Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
DOCUMENT

65 -- Radiopharmaceuticals for the Montana VA Health Care System - Attachment

Notice Date
8/27/2018
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q9874
 
Response Due
9/5/2018
 
Archive Date
11/4/2018
 
Point of Contact
Matt Zorch
 
E-Mail Address
paul.zorch@va.gov
(paul.zorch@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (RFQ) #: 36C25918Q9874 Radiopharmaceuticals for the Montana VA Health Care System This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, August 29, 2018 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Matt Zorch at paul.zorch no later than 4:00pm EST, September 5, 2018 Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25918Q9874 The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 effective July 16, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 325412 with a small business size standard of 1,250 employees. This solicitation is a 100% set-aside for Small Business concerns. List of Line Items; The Contractor shall provide items on a unit dose basis, pre-drawn into a syringe, calibrated and delivered to the Nuclear Medicine department of the Montana VA Health Care System, 3687 Veterans Drive, Fort Harrison, Montana. Items will be required Monday through Friday during the hours of 7:30am to 4:00pm, and outside of these specified hours on an as needed basis. Quantities listed are estimated usage only. BASE YEAR: October 1, 2018 September 30, 2019 Line Item Product Description Method of Supply Estimated Annual Quantity Unit Price Total Price   Unit Doses per dose 159     0001 HDP Per dose 0     0002 MDP per dose 17     0003 MAA per dose 0     0004 DTPA per dose 31     0005 Choletec/Mebrofenin per dose 10     0006 Sulfur Colloid Per dose 0     0007 Sulfur Colloid, Filtered per dose 3     0008 MAG-3 per dose 543     0009 Cardiolite/Sestamibi Per dose 0     0010 Myoview/Tetrofosmin per 1 mCi 52     0011 Tc-99m Per vial 11     0012 Tc-99m (Bulk) per mCi 0     0013 Thallium-201 per mCi 0     0014 Gallium-67 per capsule 0     0015 I-123 (100uCi) per capsule 0     0016 I-123 (200uCi) each 1     0017 20mCi Cobalt57 Sheet Source Per vial 17     0018 Xenon 133           White Blood Cells per study 2     0019 In-111 WBC per study 0     0020 Ceretec per occurrence 2     0021 WBC Prep Kit           Cold Kits         0022 Choletec/Mebrofenin per vial 0     0023 Hepatolite/Disofenin per vial 0     0024 DTPA per vial 0     0025 HDP per vial 0     0026 MAA per vial 0     0027 Sulfur Colloid per vial 0     0028 Kinevac/Sincalide/CCK per vial 0     0029 Ultratag Per kit 0     0030 DMSA Per vial 0     0031 MDP Per vial 0     0032 Cardiolite/Sestamibi Per vial 0     0033 Myoview/Tetrofosmin Per vial 0       Incidentals         0034 Persantine per dose 0     0035 Lexiscan per dose 0     0036 Dobutamine per dose 0     TOTAL BASE YEAR: OPTION YEAR 1: October 1, 2019 September 30, 2020 Line Item Product Description Method of Supply Estimated Annual Quantity Unit Price Total Price   Unit Doses per dose 159     1001 HDP Per dose 0     1002 MDP per dose 17     1003 MAA per dose 0     1004 DTPA per dose 31     1005 Choletec/Mebrofenin per dose 10     1006 Sulfur Colloid Per dose 0     1007 Sulfur Colloid, Filtered per dose 3     1008 MAG-3 per dose 543     1009 Cardiolite/Sestamibi Per dose 0     1010 Myoview/Tetrofosmin per 1 mCi 52     1011 Tc-99m Per vial 11     1012 Tc-99m (Bulk) per mCi 0     1013 Thallium-201 per mCi 0     1014 Gallium-67 per capsule 0     1015 I-123 (100uCi) per capsule 0     1016 I-123 (200uCi) each 1     1017 20mCi Cobalt57 Sheet Source Per vial 17     1018 Xenon 133           White Blood Cells per study 2     1019 In-111 WBC per study 0     1020 Ceretec per occurrence 2     1021 WBC Prep Kit           Cold Kits         1022 Choletec/Mebrofenin per vial 0     1023 Hepatolite/Disofenin per vial 0     1024 DTPA per vial 0     1025 HDP per vial 0     1026 MAA per vial 0     1027 Sulfur Colloid per vial 0     1028 Kinevac/Sincalide/CCK per vial 0     1029 Ultratag Per kit 0     1030 DMSA Per vial 0     1031 MDP Per vial 0     1032 Cardiolite/Sestamibi Per vial 0     1033 Myoview/Tetrofosmin Per vial 0       Incidentals         1034 Persantine per dose 0     1035 Lexiscan per dose 0     1036 Dobutamine per dose 0     TOTAL OPTION YEAR 1: OPTION YEAR 2: October 1, 2020 September 30, 2021 Line Item Product Description Method of Supply Estimated Annual Quantity Unit Price Total Price   Unit Doses per dose 159     2001 HDP Per dose 0     2002 MDP per dose 17     2003 MAA per dose 0     2004 DTPA per dose 31     2005 Choletec/Mebrofenin per dose 10     2006 Sulfur Colloid Per dose 0     2007 Sulfur Colloid, Filtered per dose 3     2008 MAG-3 per dose 543     2009 Cardiolite/Sestamibi Per dose 0     2010 Myoview/Tetrofosmin per 1 mCi 52     2011 Tc-99m Per vial 11     2012 Tc-99m (Bulk) per mCi 0     2013 Thallium-201 per mCi 0     2014 Gallium-67 per capsule 0     2015 I-123 (100uCi) per capsule 0     2016 I-123 (200uCi) each 1     2017 20mCi Cobalt57 Sheet Source Per vial 17     2018 Xenon 133           White Blood Cells per study 2     2019 In-111 WBC per study 0     2020 Ceretec per occurrence 2     2021 WBC Prep Kit           Cold Kits         2022 Choletec/Mebrofenin per vial 0     2023 Hepatolite/Disofenin per vial 0     2024 DTPA per vial 0     2025 HDP per vial 0     2026 MAA per vial 0     2027 Sulfur Colloid per vial 0     2028 Kinevac/Sincalide/CCK per vial 0     2029 Ultratag Per kit 0     2030 DMSA Per vial 0     2031 MDP Per vial 0     2032 Cardiolite/Sestamibi Per vial 0     2033 Myoview/Tetrofosmin Per vial 0       Incidentals         2034 Persantine per dose 0     2035 Lexiscan per dose 0     2036 Dobutamine per dose 0     TOTAL OPTION YEAR : OPTION YEAR 3: October 1, 2021 September 30, 2022 Line Item Product Description Method of Supply Estimated Annual Quantity Unit Price Total Price   Unit Doses per dose 159     3001 HDP Per dose 0     3002 MDP per dose 17     3003 MAA per dose 0     3004 DTPA per dose 31     3005 Choletec/Mebrofenin per dose 10     3006 Sulfur Colloid Per dose 0     3007 Sulfur Colloid, Filtered per dose 3     3008 MAG-3 per dose 543     3009 Cardiolite/Sestamibi Per dose 0     3010 Myoview/Tetrofosmin per 1 mCi 52     3011 Tc-99m Per vial 11     3012 Tc-99m (Bulk) per mCi 0     3013 Thallium-201 per mCi 0     3014 Gallium-67 per capsule 0     3015 I-123 (100uCi) per capsule 0     3016 I-123 (200uCi) each 1     3017 20mCi Cobalt57 Sheet Source Per vial 17     3018 Xenon 133           White Blood Cells per study 2     3019 In-111 WBC per study 0     3020 Ceretec per occurrence 2     3021 WBC Prep Kit           Cold Kits         3022 Choletec/Mebrofenin per vial 0     3023 Hepatolite/Disofenin per vial 0     3024 DTPA per vial 0     3025 HDP per vial 0     3026 MAA per vial 0     3027 Sulfur Colloid per vial 0     3028 Kinevac/Sincalide/CCK per vial 0     3029 Ultratag Per kit 0     3030 DMSA Per vial 0     3031 MDP Per vial 0     3032 Cardiolite/Sestamibi Per vial 0     3033 Myoview/Tetrofosmin Per vial 0       Incidentals         3034 Persantine per dose 0     3035 Lexiscan per dose 0     3036 Dobutamine per dose 0     TOTAL OPTION YEAR 3: OPTION YEAR 4: October 1, 2022 September 30, 2023 Line Item Product Description Method of Supply Estimated Annual Quantity Unit Price Total Price   Unit Doses per dose 159     4001 HDP Per dose 0     4002 MDP per dose 17     4003 MAA per dose 0     4004 DTPA per dose 31     4005 Choletec/Mebrofenin per dose 10     4006 Sulfur Colloid Per dose 0     4007 Sulfur Colloid, Filtered per dose 3     4008 MAG-3 per dose 543     4009 Cardiolite/Sestamibi Per dose 0     4010 Myoview/Tetrofosmin per 1 mCi 52     4011 Tc-99m Per vial 11     4012 Tc-99m (Bulk) per mCi 0     4013 Thallium-201 per mCi 0     4014 Gallium-67 per capsule 0     4015 I-123 (100uCi) per capsule 0     4016 I-123 (200uCi) each 1     4017 20mCi Cobalt57 Sheet Source Per vial 17     4018 Xenon 133           White Blood Cells per study 2     4019 In-111 WBC per study 0     4020 Ceretec per occurrence 2     4021 WBC Prep Kit           Cold Kits         4022 Choletec/Mebrofenin per vial 0     4023 Hepatolite/Disofenin per vial 0     4024 DTPA per vial 0     4025 HDP per vial 0     4026 MAA per vial 0     4027 Sulfur Colloid per vial 0     4028 Kinevac/Sincalide/CCK per vial 0     4029 Ultratag Per kit 0     4030 DMSA Per vial 0     4031 MDP Per vial 0     4032 Cardiolite/Sestamibi Per vial 0     4033 Myoview/Tetrofosmin Per vial 0       Incidentals         4034 Persantine per dose 0     4035 Lexiscan per dose 0     4036 Dobutamine per dose 0     TOTAL OPTION YEAR 4: GRAND TOTAL BASE PLUS ALL OPTION YEARS: Description of Requirements for the items to be acquired (salient characteristics); Reference the attached Statement of Work. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 3687 Veterans Drive, Fort Harrison, MT 59636 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable. Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Technical Capability (II) Price. Volume I - Technical Capability Technical Capability - The offeror shall provide a signed statement certifying that the quote submitted meets the technical capability specified in the Statement of Work. The Technical Capability submission shall include copies of all required licenses defined in the Statement of Work. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: All offers shall be evaluated using the evaluation factors described below and must address, at a minimum, all elements listed in the solicitation s instructions to Offerors FAR 52.212-1 and addendum FAR 52.212-1 Technical Capability The Government will evaluate quotes on the basis of whether or not the provided quote meets the technical capability specified in the Statement of Work. Technical Capability shall consist of meeting or exceeding the requirements in the Statement of Work. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability requirements of the statement of work shall not be selected regardless of price. Options (if requested); The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s) All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the Technical Capability of the lowest priced quote only. If the lowest priced Offeror s Technical Capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors Technical Capability. If the lowest priced Offeror s Technical Capability is determined to not meet the requirement, then the Government may review the Technical Capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the Technical Capability requirements. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 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) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 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) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 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) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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 http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: 52.204-7 System for Award Management The following VAAR clauses are to be incorporated by reference: 852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008) 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 (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: 852.273-70 Late Offers (JAN 2003); 852.273-72  Alternate Evaluation (JAN 2003); and 852.273-74 Award Without Exchanges (JAN 2003). The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Matt Zorch at paul.zorch@va.gov by 4:00pm EST, September 5. Name and email of the individual to contact for information regarding the solicitation: Matt Zorch paul.zorch@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9874/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q9874 36C25918Q9874.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563442&FileName=36C25918Q9874-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563442&FileName=36C25918Q9874-000.docx

 
File Name: 36C25918Q9874 Statement of Work - 25JUL2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563443&FileName=36C25918Q9874-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563443&FileName=36C25918Q9874-001.pdf

 
File Name: 36C25918Q9874 Schedule of Supplies.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563444&FileName=36C25918Q9874-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4563444&FileName=36C25918Q9874-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Montana VA Health Care System;3687 Veterans Drive;Fort Harrison, MT
Zip Code: 59636
 
Record
SN05058341-W 20180829/180827231432-bce8af39a9dc3c72cf8cd0ae9d9cba16 (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.