Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOLICITATION NOTICE

70 -- USAFE Fitness Application

Notice Date
5/17/2021 8:32:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
FA5613 700 CONS PK APO AE 09021-3076 USA
 
ZIP Code
09021-3076
 
Solicitation Number
USAFEFitnessApplicationRFQ
 
Response Due
6/2/2021 5:00:00 AM
 
Archive Date
06/17/2021
 
Point of Contact
Katherine E. Galgano, Phone: 4903615365255, Daira Rodriguez, Phone: 4903615367996
 
E-Mail Address
katherine.galgano@us.af.mil, daira.rodriguez@us.af.mil
(katherine.galgano@us.af.mil, daira.rodriguez@us.af.mil)
 
Description
� Requirement Title: Fitness App License Purchase Solicitation Number: N/A Contract Type: FFP Solicitation Issue Date: 17 May 2021 Response Deadline: Wednesday 2 June 2021 by 1400 (2PM) CENTRAL EUROPEAN SUMMER TIME (CEST)�������� Point(s) of Contact: Lt Katherine Galgano � katherine.galgano@us.af.mil and Daira Rodriguez daira.rodriguez@us.af.mil����������� � � � This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotations (RFQ) under FAR 13. This solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular� 2021-05/3-10-2021 Defense Federal Acquisition Regulation Public Notice 2/21/2021 Air Force Federal Acquisition Circular AFAC 2019-1001 � Description: �� The Air Force has the requirement for fitness application licenses. App Specifications � Ability to provide and track both anaerobic and aerobic workouts � Stable, equal capabilities on iOS and Android � Web interface for application that can operate on Internet Explorer, Edge, and Chrome browsers � Ability to pull data from the most common wearables in the US market (e.g. FitBit, Apple Watch, and Samsung) � Ability to generate physical fitness workouts through automated AI without the oversite of a strength and conditioning professional � Ability to perform a functional assessment to determine a user�s ability to workout � Ability to tailor workouts based on functional assessment and goals � Ability to determine a user�s goals � Ability to tailor a workout based off of results of previous workouts � Ability to provide targeted workout for user to train for the Air Force Physical Fitness Test � Ability to push dashboard metrics of users to fitness managers showing improvement, decline, and other metrics for both individuals and groups � Ability to have competitions between individual users and groups of users � Ability for one member to plan workouts and monitor progress of multiple users � Ability to upload relevant nutritional information Ability to be utilized without an internet connect In addition to the above, the Government requires four training sessions and one super user training session. The Air Force also requires Team Management and Super Coaches Access. We additionally required monthly reporting and tableau access. � Place of Delivery/Performance/Acceptance/FOB Destination: Application users will predominately be in Germany � � Line Item Description Quantity Unit Unit Price Extended Price 0001 Licenses 8,500 Ea 0002 Option CLIN Licenses Option (pricing table) 0-3,500 Ea 1001 Option CLIN Licenses 8,500 Ea 1002 Option CLIN Licenses Option (pricing table) 0-3,500 Ea 2001 Option CLIN Licenses 8,500 Ea 2002 Option CLIN Licenses Option (pricing table) 0-3,500 Ea 3001 Option CLIN Licenses 8,500 Ea 3002 Option CLIN Licenses Option (pricing table) 0-3,500 Ea 4001 Option CLIN Licenses 8,500 Ea 4002 Option CLIN Licenses Option (pricing table) 0-3,500 Ea � CLINs 1001, 2001, 3001, and 4001 are all option CLINs with a set amount of licenses to be purchased. These are one-year CLINs, to be exercised at the expiration of the previous year option if determined to be in the best interest of the Government. For example, if required, CLIN 1001 will be exercised upon the expiration of CLIN 0001. CLIN 2001 will be exercised (if required) at the expiration of CLIN 1001. CLIN 3001 will be exercised (if required) upon expiration of CLIN 2001. CLIN 4001 (if required) will be exercised upon the expiration of CLIN 3001. CLINs 0002, 1002, 2002, 3002, and 4002 are all option CLINs that will be associated with a pricing table that can be purchased against throughout the life of the CLIN. The Government may purchase all, some, or none of the licenses associated with the pricing table option CLINs. If you intend to offer quantity discounts under either CLIN, please ensure that information is clearly detailed in your quotation. � FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: Quoted amounts need to be net prices without tax in United States Dollar (USD) Only The Government reserves the right to award on an ""All or None"" basis The Government reserves the right to reject quotes that are not received by the response deadline. Provide Quote Expiration Date and any Discount Terms Quotes, attachments, and all other correspondence as listed in this solicitation must be emailed to both points of contact (POCs) All questions are to be submitted in writing by Monday 24 May 2021 by 1400 (2PM) CENTRAL EUROPEAN SUMMER TIME (CEST); the Government reserves the right to not answer any questions received after this date and time Quotes are required to be valid for 90 days after quote submission 1 is revised that only the email inboxes of the POCS are the only means for receipt of proposals and no other Quote shall be against the requirements above FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on all or none and best value to the government. The government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this combined synopsis/solicitation. For purposes of determining total evaluated price, all extended pricing will (to include all option CLINS) be totaled and evaluated for purposes of award. This is no guarantee of maximum ordering, it is simply to provide a uniform way of treating and evaluating quotation pricing. Per 13.106-3, the CO must determine the price fair and reasonable. � FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications posted at FAR 52.212-3 have been entered or updated electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal in the last 12 months, and are current, accurate, complete, and applicable to this solicitation. Alternatively, if the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision and include a completed copy with its offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses are hereby included by reference: 52.202-1, ������������� Definitions (Nov 2013) 52.203-3,�������������� Gratuities (Apr 1984) 52.203-6, ������������� Restrictions on Subcontractor Sales to the Government with Alternate I Alt I, Alternate I to 52.203-6 52.203-7, ������������� Anti-Kickback Procedures 52.203-12, ����������� Limitation on Payments to Influence Certain Federal Transactions 52.203-19, ����������� Prohibition on Requiring Certain Internal confidentiality Agreements or Statements 52.204-4, ������������� Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, ������������� System for Award Management 52.204-10, ����������� Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13������������ System for Award Management Maintenance 52.204-16������������ Commercial and Government Entity Code Reporting 52.204-18������������ Commercial and Government Entity Code Maintenance 52.204-19������������ Incorporation by Reference of Representations and Certifications 52.204-21������������ Basic Safeguarding of Covered Contractor Information Systems 52.204-22������������ Alternative Line Item Proposal 52.204-23������������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6��������������� Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9��������������� Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10������������ Prohibition on Contracting with Inverted Domestic Corporations 52.211-17������������ Delivery of Excess Quantities 52.212-1��������������� Instructions to Offerors -- Commercial Items 52.212-4��������������� Contract Terms and Conditions -- Commercial items 52.217-5��������������� Evaluation of Options 52.219-6��������������� Notice of Total Small Business Set-Aside (DEVIATION 2020-O00008) 52.219-7��������������� Notice of Partial Small Business Set-Aside (DEVIATION 2020-O00008) 52.219-14������������ Limitations on Subcontracting (DEVIATION 2020-O0008) 52.222-19������������ CHILD LABOR�COOPERATION WITH AUTHORITIES AND REMEDIES (DEVIATION 2020-O0019) 52.222-21������������ Prohibition of Segregated Facilities 52.222-26������������ Equal Opportunity 52.222-29������������ Notification of Visa Denial 52.222-35 ������ �����Equal Opportunity for Veterans. 52.222-36������ ��� �Equal Opportunity for Workers with Disabilities. 52.222-37������������ Employment Reports on Veterans 52.222-50������������ Combating Trafficking in Persons Alt I� 52.222-50 Alt I 52.223-18������������ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13������������ Restrictions on Certain Foreign Purchases 52.229-12������������ Tax on Certain Foreign Procurements 52.232-17������������ Interest 52.232-33������������ Payment by Electronic Funds Transfer -- System for Award Management 52.232-39������������ Unenforceability of Unauthorized Obligations 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors 52.233-1��������������� Disputes 52.233-3��������������� Protest After Award 52.233-4��������������� Applicable Law for Breach of Contract Claim 52.239-1��������������� Privacy or Security Safeguards. 52.242-13������������ Bankruptcy. 52.246-2��������������� Inspection of Supplies -- Fixed-Price. 52.246-16������������ Responsibility for Supplies. 52.247-34������������ F.o.b. � Destination. 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 252.204-7000 ����� Disclosure of Information. 252.204-7003 ����� Control of Government Personnel Work Product. 252.204-7015����� Notice of Authorized Disclosure of Information for litigation support 252.204-7018����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004����� Subcontracting with Firms That Are Owned or Controlled by the Government of a country that is a state sponsor of terrorism 252.211-7003����� Item Unique Identification and Valuation. 252.213-7000����� Notice to Prospective Suppliers on the use of past performance information retrieval system - statistical reporting in past performance evaluations 252.215-7013����� Supplies and services provided by nontraditional defense contractors 252.222-7999����� Combating Race and Sex Stereotyping - Revision 1 252.223-7008����� 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7005����� 252.225-7005 Identification of Expenditures in the United States. 252.225-7041����� Correspondence in English. 252.225-7048����� Export-Controlled Items. 252.225-7974����� Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-O0005) 252.227-7028 ����� Technical Data or Computer Software Previously Delivered to the Government. Alternate I������ Tax Relief. Alternate I 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006����� Wide Area WorkFlow Payment Instructions. 252.232-7008����� Assignment of Claims (Overseas). 252.232-7010����� Levies on Contract Payments. 252.232-7017����� Accelerating Payments to Small Business Subcontractors - Prohibition on Fees and Consideration 252.233-7001����� Choice of Law (Overseas). 252.239-7098����� Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation. 252.243-7001����� Pricing of Contract Modifications. 252.243-7002����� Requests for Equitable Adjustment. 252.244-7000����� Subcontracts for Commercial Items. 252.247-7023����� Transportation of Supplies by Sea. 5352.223-9000 �� Elimination of Use of Class I Ozone Depleting Substances (ODS) The following provisions and clauses are hereby included by full text: 52.209-7, Information Regarding Responsibility Matters Definitions. As used in this provision -- �Administrative proceeding� means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. �Federal contracts and grants with total value greater than $10,000,000� means -- The total value of all current, active contracts and grants, including all priced options; and The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). �Principal� means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. If the offeror checked �has� in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: In a criminal proceeding, a conviction. In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. In an administrative proceeding, a finding of fault and liability that results in -- The payment of a monetary fine or penalty of $5,000 or more; or The payment of a reimbursement, restitution, or damages in excess of $100,000. In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1) (iii) of this provision. If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) FAR 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 no less than 20 days prior to the date of option exercise. 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) 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation. (Jun 2020) ����� (a) Definitions. As used in this provision� ����� Foreign person means any person other than a United States person. ����� Specified Federal procurement payment means any payment made pursuant to a contract with a foreign contracting party that is for goods, manufactured or produced, or services provided in a foreign country that is not a party to an international procurement agreement with the United States. For purposes of the prior sentence, a foreign country does not include an outlying area. ����� United States person as defined in 26 U.S.C. 7701(a)(30) means ���������� (1) A citizen or resident of the United States; ���������� (2) A domestic partnership; ���������� (3) A domestic corporation; ���������� (4) Any estate (other than a foreign estate, within the meaning of 26 U.S.C. 701(a)(31)); and ���������� (5) Any trust if� ��������������� (i) A court within the United States is able to exercise primary supervision over the administration of the trust; and ��������������� (ii) One or more United States persons have the authority to control all substantial decisions of the trust. ����� (b) Unless exempted, there is a 2 percent tax of the amount of a specified Federal procurement payment on any foreign person receiving such payment. See 26 U.S.C. 5000C and its implementing regulations at 26 CFR 1.5000C-1 through 1.5000C-7. ����� (c) Exemptions from withholding under this provision are described at 26 CFR 1.5000C-1(d)(5) through (7). The Offeror would claim an exemption from the withholding by using the Department of the Treasury Internal Revenue Service Form W-14, Certificate of Foreign Contracting Party Receiving Federal Procurement Payments, available via the internet at www.irs.gov/w14. Any exemption claimed and self-certified on the IRS Form W-14 is subject to audit by the IRS. Any disputes regarding the imposition and collection of the 26 U.S.C. 5000C tax are adjudicated by the IRS as the 26 U.S.C. 5000C tax is a tax matter, not a contract issue. The IRS Form W-14 is provided to the acquiring agency rather than to the IRS. ����� (d) For purposes of withholding under 26 U.S.C. 5000C, the Offeror represents that ���������� (1) It [_] is [_] is not a foreign person; and ���������� (2) If the Offeror indicates ""is"" in paragraph (d)(1) of this provision, then the Offeror represents that�I am claiming on the IRS Form W-14 [__] a full exemption, or [__] partial or no exemption [Offeror shall select one] from the excise tax. ����� (e) If the Offeror represents it is a foreign person in paragraph (d)(1) of this provision, then� ���������� (1) The clause at FAR 52.229-12, Tax on Certain Foreign Procurements, will be included in any resulting contract; and ���������� (2) The Offeror shall submit with its offer the IRS Form W-14. If the IRS Form W-14 is not submitted with the offer, exemptions will not be applied to any resulting contract and the Government will withhold a full 2 percent of each payment. ����� (f) If the Offeror selects ""is"" in paragraph (d)(1) and ""partial or no exemption"" in paragraph (d)(2) of this provision, the Offeror will be subject to withholding in accordance with the clause at FAR 52.229-12, Tax on Certain Foreign Procurements, in any resulting contract. ����� (g) A taxpayer may, for a fee, seek advice from the Internal Revenue Service (IRS) as to the proper tax treatment of a transaction. This is called a private letter ruling. Also, the IRS may publish a revenue ruling, which is an official interpretation by the IRS of the Internal Revenue Code, related statutes, tax treaties, and regulations. A revenue ruling is the conclusion of the IRS on how the law is applied to a specific set of facts. For questions relating to the interpretation of the IRS regulations go to https://www.irs.gov/help/tax-law-questions. (End of provision) 52.233-2 Service of Protest. (Sept 2006) ����� (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from daira.rodriguez@us.af.mil. ����� (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 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(es): https://www.acquisition.gov/ (End of provision) � 52.252-2, Clauses Incorporated By Reference (Feb 1998) This contract incorporates one 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/these address(es): https://www.acquisition.gov/ (End of clause) 52.252-6, Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. (End of clause) 5352.201-9101 OMBUDSMAN (Jun 2016) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman. Primary: Mr. Eric Symanski AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: eric.symanski@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) � Provisions Document � shall be filled out and returned with your quotation DFARS Provisions � shall be filled out and returned with your quotation Tax Relief � if applicable fill out and return with your quotation Commercial Mobile Device Software Clause � Contractor shall verify compliance with any one of the three alternatives in the clause Funds Not Currently Available �Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97a4527a7af94f3484de35eba6592e93/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN06004546-F 20210519/210517230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.