved by the Government for the Prime A-E, JV/LLC/LP and each partner in the case of a JV, LLC or LP. Provide the DUNS and CAGE numbers for the Prime A-E or Prime JV/LLC/LP and each JV/LLC/LP partner in SF330, Part I, Section H. DoD A-E award information will also be retrieved for the Prime A-E with multiple offices listed. (End of selection criteria) Due to space constraints, please see Attachment A for instructions on submission of your SF330. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247819R5029/listing.html)
 
Record
SN05206643-F 20190201/190130230008 (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.