Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOLICITATION NOTICE

66 -- Spectroscopy IMS

Notice Date
7/28/2021 10:48:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB6720102102118
 
Response Due
8/10/2021 1:00:00 PM
 
Archive Date
08/25/2021
 
Point of Contact
Lia M Arthofer
 
E-Mail Address
lia.arthofer@nist.gov
(lia.arthofer@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION IN THIS NOTICE.� THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.� This solicitation is a Request for Quote RFQ.� RFQ number is NB6720102102118.� This is a combined synopsis solicitation conducted under FAR 12.6 and 13.5 and procedures from FAR 15 will not be used.� This synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-05 (effective 03/10/2021). The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, which has a size standard of 750 Employees. This combined synopsis/solicitation is 100% Small Business set-aside. � Defense Priorities and Allocations Systems (DPAS) and assigned rating is not applicable to this request for quote (RFQ). Offerors must submit all questions concerning this solicitation in writing, via email, to the Contracting Officer, Lia Arthofer at lia.arthofer@nist.gov .Questions should be received no later than five (5) calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, the question responses included in the amendment to the solicitation will govern performance of the contract. Background/Scope: The National Institute of Standards and Technology (NIST) Communications Technology Laboratory (CTL) / Radio Frequency Electronics Group (RF) requires a microwave probe station with four (4) programmable manipulators to be used for measurements related to Electric-acoustic spectroscopy of fluidic samples in accordance with the requirements listed below. The Communications Technology Laboratory (CTL) at the National Institute of Standards and Technology (NIST) / RF Electronics Group will use this probe station to make automated, simultaneous microwave and acoustic measurements of fluids contained within microfluidic structures.� This Semiautomatic Probe Station with four (4) programmable manipulators shall be provided in accordance with the specification document attached herein. All offerors shall provide a firm fixed price (FFP) quotation for the following line item: (All equipment must be new. Used, refurbished, prototype, or remanufactured will not be considered for award). Contract Line Item Number (CLIN)�QTY�UNIT�UNIT PRICE�APPLICABLE DISCOUNTS�TOTAL CLIN 0001 �Probe Station in accordance with the NIST Specifications Document attached.��1�EA� Minimum Requirements The system shall meet or exceed the minimum requirements identified below.� All line items shall be shipped in the original manufacturer�s packaging and include all original documentation and software, when applicable. CLIN 0001:� Quantity of one (1) Semiautomatic Probe Station with four (4) programmable manipulators, which meets or exceeds the minimum requirements identified below: A chuck to accommodate 200mm diameter wafers with programmable motion control in xyz directions with greater than 200mm travel with control resolution to less than 0.5 micrometer in xy directions and 30 mm travel with 0.2 micrometer resolution in z-direction; chuck must have programmable theta (angular) control to at least +/- 6 degrees Capability of temperature control in the range from 20C to 200C with 0.1 degree C temperature accuracy, and include as options temperature-controlled measurement capabilities below zero C Minimum of 2 programmable microwave manipulators that can accommodate 110GHz microwave probes and sampler heads, simultaneous with 2 additional programmable microwave manipulators that can accommodate standard 67 GHz probes, and must be able to achieve spatial resolution of less than 2 microns in xy directions and 1 micron in the z direction, with range of travel of at least 10mm in the xyz directions Probe positioners must include theta adjustment to enable planarization of probe tips (manual adjustment is satisfactory) Programmable positioning for microscope with range of travel of at least 50mm x 50mm in the xy directions and 140mm in the z-direction Digital zoom microscope capable of video capture and up to 40x zoom factor, with at least 45mm working distance at highest magnification Anti-vibration table for probe station; 1.8. instrument shelf for mounting vector network analyzer or other test instruments close to probes to minimize needed cable lengths for electrical and microwave measurements Option for measurements at chuck temperatures down to -10C 1 EACH Option for measurements with chuck temperatures down to -10C without formation ���������� of condensation or frost on wafer or chuck surfaces Option for measurements at chuck temperatures down to -40C 1 EACH Option for measurements with chuck temperatures down to -40C without formation ���������� of condensation or frost on wafer or chuck surfaces Option for measurements at chuck temperatures down to -40C 1 EACH Option for measurements with chuck temperatures down to -60C without formation ���������� of condensation or frost on wafer or chuck surfaces Inspection and Acceptance In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor�s expense. Inspection and acceptance shall occur within seven (7) business days after receipt of the Semiautomatic Probe Station with four (4) programmable manipulators at NIST. A visual inspection of the laser system will be performed by the NIST TPOC to identify surface defects or any form of indication that the Semiautomatic Probe Station with four (4) programmable manipulators was damaged during transport to NIST.� The Government shall have sole discretion to require repair or replacement of damaged and/or nonconforming supplies at no cost to the Government.� The Government at any time prior to acceptance shall reject the Semiautomatic Probe Station with four (4) programmable manipulators due to defects and/or nonconformance.� The vendor is responsible for latent defects discovered any time after final inspection.� The place of acceptance shall be: ����������� NIST: Shipping/Receiving ����������� 325 Broadway � � � � � � Boulder, CO 80305 Ownership (title) of the Semiautomatic Probe Station with four (4) programmable manipulators (as specified above) shall transfer to NIST upon acceptance. Delivery Delivery shall be FOB DESTINATION and shall occur not later than (NLT) 90 days ARO. Delivery shall be FOB destination and shall occur within the vendor�s standard commercial lead time.� FOB Destination means:� The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.� The contractor shall deliver all Line Items (in accordance with the specifications document) to: The National Institute of Standards and Technology���� 325 Broadway���������� Boulder, CO 80305 Warranty The contractor shall be the standard commercial warranty and warrant the entire system in accordance with the contractor�s standard commercial timeframe. Warranty shall commence after receipt and acceptance of the equipment and shall be in accordance with terms in FAR 52.212-4 Payment Schedule The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the following schedule: 100% after receipt and acceptance by the TPOC of fully delivered system. The Government anticipates inspection will occur upon: After the inspection/acceptance procedures set forth in this document have been complete NOTE:� Partial shipments and partial invoices will not be accepted, unless otherwise requested and accepted by the Contracting Officer prior to award offer. Proposed payment schedules shall be submitted with vendor�s response to the RFQ for consideration. � 52.212-1, Instructions to Offerors � Commercial Items (oct 2016) �And the attached addendum, applies to this acquisition.� The provision at 52.212-2, Evaluation�Commercial Items, as modified applies to this acquisition.� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer.� Offerors shall have an active registration at www.sam.gov .� The clause at 52.212-4, Contract Terms and Conditions�Commercial items, applies to this acquisition.� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition as noted in the attached.� The following addenda has been attached to this provision: FAR 52.212-1, INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS Instructions:� Offerors shall submit their quotations so that NIST receives them not later than 2:00 PM Mountain Standard Time on 08/04/2021 FAX quotations shall not be accepted.� E-mail quotations shall be accepted at lia.arthofer@nist.gov . Please reference the RFQ number in the subject line of email communications and packages mailed.� Offerors� quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Quotation Submission Requirements: 1). Price Quotation: The offeror shall submit an one (1) original copy of the completed price quotation electronically to lia.arthofer@nist.gov . Pricing quotation shall be separate from any other portion of the quotation.� The offeror shall provide a firm-fixed-price, FOB Destination is required, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2). Technical Quotation: The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description, product literature, and/or drawings for the system it is proposing, which clearly identifies each requirement listed above. The offeror must demonstrate that its proposed system meets or exceeds each minimum requirement described above, by providing a citation to the relevant section of its technical description or product literature.� The contractor must not simply state they will meet the requirement; evidence must be provided.� If applicable, evidence that the Offeror is authorized by the original provider to provide the item(s) in the quotation should be included. 3). Acceptance of RFQ terms and conditions: This is an open-market solicitation for equipment as defined herein.� The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein.� The quotation should include one of the following statements: �The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.� OR �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC).� If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price.� However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror�s FSS or GWAC contract, and the statement required above shall be included in the quotation. 4). The Dun and Bradstreet Number (DUNS number) for the quoter�s active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. 5). Quoters shall include a completed copy of the below provisions, �Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)� and �Free Trade Agreements Certificate� with their quotation. FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (Oct 2014) The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government intends to award a single purchase order (PO) from this solicitation utilizing simplified acquisitions procedures in accordance with FAR part 13. The Government reserves the right not to award a PO and to make an award without discussions based solely upon initial quotes. EVALUATION CRITERIA: An award shall be made to the offeror whose quotation is deemed to be the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability:� Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all technical specifications. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award.� If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. 2.� Price:� Price will be evaluated for reasonableness.� A price realism analysis will not be conducted. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. Those incorporated by reference may be found at the following: All Federal Acquisition Regulation (FAR) clauses may be viewed at: https://www.acquisition.gov/browse/index/far . All Commerce Acquisition Regulation (CAR) clauses and provisions can be accessed at: https://www.acquisition.gov/car . Provisions In accordance with FAR 52.204-7, the awardee must be registered in the system for award management (www.sam.gov) prior to award.� Refusal to register shall forfeit award. * 52.204-13 -- System for Award Management Maintenance (Oct 2018) 52.204-18 -- Commercial and Government Entity Code Maintenance (Aug 2020) � 52.204-16 -- Commercial and Entity Code Reporting (Aug 2020) ��(a)�Definition.�As used in this provision � ������Commercial and Government Entity (CAGE) code�means� �����������(1)�An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location; or �����������(2)�An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. ������(b)�The Offeror shall provide its CAGE code with its offer with its name and location address or otherwise include it prominently in its proposal. The CAGE code must be for that name and location address. Insert the word ""CAGE"" before the number. The CAGE code is required prior to award. ������(c)�CAGE codes may be obtained via� �����������(1)�Registration in the System for Award Management (SAM) at�www.sam.gov. If the Offeror is located in the United States or its outlying areas and does not already have a CAGE code assigned, the DLA Commercial and Government Entity (CAGE) Branch will assign a CAGE code as a part of the SAM registration process. SAM registrants located outside the United States and its outlying areas shall obtain a NCAGE code prior to registration in SAM (see paragraph (c)(3) of this provision). �����������(2)�The DLA Contractor and Government Entity (CAGE) Branch.�If registration in SAM is not required for the subject procurement, and the Offeror does not otherwise register in SAM, an Offeror located in the United States or its outlying areas may request that a CAGE code be assigned by submitting a request at�https://cage.dla.mil. �����������(3)�The appropriate country codification bureau. Entities located outside the United States and its outlying areas may obtain an NCAGE code by contacting the Codification Bureau in the foreign entity's country if that country is a member of NATO or a sponsored nation. NCAGE codes may be obtained from the NSPA at�https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx�if the foreign entity�s country is not a member of NATO or a sponsored nation. Points of contact for codification bureaus, as well as additional information on obtaining NCAGE codes, are available at�http://www.nato.int/structur/AC/135/main/links/contacts.htm. ������(d)�Additional guidance for establishing and maintaining CAGE codes is available at�https://cage.dla.mil. ������(e)�When a CAGE code is required for the immediate owner and/or the highest-level owner by Federal Acquisition Regulation (FAR)�52.204-17�or�52.212-3(p), the Offeror shall obtain the respective CAGE code from that entity to supply the CAGE code to the Government. ������(f)�Do not delay submission of the offer pending receipt of a CAGE code. ������(g)�If the solicitation includes FAR clause�52.204-2, Security Requirements, a subcontractor requiring access to classified information under a contract shall be identified with a CAGE code on the DD Form 254. The Contractor shall require a subcontractor requiring access to classified information to provide its CAGE code with its name and location address or otherwise include it prominently in the proposal. Each location of subcontractor performance listed on the DD Form 254 is required to reflect a corresponding unique CAGE code for each listed location unless the work is being performed at a Government facility, in which case the agency location code shall be used. The CAGE code must be for that name and location address. Insert the word ""CAGE"" before the number. The CAGE code is required prior to award. (End of provision) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2021) The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www/sam/gov .� If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision.� 52.225-5, Trade Agreements (Oct 2019) CLAUSES: 52.204-13 � System for Award Management Maintenance. (Oct 2018)�������������������������������������������������������������������������������������� 52.212-4 � Contract Terms and Conditions-Commercial Items (Oct 2018)� 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Jan 2021) -52.204-10 � Clause Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) -52.209-6 � Protecting the Government�s interest When Subcontracting with Contractor�s Debarred, Suspended, or Proposed for Debarment (Jun 2020) (31 U.S.C. 6101 note). -52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637 (d) (2) and (3))� ��������������������������������������������������������������������������������������������������������������������������������������������������� -52.219-28 � Post Award Small Business Program Representation (Nov 2020) (15 U.S.C. 632(a)(2)).� ����������� -(ii) Alternate I (Mar 2020) of 52.219-28 -52.222-3, Convict Labor (Jun 2002) (E.O. 11755). -52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020) (E.O 13126). -52.222-21, Prohibition of Segregated Facilities (Apr 2015) -52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) -52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) -52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) -52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212)��������� �������������������������������������������������������������������������������������������������������������������������������������������-52.222-50, Combatting Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627) -52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020)(E.O.13513) -52.225-1, Buy American-Supplies (JAN 2021) -52.225-2, Buy American Certificate (FEB 2021) -52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act--Alternate II (JAN 2021) �� -52.225-6, Trade Agreements Certificate (Oct 2019)������������������������������������������������������������������������������������������������������������������������������������������������������������������ -52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)������������������������������ ����������������������������-52.233-4, Applicable Law for Breach of Contract Claim����������������������������������������������������������������������������������������������������������������������������������������������������������������������������� ���������������������������������������������� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � -52.232-33, Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) (31 U.S.C. 3332) � (End of clause)����������� ��������������������������������������������������������������������������������������������������������������������������������������������������� The following provisions and clauses apply to this acquisition and are hereby incorporated by reference.� All CAR clauses may be viewed at https://www.acquisition.gov/car � 1352.213-70 � Evaluation Utilizing Simplified Acquisition Procedures The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors.� The following factors will be used to evaluate quotations: ����������� Technical and Price (for reasonableness) sections is to be tailored to conform to individual procurements.� Text is provided as an example only.� Stating relative importance of the evaluation factors is not required.� ����������� (1) Personnel Qualifications.� The experience, education, and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties.� ����������� (2) Technical Approach and Capability.� The offeror�s approach to performing contract requirements and its capability to successfully perform the contract will be evaluated.� ����������� (3) Past Performance.� The Offeror�s past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery and goods and services, cost management, communications between contracting parties, proactive management, and customer satisfaction.� ����������� (4) Price.� (End of clause) 1352.201-70 � Contracting Officers Authority (Apr 2010) 1352.209-73 � Compliance with the Laws (Apr 2010) 1352.233-70 � Agency Protests (Apr 2010) 1352.233-71 � GAO and Court of Federal Claims Protest (Apr 2010)� 1352.209-74 � Organizational Conflict of Interest����������������������������������������������������������������� 1352.246-70 � Place of Acceptance ���� (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. ���� (b) The place of acceptance will be: ����������� NIST: Shipping/Receiving ����������� 325 Broadway �� ����������� Boulder, CO 80305 1352.237-71 -- Security Processing Requirements � Low Risk Contracts (Apr 2010) ���� (a) Investigative Requirements for Low Risk Contracts.� All contractor (and subcontractor) personnel proposed to be employed under a low risk contract shall undergo security processing by the Department�s Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system.� All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor.� ���� (b) Investigative requirements for Non-IT Service contracts are:� ����������� (1) Contracts more than 180 days � National Agency Check and Inquiries (NACI) ��������������� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� NIST LOCAL�-39 Marking/Packing Instructions ���� (1) if the total contract/order includes multiple quantities of the same of like item(s), segregated as separate CLIN/Item Numbers, deliverables shall be packed accordingly. Each individual package/container in the shipment shall include deliverables on a per-CLIN or Item basis. ���� (2) For each shipment made under this contract/order, the Contractor shall furnish itemized packing list(s), enumerating the specific contents of each shipping container and what specific individual components constitute a full and complete ""unit"" for each bid item. The packing list shall include the brief description of each item found in the Schedule. If more than one container is required for each unit, each container should be marked accordingly, e.g., ""Box 1 of 2,"" ""Box 2 of 2,"" and the boxes, where feasible, should be taped or shrink-wrapped together as an issuable unit. ���� (3) The contract number AND CONTRACT LINE ITEM NUMBER (CLIN) OR ORDER ITEM NUMBER shall be placed on the exterior of all containers. (End of Clause) NIST LOCAL--54 Electronic Billing Instructions NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV . Each Invoice or Voucher submitted shall include the following: �(1) Contract number. �(2) Contractor name and address. �(3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique �����entity identifiers). �(4) Date of invoice. �(5) Invoice number. �(6) Amount of invoice and cumulative amount invoiced to-date. �(7) Contract Line Item Number (CLIN). �(8) Description, quantity, unit of measure, unit price, and extended price of supplies/services ����� delivered. �(9) Prompt payment discount terms, if offered; and �(10) Any other information or documentation required by the contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e96437acd5234e7b9db683cdaf34ccf9/view)
 
Place of Performance
Address: Boulder, CO 80305, USA
Zip Code: 80305
Country: USA
 
Record
SN06077006-F 20210730/210728230113 (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.