Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2021 SAM #7215
SOLICITATION NOTICE

65 -- EQUIPMENT: IMAGING TABLE

Notice Date
8/31/2021 7:21:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q1632
 
Response Due
9/7/2021 9:00:00 AM
 
Archive Date
10/07/2021
 
Point of Contact
Victor J Mercado, Contracting Officer, Phone: 352-381-5721
 
E-Mail Address
victor.mercado@va.gov
(victor.mercado@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
(i) In accordance with FAR Part 13, this combined synopsis/solicitation for commercial items is prepared in accordance with the format in Subpart 12.6, 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. The Department of Veterans Affairs, North Florida/South Georgia Veterans Health System has a need for: �Radiographic Surgical Table. ��� (ii) The combined synopsis solicitation number is 36C24821Q1632. It�s issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code is 339112. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2021-06 (07-12-2021). (iv) The combined synopsis solicitation is 100% Service-Disabled Veteran Owned Small Business (SDVOSB). The NAICS code is 339112. Note: Interested Service-Disabled Veteran Owned Small Businesses (SDVOSB) shall be listed and registered in Vetbiz.gov to be considered for Award. (v) This combined synopsis solicitation is for the procurement of the Radiographic Surgical Table as specified in the Statement of Need. Responses shall be on an all or none bases, no partial submission. The Government reserves the right to make no award at all. �(vi)� A description of the items to be acquired, and/or applicable Government need(s) as follows: See Attachment 1: Statement of Need (SON) (vii) The equipment and/or services are to be shipped and delivered in accordance with: See Attachment 2: �Price/Cost/Delivery Schedule (viii) Provision 52.212-1, Instructions to Offerors � Commercial (Oct 2018), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors � Commercial Items: Offerors are to e-mail completed quotes to victor.mercado@va.gov on/or before: Tuesday, September 07, 2021 at 12:00 PM ET. �All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html Note, unless exempt per Federal Acquisition Regulation [FAR] Part 4.11, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award against this solicitation.� SAM combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA) systems.� For information please review the SAM website at https://www.sam.gov.� A Data Universal Numbering System (DUNS) number is utilized for registration.� To register go to https://www.acquisition.gov. (x) Provision 52.212-2, Evaluation � Commercial Items (OCT 2014), applies to this acquisition. 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 considered. Government will evaluate quotes and award to the offeror which represents best value based on Technical, Delivery and Price. � A comparative evaluation will be conducted in accordance with FAR Part 13.106-2(b)(3) to determine the best value. Offerors are encouraged to submit a technical response that is concise, factual, and comprehensive that demonstrates their ability to meet and/or exceed all the requirements described and specified in Attachment 1. Offerors shall submit Attachment 2 with their quote demonstrating their best pricing and delivery schedule in accordance to Attachment 2. ������������������������������������������������ (End of Provision) (xi) 52.212-3 Offeror Representations and Certifications � Commercial items (DEC 2019) applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representation and Certification � Commercial Items (DEC 2019) with their offer.� Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html (xii) Clause 52.212-4, Contract Terms and Conditions (OCT 2018) - Commercial Items, applies to this acquisition. (xiii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items (JAN 2020) applies to this acquisition. �� � (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: � (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) � (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). � (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). � (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ��� []�� (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ��� []�� (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015)(41 U.S.C. 3509). ��� []�� (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ��� [x]�� (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). ��� []�� (5) [Reserved] ��� []�� (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). ��� []�� (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C). ��� [X]�� (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). ��� []�� (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). ��� []�� (10) [Reserved] ��� []� (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a). ��� []� (ii) Alternate I (MAR 2020) of 52.219-3. ��� []� (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ��� []� (ii) Alternate I (MAR 2020) of 52.219-4. ��� []�� (13) [Reserved] ��� []�� (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644). ��� []� (ii) Alternate I (MAR 2020). ��� []�� (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (MAR 2020) (15 U.S.C. 644). ��� []� (ii) Alternate I (MAR 2020) of 52.219-7. ��� []�� (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3). ��� []�� (17)(i) 52.219-9, Small Business Subcontracting Plan (MAR 2020) (15 U.S.C. 637(d)(4)). ��� []� (ii) Alternate I (NOV 2016) of 52.219-9. ��� []� (iii) Alternate II (NOV 2016) of 52.219-9. ��� []� (iv) Alternate III (MAR 2020) of 52.219-9. ��� []�� (18) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). ��� [X]�� (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). ��� []�� (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ��� [X]�� (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). ��� [X]�� (22) 52.219-28, Post Award Small Business Program Representation (MAR 2020) (15 U.S.C 632(a)(2)). ��� []�� (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (MAR 2020) (15 U.S.C. 637(m)). ��� []�� (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (MAR 2020) (15 U.S.C. 637(m)). ��� [X]�� (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ��� [X]� (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). ��� [X]� (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). ��� [X]�� (28) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). ��� [X]�� (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). ��� [X]�� (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). ��� []�� (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). � ��[]�� (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ��� [X]� (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). ��� []� (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ��� []�� (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ��� []�� (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ��� []� (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ��� [X]�� (36)(i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). ��� []� (ii) Alternate I (OCT 2015) of 52.223-13. ��� []�� (37)(i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). ��� []� (ii) Alternate I (JUN 2014) of 52.223-14. ��� []�� (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). ��� []�� (39)(i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). ��� []� (ii) Alternate I (JUN 2014) of 52.223-16. ��� [X]�� (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) ��� [X]�� (41) 52.225-1, Buy American�Supplies (MAY 2014) (41 U.S.C. chapter 83). ��� []�� (42)(i) 52.225-3, Buy American�Free Trade Agreements�Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ��� []� (ii) Alternate I (MAY 2014) of 52.225-3. ��� []� (iii) Alternate II (MAY 2014) of 52.225-3. ��� []� (iv) Alternate III (MAY 2014) of 52.225-3. ��� []�� (43) 52.225-5, Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ��� [X]� (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ��� []� (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ��� []�� (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ��� []�� (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (MAY 2014) (42 U.S.C. 5150). ��� [X]� (48) 52.232-18, Availability of Funds (APR 1984) (42 U.S.C. 5150). ��� []�� (49) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ��� []�� (50) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ��� [X]�� (51) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). ��� [X]� (52) 52.232-34, Payment by Electronic Funds Transfer�Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). ��� []� (53) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ��� []�� (54) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ��� []�� (55)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ��� []�� (ii) Alternate I (Apr 2003) of 52.247-64. � (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ��� []�� (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). ��� []�� (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). ��� []�� (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ��� []�� (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ��� []�� (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). ��� []�� (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements (MAY 2014) (41 U.S.C. chapter 67). ��� []�� (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services�Requirements (MAY 2014) (41 U.S.C. chapter 67). ��� []�� (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (Executive Order 13658). ��� []�� (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). (End of Clause) (xiv) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: Provisions in full text: 52.225-18 Place of Manufacture (AUG 2018). �(a) Definitions. As used in this clause� �Manufactured end product� means any end product in product and service codes (PSCs) 1000-9999, except� (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. �Place of manufacture� means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly� (1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. 852.212-71 Gray Market Items (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers� (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). 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): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of provision) 852.252-70� Solicitation provisions or clauses incorporated by reference (JAN 2008). The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.� Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.� Copies may also be obtained from the contracting officer. (End of provision) 52.204-20 Predecessor of Offeror Predecessor of Offeror (Jul 2016) (a) Definitions. 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; 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. �Predecessor� means an entity that is replaced by a successor and includes any predecessors of the predecessor. �Successor� means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term �successor� does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it ? is or ? is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated �is� in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark �Unknown�) Predecessor legal name: _________________________ (Do not use a �doing business as� name) ������������������������������������������������� (End of provision) Provisions incorporated by reference are: 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007); 52.204-7 System for award management (OCT 2018) 52.204-17 Ownership or Control of Offeror (JUL 2016) 52.212-1 Instructions to Offerors � Commercial Items (MAR 2020); 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran � Representation and Certification (AUG 2018) Clauses in Full Text: 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): http://www.acquisition.gov/far/index.html (End of clause) Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.217-6 Option for Increased Quantity (MAR 1989) 52.219-6 Notice of Total Small Business Set-Aside Agreement (MAR 2020) 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding����������� $15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.243-1 Changes �Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (MAY 2018); 852.246-71 Rejected Goods (OCT 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (xv) DPAS is N/A (xvi) RFQ quotes are due on/or before Tuesday, September 07, 2021 at 12:00 PM ET by e-mail only to: victor.mercado@va.gov Offers received after the exact time specified in the solicitation are considered late and may only be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. You are reminded no interested party shall contact any North Florida/South Georgia Veterans Health System employee and/or staff to discuss this RFQ at any time. All questions and concerns regarding this RFQ shall be directed only to the Contracting Officer, Victor J Mercado via email. Contracting Office Address: Network Contracting Office 8 300 East University Ave Suite 170 Gainesville, FL 32601 Contracting Officer:� Victor J Mercado Direct Point of Contact(s):� Victor J Mercado, �victor.mercado@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd53a932c8d04e6fae4eb13341ebd003/view)
 
Place of Performance
Address: Department of Veterans Affairs Jacksonville OPC 1536 North Jefferson St, Jacksonville, FL 32209, USA
Zip Code: 32209
Country: USA
 
Record
SN06118132-F 20210902/210831230122 (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.