Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
SOLICITATION NOTICE

F -- IDAHO PANHANDLE NF AND NEZ PERCE-CLEARWATER NF, Operational Cone Collection - Attachments

Notice Date
7/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113210 — Forest Nurseries and Gathering of Forest Products
 
Contracting Office
Department of Agriculture, Forest Service, R-1 IMAT: Clearwater; Idaho Panhandle; Kootenai; and Nez Perce NF's, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363, United States
 
ZIP Code
83815-8363
 
Solicitation Number
12034318Q0289
 
Point of Contact
Marion P. Daniel, Phone: 208-765-7282, Clare Brick, Phone: 208-963-4208
 
E-Mail Address
mpdaniel@fs.fed.us, cbrick@fs.fed.us
(mpdaniel@fs.fed.us, cbrick@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Schedule of Items for Pricing SYNOPSIS/SOLICITATION 12034318Q0289 This is a combined synopsis/solicitation for a commercial item service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quotation (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-99-1. This procurement is set aside for Total Small Business. The NAICS code is 113210 Gathering of Forest Products, and the Small Business Size Standard is $11.0 million average annual receipts of a firm over three years. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Scope of Contract: Work consists of collecting cones on the Nez Perce-Clearwater National Forests and/or the Idaho Panhandle National Forests. The work will take place in Ponderosa Pine trees. The heights of the trees to be climbed are approximately 75-125 feet. The Contractor shall furnish all labor, transportation, supplies (other than Government Furnished), supervision, and incidentals necessary to perform all work safely and within the specifications. The Contracting Officer Representative (COR) or Inspectors will assist the Contractor in locating trees and help handle the collected cones. The Forest Service will determine seed ripeness and direct the Contractor to commence cone collection or to discontinue the collection. The cone collection work shall begin in Early to Mid-August and proceed until completion. Location and Description: The work sites may be located on the Salmon River or Red River Ranger Districts of the Nez Perce-Clearwater National Forests and/or the Priest Lake and Bonners Ferry Ranger Districts of the Idaho Panhandle National Forests. The areas are accessible by 4-wheel drive vehicle. An estimated two thirds of the trees for climbing and collecting are within 200 feet of the road. The remaining one third of the trees may be up to 600 feet from the road. Collection of PP for the Nez Perce-Clearwater NF will be on the Salmon River or Red River Ranger District. One area will be between 3800 to 5200 feet elevation and it is estimated approximately 20 bushels will be collected in that particular area. Another area has been identified to collect from and it is estimated approximately 20 bushels will be collected in that particular area. Other areas may be identified dependent upon cone quality. Collection of PP for the Idaho Panhandle NF will be on the Bonners Ferry and Priest Lake Ranger Districts. Two areas will be between 3800 to 5200 feet and it is estimated approximately 20 bushels will be collected from each site located at T33N R45E SEC26/27, Priest Lake RD, and Bonners Ferry RD. Another two areas are 2800 to 3800 feet elevation and it is estimated approximately 20 bushels will be collected at each site located at T60N R5W SEC29, Priest Lake RD, and Bonners Ferry RD. Another two areas will be between 2200-2800 feet elevation located at T60N R5W Sec7, Priest Lake RD, and Bonners Ferry RD. Inspectors from the Idaho Panhandle NF will show the Contractor the trees to collect and locate alternates on site if the squirrels harvest the cones. The Government Inspectors will check cones, bag them in bushel bags, and fill out the tags and paperwork. Government-Furnished Materials: 1. Spreadsheets with Collection Information, i.e., species for collection, number of trees, location information, etc. Provided at the time of award or at the pre-work meeting. 2. Burlap Bags and twine or cord for cone collection and to tie bags shut. Provided on first day of work and upon Contractor request 3. Colored Flagging to tie on cone bags to identify multiple bags from the same tree. Provided on first day of work and upon Contractor request. 4. Cone Tags for operational cone collection. Provided on first day of work, to be filled out by the Government. TECHNICAL SPECIFICATIONS Cone Collection: All cones collected under this contract are and shall remain the property of the Government. Climb and harvest mature cones from previously designated trees as prescribed by the terms of the contract. A spreadsheet with collection information will be provided prior to the start of this work. The Contractor is expected to climb all trees designated for picking under the contract. Any designated tree the Contractor declares unsafe to climb shall be reported to the COR, specifying the reason the tree is not safe to climb, including the nature and location of the hazard. The COR will designate, verbally or in writing, an acceptable substitute tree or delete the tree from the contract. A Forest Service Inspector may assist the Contractor in locating the trees to be climbed and help in handling the collected cones. If no Inspector is on site during the climb a piece of flagging will be hung in the crown where the collection has been made. The color of flagging will be determined by the COR at the pre-work meeting. Seed Cone Source: Cones shall be harvested only from Government-designated trees. If directed by the COR or the Inspector, the Contractor may be required to climb trees and collect cones for sampling seed count. If no further cone collections are made from that tree, the Contractor will be paid the bid rate for climbing that tree. Cones may be damaged by disease, frost, or insect attack, or may be harvested by squirrels. If the COR or Inspector determines that there are not enough cones or seed count is too low to warrant picking, the Contractor will be notified verbally and with documentation in writing not to pick that tree. Cones cut by squirrels shall not be collected. Seed Cone Standards: All cones harvested shall be from the current calendar year seed cone crop. It is the Government's responsibility to determine the quality of the cones prior to collection. The COR may require the Contractor to pick sample cones from designated trees. The COR or Inspector may determine cone quality on the basis of the cut cone test. The number of sound seed is determined by counting exposed seed on one open cone face. Cones must meet average cut count per cut face as determined by COR or Inspector. Seed will be considered sound when the endosperm and embryo are developing normally and there is no evidence of insect, disease, climatic, or other types of damage. If cone quality is so low that minimum cone quality standards are not met, cone collection efforts may be stopped. The COR may terminate all or any portions of the collections or may direct the Contractor to collect in other collection areas. The seed condition in general is considered mature when the embryo fills 90% or more of the embryo cavity and is a cream or pale yellow color. The surrounding storage tissue (endosperm) will have a firm consistency and not a viscous, milky condition. The seed coat and seed wing will have darkened in color and be easily lifted from the cone scale. Cone Collection Standards: The Contractor shall harvest cones only from the top 2/3 of trees identified by the Government for collection. Cones shall not be collected from the lower 1/3 of the live crown unless authorized by the Government. Cones shall be from the current calendar year and meet the Seed Cone Standards stated above. The Contractor shall collect mature, sound cones. Cones must be dry, free of mold, and not showing damage by animals, insects, disease, or physical damage. The Contractor shall notify the COR when cones are not sufficiently mature or if they do not meet the quality standards for collection. Branches shall be pulled to the picker by the use of limb hook with a handle allowing a minimum reach of eight feet, unless another type of equipment has been authorized by the Contracting Officer (CO) or designated COR. All cones shall be picked and placed into bags in the tree and lowered to the ground to avoid mechanical damage to seed and to avoid contamination of cones by soil bearing fungi. Bagged cones shall not be thrown or dropped out of trees. Cones shall be protected from moisture and heat. Cones shall not be damaged during any phase of picking or transporting. No payment will be made for climbing and collection of cones that have been damaged. The COR may suspend work until proper procedures are being followed. Cones from each tree shall be bagged separately. Bags will be furnished by the Government. Bags shall be free of debris (such as twigs, needles, cone stems, cones of other tree source). The bag shall be tied securely shut approximately 3 inches from the top of the bag. For each bag, the Government shall provide two cone tags, using the information from the actual collection site and information provided in the Collection Information spreadsheet. One tag shall be place inside the bag at the top, and the other securely fastened on the outside of the closed bag. In addition, the tree number shall be clearly marked on a separate tag or flagging attached to the bag, and shall be consistent with the number on the cone tag, the sign on the tree, and on the spreadsheet. Cone Delivery: All cones shall be loosely packed in clean Government-furnished 2 bushel bags, with no more than one (1) U.S. bushel of cones per bag. Collected cones shall be submitted to the COR or Inspector each day for inspection and acceptance. The COR or Inspector will accept delivery of contract seed cones at the base of the tree from which they were harvested, or at the location mutually agreed upon in writing by the COR and the Contractor. INSPECTION AND ACCEPTANCE (a) Inspections will consist of field observations of tree climbing and visual inspections of materials collected to verify compliance with contract terms. The COR or a designated Inspector shall inspect each delivered bag of cones for compliance with the specifications. (1) Contractor Quality Control Inspection: The Contractor is responsible for management and quality control actions to meet the terms of this contract. The role of the Government is quality assurance to ensure contract standards are met. (2) Quality Assurance Inspections: (i) The Government will perform periodic review of the Contractor's Quality Control Procedures, Plan, Inspection Reports, and customer comments. (ii) Quality Assurance Inspections will be made by random sampling or entire inspection of the work, and follow up of customer comments. When validating customer comments, the possible cause of unacceptable performance will be determined. If any Government action or lack of action was the cause, the complaint is not valid and deficiencies shall not be counted against the Contractor. (iii) Periodic means one (1) review each month, but may be done more frequently if necessary. (iv) Work that does not meet the contract requirements will be brought to the Contractor's attention. Repetitive or continuous failure to meet contract requirements may result in a quality adjustment to payment or the Contractor's right to proceed may be terminated. (b) Acceptance will be based on 100 percent visual inspection for adherence to the specifications. If inspection shows unacceptable work, the Contractor will be required to correct deficiencies in order to comply with specifications. If COR determines work is correctable, the Contractor will be required to rework. CONTRACT ADMINISTRATION DATA Pre-work Conference: Prior to commencement of work, the Contracting Officer (CO) will arrange a meeting with the Contractor to discuss the contract terms and work performance requirements. It will be scheduled at a time and place to be determined. Approval of Subcontracting: The Contractor shall request approval from the CO prior to entering into any subcontract arrangement. The subcontractor shall have the experience and be equipped for such work. The written notification shall include as a minimum: 1) the name, address and telephone number of the subcontractor; and 2) the date upon which the subcontract was entered into and its duration. Billing Procedures: (a) Invoice Processing Platform (IPP). The Invoice Processing Platform (IPP) is a secure, Web-based service that more efficiently manages Government invoicing from purchase order through payment notification at no charge to federal agencies and their vendors. The Forest Service is utilizing IPP for the electronic submission and tracking of contracts/purchase orders, invoices, and payment information. Payment through IPP is an Electronic Funds Transfer (EFT) into the Contractor's bank account. If the Contractor chooses billing through IPP, the Contractor must enroll at www.ipp.gov/vendors/enrollment-vendors.htm in order to submit all invoices electronically and upload as an attachment a hard copy of the invoice or statement on billhead and Contractor sales slip showing the total amount being billed. (b) Credit Card. The Contractor may choose payment by credit card to the extent the Contractor agrees to accept that method of payment. Any credit card fees shall be included in the quoted price. Hard copy invoices shall be submitted to the CO. Upon approval/acceptance of the invoice, the CO will provide Government VISA card information to the Contractor over the phone. Effective Period of Contract. The effective period of this contract is from the date of Award through August 31, 2018. The estimated start date is August 13, 2018. SAFETY AND WORKSITE CONDITIONS Tree Climbing Standards: (a) The Contractor shall take all precautions necessary to prevent excessive damage to trees. The Contractor shall provide all personal protection and tree climbing equipment, and a collapsible pole or branch hook for pulling the branches toward them to reach the material. Living branches shall not be deliberately broken, barked, or cut nor shall tree trunks be skinned or peeled to cause excessive damage to the cambium. If the COR determines that excessive damage is occurring, the Contractor's right to proceed will be suspended until the proper corrections have been made. Rappelling out of the crown is allowed. (b) Contractor assumes all risks of loss or damage to his/her equipment and injury to self or employees, and will hold and save the Government and its employees harmless from liability of any nature or kind resulting from performance of this contract, except for negligent acts of Government employees. Crew Safety: The Contractor shall comply with the safety requirements of the Forest Service Safety and Health Program Handbook (FSH 6709.12), the National Tree Climbing Guide and, FSH 6709.11 (See Section J, Exhibit C), Health and Safety Code Handbook, section 22.49. At the request of the Contractor, alternate procedures may be approved by the Contracting Officer that meet the intent of Forest Service safety requirements, but differ in actual practice. The Forest Service National Tree Climbing Guide (Technical Report 0567-2819-MTDC, March, 2015, may be found at: http://www.fs.fed.us/treeclimbing/policy/guide/tree-climbing-field-guide-2015-edition.pdf (a) The Contractor shall follow all Federal, State, and local safety laws and regulations applicable to the contract work to be performed. (b) The Contractor shall: (1) Provide a statement of technical capability and the number of years the Contractor has performed tree climbing work. (2) Document the qualifications or skill level of individual personnel who will execute the provisions of the contract. (3) Specify the techniques and safety practices planned and/or equipment to be used for the contract. (4) Utilize safety practices for safe climbing, rescue, and emergency communications. Loss, Damage, or Destruction: Equipment furnished with operator. The Government shall not be liable for loss, damage, or destruction of equipment furnished under this contract except for such loss, damage, or destruction resulting from the negligent or wrongful act(s) of Government employee(s) while acting within the scope of their employment. All claims arising under this clause shall be submitted to the Contracting Officer. Fire Control: (a) Contractor's Responsibility for Contractor-Caused Fires. The Contractor, whether or not directed by the Forest Service, shall immediately extinguish, without expense to the Government, all fires on or in the vicinity of the project which are caused by Contractor's employees, whether set directly or indirectly as a result of Contractor operations. The Contractor may be held liable for all damages and costs of additional labor, subsistence, equipment, supplies, and transportation resulting from fires set or caused by the Contractor's employees or resulting from contract operations. (b) Other Fires. For the purpose of fighting forest fires on or in the vicinity of the project which are not caused by the Contractor or the Contractor's employees, the Contractor when requested by the Contracting Officer shall place the employees and equipment temporarily at the disposal of the Forest Service. Payment for such services will be made by the Government at not less than the current rate for fire-fighting services established by the Forest Service in the area concerned. Any employees and equipment furnished will be relieved from firefighting as soon as the Forest Service finds that it is practicable to employ other labor and equipment adequate for the protection of the area. An equitable adjustment in contract time may be made for this period. (c) Fire Protection Requirements - Fire Plan. At all times during closed fire season period, as specified by State law, the Contractor shall comply with each of the following provisions to the extent applicable to the Contractor's operation under the contract. (1) Fire Tools. The Contractor will provide for each employee in the contract area at least one approved handtool of a type appropriate in the contract area, such as shovel, pulaski, or ax. Tools required and furnished under (2) and (4) below, shall count toward fulfillment of the above requirement. Where additional tools, beyond those required under (2) and (4) below, are to be provided, the Contractor shall seal such tools in one or more boxes painted red and marked "Tools for Fire Only." All tools required herein shall be kept sharp and in good serviceable condition and maintained at locations to be designated by the Forest Service. (2) Fire Extinguishers and Tools on Mobile or Stationary Equipment. Each unit of powered equipment used in connection with this contract, including automobiles, trucks, tractors, etc., shall be equipped with serviceable tools and fire extinguishers as follows: One - fire extinguisher, dry chemical type of not less than 2-1/2 pound capacity with 4 BC or higher rating. One - shovel, round point #0 lady or equal. One - ax, 2 pounds or over, 26-inch minimum length, or one pulaski. One - water container (at least 1-gallon capacity), not required with stationary equipment. (3) Spark Arresters. Each internal combustion engine shall be provided with a spark arrester or spark arresting device approved by the Forest Service. Exceptions where the Forest Service may approve mufflers, or other equipment in lieu of spark arresters qualified and rated under Forest Service Standard 5100-1a are: (a) small multiposition engines, such as chain saws, shall meet Society of Automotive Engineers J335b standards; (b) passenger-carrying vehicles and light trucks may have baffle-type mufflers with tail pipe; (c) heavy-duty trucks may have a vertical stack exhaust system and muffler, provided the exhaust stack extends above the cab of the vehicle. An exhaust-driven turbocharger is considered to be a satisfactory spark arrester. Internal combustion engine exhaust systems, arresters, and other devices must be properly installed and maintained. (4) Smoking. Smoking shall not be permitted within the contract area except on surfaced or dirt roads, at landings, within closed vehicles, in camps, or at other posted places, and shall never be allowed while working or traveling on foot. (5) Storage of Petroleum and Other Highly Flammable Products. Gasoline, oil, grease, or other highly flammable material will be stored either in a separate building used exclusively for such storage, or at a site where all combustible debris and vegetation is cleared away within a radius of 25 feet. Fire extinguishers and/or sand barrels may be required at such locations specified by the Forest Service when unusually hazardous conditions exist. (6) Debris Burning and Warming Fires. Burning permits will be required for all debris burning fires. Lunch and warming fires may be allowed in fireproofed areas during periods of low fire danger if and as specified in the fire plan. Such fires must not be left burning unattended. (7) Precautions for Stoves. Stovepipes on all temporary buildings, trailers, and tents using wood burning stoves will be equipped with roof jacks and serviceable spark arresters of mesh with openings no larger than 5/8 inch. All stovepipes, inside and out, will not be closer than 2 feet from any wood or other flammable material or 1 foot if the combustible material is protected by a metal or asbestos shield. SPECIAL CONTRACT REQUIREMENTS Incidental Payment Items: The intent of the contract is to provide for the completion of the project described in the contract. Unless otherwise provided, the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and perform all work required to complete the project in accordance with the specifications and provisions of the contract. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for items shown. FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1 CLAUSES) 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (NOV 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 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) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-13 Notice of Set-Aside Orders (NOV 2011) (15 U.S.C. 644(r)) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) (15 U.S.C. 632(a)(2)) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) 52.222-42 Service Contract Labor Standards (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-55 Minimum Wages under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332) 52.232-36 Payment by Third Party (May 2014) (31 U.S.C. 3332) ADDENDA TO FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS The following attachments are part of this solicitation and any resulting contract (see separate documents). 1. Schedule of Items, 1 page 2. Wage Determination WD 95-0228, Revision No. 42, Date of Revision 7/3/2018, 3 pages The following attachments are a part of this solicitation, but will not be part of the resulting contract (see separate documents). 3. Experience Questionnaire, 2 pages 4. Past Performance Survey (optional form), 2 pages SOLICITATION PROVISIONS FAR 52.237-1 Site Visit. (APR 1984) Quoter are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extend that the information is reasonably obtainable. In no even shall failure to inspect the site constitute grounds for a claim after contract award. There is not a scheduled site visit. If you need for information, contact Clare Brick at 208-963-4208 cbrick@fs.fed.us, and/or Monika Wood at 208-443-6841 monikawood@fs.fed.us. AGAR 452.204-70 Inquiries (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Quoters should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS System for Award Management (SAM): In order to be eligible for a contract award under this solicitation, quoters must have an active registration in the System for Award Management via www.sam.gov. The System for Award Management (SAM) is an official website of the U.S. Government. There is no cost to use SAM. Procurement Technical Assistance Center (PTAC): For questions concerning SAM registration, certifications, or assistance with preparing quotes, contact the PTAC office in your area. Services are FREE. In Idaho contact the Boise office: Lee Velten Idaho PTAC Program Analyst (208) 426-1742 leevelten@boisestate.edu Gary Moore Program Manager (208) 426-1741 garymoore@boisestate.edu In Montana contact the Kalispell office: Doug Bolender (406) 257-7711 x5 or doug@dobusinessinmontana.com Submission of Quotes: Request for Quotations will be accepted NO LATER THAN 4:00 p.m. Pacific Time on July 31, 2018. For information regarding this solicitation, please contact Contracting Officer Marion Daniel at 208-765-7282 or mpdaniel@fs.fed.us. Submit the following as your Quote: 1. Schedule of Items with pricing; 2. Experience Questionnaire; and 3. Past Performance Survey (optional form) Submission Methods: Email: mpdaniel@fs.fed.us (preferred method) Fax: 208-765-7229 (confirm receipt) Mail: USDA Forest Service ATTN: Marion Daniel, Contracting Officer 3815 Schreiber Way Coeur d'Alene, ID 83815 EVALUATION OF QUOTATIONS One or two awards will be made. Award will be made to the Quoter whose quote, as determined by the Contracting Officer, provides the best value to the Government, considering but not limited to, such factors as experience, past performance, and price. The Experience Questionnaire will be used as part of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/281/12034318Q0289/listing.html)
 
Place of Performance
Address: Idaho Panhandle NF, 3815 Schreiber Way, Coeur d'Alene, ID 83815, Nez Perce-Clearwater NF, 903 3rd St., Kamiah, Idaho, 83536, United States
Zip Code: 83536
 
Record
SN05002133-W 20180725/180723230702-f20ce5d73132ebac6f62af58ecb4065e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.