Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

Z -- Dillion Dam Intake Structure Window Replacement

Notice Date
3/4/2022 9:30:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W9123722Q0041
 
Response Due
3/11/2022 2:00:00 PM
 
Archive Date
03/26/2022
 
Point of Contact
Jeremiah Stafford, Phone: 3043995949, Patrina Singleton, Phone: 3043996936
 
E-Mail Address
Jeremiah.S.Stafford@usace.army.mil, patrina.g.singleton@usace.army.mil
(Jeremiah.S.Stafford@usace.army.mil, patrina.g.singleton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PROPOSAL SUBMISSION FOR THIS PROCUREMENT IS HEREBY EXTENDED TO 11 MARCH 2022. 6 QUESTIONS WERE RECEIVED FROM PROSPECTIVE CONTRACTS. ANSWERS TO THOSE QUESTIONS ARE ATTACHED FOR ALL TO REFERENCE.� PERFORMANCE WORK STATEMENT Construction Contract for the Replacement of Intake Structure Windows for Dillon Dam General Requirement: The Contractor shall supply all materials, equipment, and labor to replace the windows on the intake structure at Dillon Dam.� All materials and supplied windows shall be new.� � Address: U.S. Army Corps of Engineers, Dillon Dam 4969 Dillon Dam Road Zanesville, OH 43701 Scope of Work: The Contractor shall remove all windows on the intake structure and replace with new windows. The new windows shall be drop-in replacements which require no modification to the intake structure walls. The new windows shall be constructed of extruded aluminum as called for on drawing 52.1/18 and conform to any applicable ASTM standards. The windows shall be doubled paned with argon between the panes and have a transition tint applied with 35-50% light passing. Windows on the first floor of the intake structure are to be a type which permits them to open by swinging inward. Windows on higher floors have no need and therefore should not be a type which opens. There are four types of windows on the intake structure: First floor windows: 11 count 5�-0 7/8�x5�-5� Opening 2 count 5�-0 7/8�x5�-5� Opening 1 count 5�-0 7/8�x5�-5� Non-Opening* Upper floor windows: 16 count 5�-0 7/8�x8�-1� Non-Opening 4 count 3�-9 7/8�x8�-1� Non-Opening *This window is blocked by a fixed ladder and should not be a type which opens. The Contractor shall be responsible for the proper handling, maintenance, storage, and protection of all materials until fully installed and accepted by the U.S. Army Corps of Engineers at Dillon Dam. Any damage to the materials shall be corrected by the Contractor at no expense to the Government.� All removed windows (except as directed by GOV), debris, and trash shall be disposed of by the Contractor off-site in accordance with all federal, local, and state laws.� Drawings 52.1-5 and 52.1-18 are provided for reference. Specifications for Installation and Materials: All materials and installation procedures shall be in accordance with: ASTME E2112 19c Standard Practice for Installation of Exterior Windows, Doors and Skylights. ASTM C1193�05a Standard Guide for Use of Joint Sealants. ASTM C834�05 Standard Specification for Latex Sealants. Warranty: The Contractor shall provide the standard manufacturer�s warranty for a period of one (1) year, applicable to the materials and installation of the windows. Contractor and Government Equipment and Supplies: The Contractor shall furnish all personnel, equipment, transportation, disposal, supplies, and materials. No government equipment or supplies shall be used for this project. The Contractor shall provide Personal Protection Equipment to include steel-toed safety boots, hard hat, safety glasses, hearing protection, sleeved shirts, long pants, gloves, safety harness /w lanyards. The Contractor is responsible for any scaffolding or manlifts needed to complete the installation as described herein. Site Visit:� Bidders are highly encouraged to make a site visit prior to bidding to ascertain the complete requirements of the contract.�� Bidder shall contact the following before coming on-site: Point of Contacts for U.S. Army Corps of Engineers: Will Rutter, Resource Manager (Jonathan Miller Alternate) Dillon Lake U.S. Army Corps of Engineers 4969 Dillon Dam Road Zanesville, OH 43701 Telephone: (740) 454-2225 Email: will.t.rutter@usace.army.mil -- Government Representative: Tyler Lester Project Engineer, Maintenance Branch U.S. Army Corps of Engineers 502 Eighth Street Huntington, WV 25701-2035 Telephone: (304) 399-5045 Email: tyler.w.lester@usace.army.mil Period of Performance: Contractor shall begin work within 14 calendar days of receiving Notice to Proceed and work shall be completed within 120 days from the day Notice to Proceed is issued. Hours of Operation a. � The contractor shall perform all work during the following hours:� Monday through Friday, 0730-1600 except Federal holidays.� Contractor shall submit work schedule to Resource Manager two (2) weeks prior to work activities for review and approval.� b. � Federal Holidays:� When one of the designated holidays falls on a Sunday the following Monday is observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday. Work that interferes with other ongoing functions at the project shall be scheduled around normal working hours to be approved by Project Manager.� Work shall be scheduled around the Federal holidays listed below unless approved in advance.� Eleven Federal holidays observed are as follows: New Year�s Day (January 1st) Martin Luther King Day (3rd Monday in January) President�s Day (3rd Monday in February) Memorial Day (Last Monday in May) Juneteenth (June 19th) Independence Day (July 4th) Labor Day (1st Monday in September) Columbus Day (2nd Monday in October) Veterans Day (November 11th) Thanksgiving Day (4th Thursday in November) Christmas Day (December 25th) Payment: Payment for all costs in connection with the acquisition of supplies or installation thereof will be made in accordance with the Price Breakout Schedule.� Invoice shall be sent to the Dillon Dam Project Office after final inspection of all completed work has been approved to the attention of Will Rutter Resource Manager. Will Rutter Resource Manager, Dillon Lake U.S. Army Corps of Engineers 4969 Dillon Dam Road Zanesville, OH 43701 Quality Assurance: Test of materials. The Contractor shall, at his expense, perform analyses and tests to demonstrate that all materials are in conformity with the specifications. Should the Contractor desire to use stock materials not manufactured specifically for the work covered by these specifications, he shall submit evidence, satisfactory to the Contracting Officer that such materials conform to the requirements of the specifications. Detailed tests of these materials will then not be required, if so, approved by the Contracting Officer. Tests, except where modified shall be made as indicated in the respective detailed specifications or on the drawings and, unless otherwise authorized, in the presence of the Government Representative. Certified reports in triplicate of all required analyses and tests shall be submitted to the Government Representative upon request, specimens, and samples for independent analyses and tests. These specimens and samples shall be properly labeled and prepared for shipment. Damage Reports: All instances where Government materials, supplies, property, and/or equipment are damaged shall be reported immediately to the Resource Manager. Deficiencies: �If the contractor fails to perform, or if performance in any area is judged unsatisfactory, the Government will take corrective action.� See FAR Clause 52.246-12. Submittals: The Contractor shall submit the following to the Government for approval prior to the specified times. List of materials: prior to ordering any materials Sequence of work: prior to the pre-construction meeting Accident prevention plan (see below): prior to the pre-construction meeting The accident prevention plan shall cover the use of any equipment which shall be used during the execution of this scope of work. List of Materials: The Contractor shall submit the style and color of window to the Government Representative for approval prior to ordering. The Contractor shall also submit any manufacturer�s literature associated with the windows used, along with the above submittal. The Contractor shall furnish the Government Representative with one (1) copy of all purchase orders associated with the task. If any testing is required, the purchase orders shall contain the test site address and the name of the testing agency. Pre-Construction Meeting: The Contractor shall contact the Government Representative to arrange an on-site meeting which shall be performed at least two (2) weeks prior to commencement of work. This meeting shall occur only after all submittals have been approved by the Government. Final Inspection: Five (5) days prior to demobilization, the Contractor shall contact the Government Representative to arrange a final inspection of all work performed. If any deficiency is found with the work performed or materials used, the work will not be accepted, and the error shall be corrected by the Contractor at no expense to the Government. Any damage to the windows, frames, surrounding structure, etc. will be cause for rejection, and the damage shall be corrected by the Contractor at no expense to the Government. Wage Rates:� Davis-Bacon wage rates are applicable to this procurement and are attached to this solicitation in accordance with contract clause FAR 52.222-6. SECURITY REQUIREMENTS All Contractors and subcontractor employee(s) working on this contract who require access in and/or around any Huntington District facilities shall receive authorization to be on site at these facilities based upon a favorable background investigation in accordance with �Homeland Security Presidential Directive 12: Policy for a Common Identification Standard for Federal Employees and Contractors� (HSPD 12).� The Huntington District Security Management Office shall submit contractor(s) personal information to complete the basic background investigation in order to make a recommendation to the Contracting Office of an employee�s suitability for work on Government property.�� The Procuring Contracting Officer (PCO) has the right to deny any contractor or subcontractor employee from working on the contract based upon the results of the background investigation provided by the Huntington District Security Management Office.� The Government, Contractor, and subcontractors shall not permit any employee(s) access to drawings, blueprints, records, photos, sites, or projects until the Huntington District Security Management Office has completed an Operations Security (OPSEC) review of such items and determined they can be released.� FOR ALL CONTRACTS 1-YEAR AND SUBSEQUENT OPTION YEARS: Contractors shall submit a complete investigation packet for each contractor and subcontractor employee to the Huntington District Security Management office within 10 working days after award of any contract, or prior to the individual being permitted unescorted access in or on District facilities. The Contractor must also provide the following: (1) Name of the Contract Specialist with whom he/she is working, (2) Project Name, (3) Contract Number (4) Task Order Number when applicable, and (5) Security Information sheet on each employee working on site must be submitted� directly to the Huntington District Security Office.� The Contractor must provide a full legal name, complete SSN#, Date of Birth, Place of Birth (City and State) and Driver�s license number if available.� It is the Contractor�s responsibility to ensure the above information is accurate and legible, otherwise delays may occur. Contractors shall have background checks completed for their employees annually in the case of Contracts with option periods.� For instance, if the employee was cleared in May of 2018, they shall be cleared again in May of 2019.� It is the Contractor�s responsibility to ensure that each employee�s security is up to date.� Failure to comply may lead to possible removal from the project/jobsite. The Contractor must ensure if new employees are brought in to work on an existing Contract with the U.S. Army Corps of Engineers (USACE), they must process the employee through the Huntington District USACE Security Management Office for background purposes. FOR CONTRACTORS REQUIRING DOD COMMON ACCESS CARDS (CAC) The documents listed below are required: SF 85, Questionnaire for Non-Sensitive Positions (see http://www.opm.gov/forms/ to print form).� FD 258, Contractor Fingerprint Card (one card for digital prints, two for ink prints) (NOTE:� a trained/qualified individual must take prints, ORI block on the FD 258 must be USOPM000Z) (Contractor Fingerprint Cards (FD-258) may be obtained by Contracting Division by contacting the Huntington District Security Management Office). Contractor shall report any changes in personnel, or at any time conditions change at least 5 working days prior to individual(s) need to have access to the site. The Contractor shall provide the same information as listed above for all new employees. Following submission of paperwork, the Huntington District Security Management Office will conduct an initial criminal check based upon the information provided.� If there are no issues, the Huntington District Security Management Office will make recommendations to the PCO or their Designated Representative.� The Huntington District Security Management Office cannot give approval due to unfavorable report(s).� The Huntington District Security Management Office shall coordinate with Office of Counsel and will jointly make recommendations to the PCO and/or the Designated Representative should a background investigation come back with derogatory information.� The PCO will make the determination whether to allow the Contractor personnel to work on the site based on Security and Office of Counsel recommendations, and the PCO will advise the Contractor of the decision.� FOREIGN NATIONALS The Contractor shall provide the package listed above, as well as additional materials noted below for all Foreign Nationals.� The Contractor is to expect additional time in the approval process for all Foreign Nationals due to the level of review and elevation of the review to Headquarters staff to complete.� All Foreign Nationals must comply with the following paragraph:� In accordance with Engineering Regulation 380-1-18, �Technology Transfer, Disclosure of Information and Contacts with Foreign Representatives� dated 1 August 1996, Section 4, all foreign nationals who work on Corps of Engineers� contracts shall be approved by the Headquarters US Army Corps of Engineers (HQ USACE) Foreign Disclosure Officer before beginning work on this contract; this regulation includes subcontractor employees.� The Contractor shall submit to the Security Management Office, the names of all foreign nationals proposed for performance under this contract, along with documentation to verify legal admittance into the United States.� Such documentation shall include at least one of the following: a U.S. passport, Certificate of U.S. Citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), Alien Registration Card with photograph (INS Form I-151 or I-551), Employment Authorization Card (INS Form I-688A), etc.��� In order to assure forms are properly completed, and to minimize time delays, the Contractor is encouraged to work closely with the Huntington District Security Management Office.� The Government will return for correction incomplete forms, illegible forms, etc. which will delay the contractor / subcontractor from beginning work.� Security requirements are subject to change in accordance with HSPD-12, Office of Personnel Management, regulation or policy changes, etc.� The Government shall add any changes to security requirements by modification to the contract. The Contractor shall contact the Huntington District Security Management Office by phone, letter, or email at the following numbers/addresses: CELRH-SM 502 Eighth Street Huntington, WV� 25701 Stephen R. Curry, phone (304) 399-5695; email stephen.r.curry@usace.army.mil Matthew D. Green, phone (304) 399-5294; email matthew.d.green@usace.army.mil Scott E. Grandon, phone (304) 399-5661; email scott.e.grandon@usace.army.mil AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area: ""All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum."" Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area: ""All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes."" For contractors who do not require CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something). This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area: The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training."" Pre-screen candidates using E-Verify Program: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award."" *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. Contractor Accident Prevention Plan (APP).� ��������������� A.� General.� Contractor shall comply with all Federal, State and Local safety requirements including those specified by the Occupational Safety and Health Act (OSHA) in 29 CRF 1910 General Industry Standard, 1926 Construction Standard and the U.S. Army Corps of Engineers Safety & Health Requirements Manual EM 385-1-1 as currently revised.� Where a conflict exists between safety standards/requirements the contractor shall comply with the more stringent requirement.� If the Contractor fails or refuses to promptly comply with safety and security requirements as specified herein, any project employee may stop all or part of the work until satisfactory corrective action has been taken.� No part of the time lost due to any such work stoppage shall be made subject to any claims for extension of time or for excess costs or damages sustained by the Contractor.� Also, the Contractor will not be paid for work not performed as a result of the stop order. ��������������� B. Contractor Accident Prevention Plan (APP). �The Contractor shall prepare a site-specific Accident Prevention Plan following the outline provided in EM 385-1-1, Appendix A as a minimum.� The contractor shall address each element and sub-element in the outline in the order they appear in Appendix A.� Any item from the outline that does not apply must be listed, in its assigned place and a brief explanation of the reason it is not required/provided.� The APP shall address any unusual or unique aspects of the project or activity.� This plan must be accepted by the Contracting Officer prior to commencement of any work.� Contractors are encouraged to contact the USACE Safety & Occupational Health Office for questions or information regarding the development of contract Accident Prevention Plans.� Office hours are Monday-Friday 8:30 a.m. - 4 p.m. at (304)399-5039/5032/5326.� The web address for EM 385-1-1 is:� http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf (1) The contractor shall have on site an employee designated as a Site Safety and Health Officer (SSHO) who has completed the OSHA 30-hour Construction Safety training or its equivalent as specified in EM 385-1-1, 01.A.17 (only authorized online outreach training providers qualify � https://www.osha.gov/dte/edcenters/map.html)� and has at least five years experience relative to the work to be performed.� No work will be permitted unless the SSHO is present at the work site.� (2) For task orders limited to routine mowing, cleaning and janitorial work SSHO responsibilities may be a collateral duty. Contractor may also elect to use an SSHO with either OSHA 30-hour Construction or General Industry qualifications.� (3) Work crews of two or more must have two people holding current certification in First Aid and CPR from the American Red Cross, American Heart Association or a licensed physician.� Training must include a hands-on component that cannot be taken online and the contractor must maintain appropriate First Aid kit on site.� Single individuals working alone must have current certification in First Aid as a minimum. ��������������� (4) All work that potentially exposes the worker to falls of six feet or more will require the contractor to submit a Site Specific Fall Protection & Prevention Plan in accordance with EM 385-1-1, Section 21.D. (5) Cranes and hoisting equipment shall be operated only by qualified personnel (operators licensing, physical and drug testing in accordance with EM 385-1-1 Section 16.B).� Note:� CDL Medical Clearance is not acceptable.� Please see attached medical clearance requirements.� (6) Effective November 8, 2010 all �Signalpersons� and �Riggers� shall be qualified.� This is a mandatory requirement in accordance with 29 CFR 1926.1400 Regulations. Riggers must be a qualified person for the performance of specified hoisting activities such as during assembly/disassembly, in accordance with OSHA 1926.1404(r)(1) and 1926.1425(c)(3). (7) Work orders involving potential exposure to Hazardous, Toxic or Radiological Waste shall require development of Site Specific Safety and Health Plan (SSHP) by qualified personnel as specified in EM 385-1-1 Sections 6 and 33. ��������������� C.� Risk Management Process.� The Contractor shall utilize risk management tools such as Activity Hazard Analysis (AHA), Job Hazard Analyses (JHAs), Job Safety Analyses (JSAs) or similar tools to identify, assess, prioritize risks and develop controls to minimize, monitor and control the probability and/or impact of unfortunate events to an acceptable level.� Within each major phase, all activities, tasks or Definable Features of Work (DFOWs) shall be identified that will require an AHA/JSA/JHA. For each work activity, task or DFOW contractor shall prepare the initial AHA/JSA/JHA.� A Risk Assessment Code (RAC) is assigned to each step, to the risk that remains after controls have been applied (residual risk) a final RAC (cannot be lower than the highest step RAC) shall� be assigned. See EM 385-1-1 Section 01.A.14.b. for further guidance or contact the SOHO for assistance. The AHA/JSA/JHA shall be reviewed and accepted by the proper authority in order to proceed with the activity.� All on-site employees shall review the accepted AHA/JSA/JHA prior to performing work and during weekly and �Tool Box� safety meetings as appropriate. ��������������������� 1. AHA/JSA/JHA shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk.� AHA/JSA/JHA should indicate compliance with EM 385-1-1 personal protective equipment requirements (safety-toed work boots, safety glasses, gloves, hard hats, etc.), work crews of two or more must have two people currently qualified in first aid and CPR and the appropriate first aid kit on site.� Single individuals working alone must have current certification in First Aid only. ��������������� 2.� The names of the Competent Person(s) and Qualified Person(s) required for a particular activity (e.g., excavation, scaffolding, fall protection, or other activities as specified by OSHA and this manual) shall be identified and included in the AHA/JSA/JHA, as well as proof of their competency/qualification. ��������������� ��������������� D. Accident/Mishap Reporting:� The Contractor shall report all recordable mishaps to the GDA within 24-hours in accordance with EM 385-1-1 Section 01.D.� Accidents shall be investigated to determine causal factors and corrective actions shall be implemented.� Accidents resulting in: days away injuries, days away illnesses, restricted/transfer injuries, property damage of $5,000.00 or more shall be investigated and reported to the GDA using the USACE Accident Investigation Report Form ENG 3394 within 24 hours of the occurrence.� ��������������� (1) Immediate notification to the GDA is required for all serious accidents: ������������������������������� a. Fatal Injury/illness; ������������������������������� b. Permanent totally disabling injury/illness; ������������������������������� c. Permanent partial disabling injury/illness; ������������������������������� d. One (1) or more persons hospitalized as inpatients as a result of a single occurrence; ������������������������������� e. $500,000 or greater accidental property damage; ������������������������������� f. Three (3) or more individuals become ill or have a medical condition suspected to be related to a site condition, or a hazardous or toxic agent on the site; ������������������������������� g. USACE aircraft destroyed or missing; ��������������� The Contractor shall maintain an OSHA Log of Work Related Injuries and Illnesses, OSHA Form 300 and comply with all accident reporting and recordkeeping requirements specified in 29 CFR 1904.39. ��������������� (2) In addition to the above, any mishap occurring in any of the following high hazard areas shall be reported immediately to the GDA, investigated and corrective actions implemented. ������������������������������� a. Electrical (includes Arc Flash, electrical shock, etc.); ������������������������������� b. Uncontrolled Release of Hazardous Energy (includes electrical and non-electrical); ������������������������������� c. Load Handling Equipment (LHE) or Rigging; ������������������������������� d. Fall-from-Height (any level or other than same surface); ������������������������������� e. Underwater Diving
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fec350f6af834b73a31528e8d3f171cf/view)
 
Record
SN06257727-F 20220306/220304230101 (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.