Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2018 FBO #6139
DOCUMENT

R -- PRESORT MAIL DLV SVCE RO 307 - Attachment

Notice Date
9/12/2018
 
Notice Type
Attachment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E19Q0004
 
Response Due
9/27/2018
 
Archive Date
9/30/2018
 
Point of Contact
Raymond Tracey
 
E-Mail Address
0-4684<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items 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 government anticipates award of a single firm fixed price contract. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The government intends to award without discussion. Solicitation 36C10E19Q0004 is issued as a request for quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-99A, effective June 15, 2018. The combined synopsis/solicitation is set aside for Service Disabled Veteran Owned Small Business Concerns only. Only quotes submitted by Service Disabled Veteran Owned Small Business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a verified Service Disabled Veteran Owned Small Business in VIP will not be considered for award. The applicable NAICS Code for this solicitation is 492110 and the Small Business Size limitation is $27.5M. Offers from SDVOSB concerns must be registered and verified in the Center for Verification and Evaluation (CVE) Vendor Information Pages (VIP) website at https://www.vip.vetbiz.gov/ at the time and date set for receipt of offers and at the time and date of award to be considered for award. Offers from SDVOSB concerns that are not registered shall be rejected as non-responsive and shall not be considered for award. The contractor shall provide all equipment, services, material, tools, labor, facilities transportation and supervision to for the destruction of documents and electronic media FOB Destination pricing to include most favored customer discounts. This action is subject to availability funds for the next fiscal year. Wage Determination: WD 87-0310 (Rev.68) 07/10/2018. Pricing considering should factor in consideration for final destruction of shredded documents and media by the contractor. Please provide all requested information and pricing for all CLIN as shown: Company Name: Company DUNS Number: Company Tax ID Number: Point of Contact: Telephone: SCHEDULE PAGE RFQ 36C10E19Q0004 ITEM NUMBER DESCRIPTION QTY U/I U/P AMOUNT 0001 BASE YEAR: Presort Mail Services See SOW POP Begin: 10/01/2018 POP End: 9/30/2019 12 MO $ $ 1001 OPTION YEAR I: Presort Mail Services See SOW POP BEGIN: 10/01/2019 POP END: 09/30/2020 12 MO $ $ 2002 OPTION YEAR II: Presort Mail Services See SOW POP BEGIN: 10/01/2020 POP END:09/30/2021 12 MO $ $ 3003 OPTION YEAR II: Presort Mail Services See SOW POP BEGIN: 10/01/2021 POP END: 09/30/2022 12 MO $ $ 4004 OPTION YEAR IV Presort Mail Services See SOW POP BEGIN: 10/01/2022 POP END: 09/30/2023 12 MO $ $ Grand total all years Description of Requirement: Presort Mail Services RO 307 Buffalo New York. SOW Contractor shall provide all supervision, labor, training of routes to personnel, safety equipment, and transportation to provide the following services to the Buffalo VA Regional Office. The contractor is to pick-up Department of Veterans Affairs, PO Box 21 and PO Box 4616 mail from the United States Postal Service (USPS) located at 1200 William Street, Buffalo NY 14202 and deliver to the Department of Veterans Affairs, Buffalo VA Regional Office, 130 S. Elmwood Avenue, Suite 601, Buffalo NY 14202 by 7:15am EST, Monday through Friday excluding Federal holidays. Contractor will be fully liable for any mail that is not delivered by 7:15 am at 15-minute increments. Contractor is not responsible for picking up any outgoing mail, USPS will pick up the outgoing mail from The Buffalo VA Regional Office loading dock on a daily basis. The contractor shall comply with applicable federal, state and local safety and fire regulations and codes. The contractor shall be subject to the governing regulations and other requirements of the USPS and laws affecting the processing of official Government mail. Data and information either provided to the contractor, or to any subcontractor or generated by activities under the proposed contract shall be privileged. The contractor, and any subcontractors, shall be restricted from duplicating using or disclosing such data or information, in whole or in part, outside the contract for any purpose other than the fulfillment of the requirements of this contract. All mail picked up by the contractor will be maintained in a confidential manner. The Privacy Act of 1974, and other regulations, prohibits disclosure of this information without prior consent. The contractor shall provide mail delivery services in a manner fully meeting all applicable requirements of the US Postal Service and all laws affecting the processing of official Government mail. Notify the Support Services Division Supervisor of any and all problems and/or situations that could delay the processing of mail at SSD.VBABUF@va.gov or via phone at 716-857-3203. Contractor shall provide a one page or less plan to explain how they will ensure there is sufficient back-up coverage of all contract staff to ensure no service interruption. Contractor shall provide an On-Call Customer Service Representative, at no additional cost to assist with delivery problems. Security Contractor shall provide a list of personnel who will be transporting mail from USPS to the VA Regional Office. Contractor shall ensure all employees are properly cleared within the USPS regulations and guidelines prior to picking up any mail for this facility. Contractor shall be responsible for the security of mail at all times while in their possession. All mail shall be secured during transportation from the United States Post Office to the VA Regional Office. Weekly Reporting:.Contractor shall furnish a weekly report to Supervisor, Support Services Division showing date and time mail was picked up at the United States Post Office. Contractor shall have the report initialed by an employee at the United States Post Office at time of pickup. The report then will be initialed by a VA employee in the mailroom when it is received at the VA Regional Office, 130 S. Elmwood Avenue Suite 601, Buffalo, NY 14202. The report shall be turned in weekly after the Friday delivery at the VA Regional Office. Smoking is prohibited in buildings and only allowed in designated outside smoking areas as identified. DAMAGE AND EQUIPMENT LOSS: Occupation Injuries: All injuries sustained by workmen while on the Buffalo VA Regional Office property must be reported to the Safety Manager. Safety Inspections: The Safety Manager and AFGE will conduct periodic inspections of work area for compliance with safety regulations and OSHA Standards. Failure to comply with the safety regulations and OSHA Standards may result in immediate work stoppage. Injuries to employees and visitors resulting from unsafe conditions or negligent acts created by work may result in legal action on the part of the injured. The contractor will report any damage or loss of mail while in their possession. The contractor acknowledges and understands the following: a. The contractor and any subcontractor(s) shall presume that the VA computer systems and storage media that the contractor or subcontractor access have sensitive information and applications, the modification or disclosure of which could cause significant harm or embarrassment to VA beneficiaries and employees and to VA's ability to perform its mission. If the security requirements for accessing, handling, and storing VA data and systems are specified in the contract, the contractor will comply with the contractual security requirements. If the contract does not contain the requirements, the contractor will handle the VA property with the same degree of care, but no less than a reasonable degree of care, to prevent the unauthorized access, use, dissemination, publication, or destruction that the contractor uses to protect its own sensitive information and systems. b. Any VA information, software, applications, computer systems, and hardware accessed by the contractor in the performance of the contract remain the sole property of VA. c. To the extent that any software or applications on the VA systems are protected by copyright, the contractor agrees that it will not copy or disclose them without first obtaining VA's prior written authorization, which will be provided only where authorized under applicable copyright law. d. The contractor, the contractor's employees, and any subcontractor and subcontractor's employees will access the VA information, software, applications, computer systems, and hardware which VA provides, or provides access to, only to the extent necessary, and only for the purpose of performing the contract. e. The contractor will take reasonable steps to ensure that it will allow only those contractor and subcontractor employees who need to see the VA materials in order to perform the contract to do so. However, this agreement also applies to any other VA systems or data to which the contractor may have access to or be disclosed to the contractor. f. The contractor will not authorize anyone else to access, disclose, modify, or destroy the information, software or applications on the VA systems provided or accessed under this contract without VA's prior written authorization. g. The contractor and its employees shall not make any copies of any VA information, including software or applications that are not copyrighted, except as necessary to restore VA computer systems or data storage devices to an operating state. Any copies made by the contractor or subcontractor shall be identified as VA property and handled as sensitive information under this non-disclosure agreement. h. Any information that the contractor and its employees learns about VA data and VA computer systems shall not be recorded except to the extent necessary to perform the contract, and such information, whether recorded or not, shall be handled as sensitive information under this agreement. The contractor may not use or disclose it except as the contractor is permitted to use or disclose VA sensitive information under the contract and this nondisclosure agreement. i. The contractor may disclose VA sensitive information to persons other than in the performance of this contract as authorized by the contract and this agreement in only two situations: (1) pursuant to an order of a court of competent jurisdiction; or (2) with VA's prior written authorization. Prior to any disclosure pursuant to a court order, the contractor shall promptly notify VA of the court order and provide VA with a copy by fax or e-mail, whichever is faster, and notify by telephone the VA individual designated in advance to receive such notices. j. If the contractor cannot notify VA before being compelled to produce the information under court order, the contractor will notify VA of the disclosure as soon as practical. The notice under this provision will include the following information to the extent that the contractor knows it, if it does not show on the face of the court order: the records disclosed pursuant to the order, to whom, where, and when, for what purpose, and any other information that the contractor reasonably believes is relevant to the disclosure. k. The contractor will refer all requests or demands for production of, or access to, VA data and systems to VA for response. The contractor will immediately inform VA by telephone, fax and/or e-mail of any access, disclosure, disposition or destruction of VA data and systems not authorized under the contract or this agreement. To the extent known, the contractor will notify VA of the information disclosed, to whom, how when, the reason for the access, disclosure, disposition or destruction, and any other information that the contractor considers relevant. VA will provide the contractor with the name, title, telephone number, fax number, and e-mail address of the VA official whom the contractor will notify if the records are requested, sought under a court order, or if any unauthorized access, modification, disposition, or destruction of VA sensitive information or computer systems occurs. l. The contractor, its employees, and its subcontractors and their employees will cooperate with VA and any law enforcement authority response for the investigation and prosecution of any possible criminal law violation(s) associated with any unauthorized access, disclosure, disposition, or destruction of VA property. The contractor will also cooperate with VA in any civil litigation to recover VA property, to obtain monetary or other compensation for a third party, or to obtain injunctive relief against any third party who accessed, modified, disclosed, or destroyed VA sensitive data and computer systems except as authorized under the contract or this agreement. m. Upon completion or termination of the contract for any reason, the contractor will immediately deliver all VA records, data, copies of VA records and data, software and equipment, and information about VA data and systems recorded or documented by the contractor, in its possession or the possession of any subcontractors, to the VA official designated in the contract or pursuant to this agreement. The contractor will not retain any copies of any of these documents. n. All additions to, or modifications of, this agreement must be in writing and signed by both parties. o. This agreement is made under, and shall be governed by, the laws of the United States. PERIOD OF PERFORMANCE Period of Performance: Base Year 10-01-2018 to 09/30/2019 Option year I 10-01-2019 to 09-30-2020 Option year II 10-01-2020 to 09-30-2021 Option year III 10-01-2021 to 09-30-2022 Option year IV 10-01-2022 to 09-30-2023 3.1 FEDERAL HOLIDAYS The contractor shall not be required, nor is authorized to perform any work on the following U.S. Government Federal holidays: New Year s Day, Martin Luther King Jr s Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day. RULES AND REGULATIONS 4.1 Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures as outlined in the site regulations. 4.2 The Contractor shall be responsible for the acts and omissions of all its employees and subcontractors, their agents and employees and all other persons performing any of the work under a contract with the Contractor. 4.3 Invoicing: Payment for all services will be made monthly in arrears upon receipt of an itemized invoice containing the following information: VA Contract Number / Obligation Number Company Name and Address Invoice Date Invoice Number (Note: Each Invoice must have a different Invoice Number) Dates of Services performed Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the invoice. Name, title and phone number of company point of contact to notify in case of a defective invoice. vii. FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017), applies to this solicitation. The following provisions are added as addenda: 52.217-5 Evaluation of Options (JUL 1990) 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) 852.270-1 Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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. Technical Submit Plan for ensuring backup coverage Past Performance: Submit three At least 3 references. Technical and Past Performance when combined are more important than price. If offerors are all rated equal for 1 & 2 then price will be determinate factor Submission of Offers: Offers are due no later than September 27, 2018 by 4:00 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov The email subject line must contain the following: Quote in Response to 36C10E19Q00004, Pre-Sort Mail Services for Buffalo NY 14202. Offers shall be based on the requirements of the request for quotation and must contain the following: A cover page including the following information: Business Name, Socioeconomic category (i.e. SDVOSB, VOSB), Address, DUNS Number, Name, Phone number, and email address for the Primary Point of Contact, Tax Identification Number (TIN). Detailed information showing the specifics of the proposed equipment and monitoring/reporting platform. A completed price schedule in the format as provided in the attachment. Acknowledgement of any amendments (if applicable). Solicitation Questions: Questions of a technical nature shall be submitted to the Contracting Officer in writing via e-mail. No phones calls will be taken. Oral questions of a technical nature are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is September 17, 2018 by 4:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Amendments: Amendments to this solicitation will be posted at http://www.fedbizopps.gov(FBO). Paper copies of the amendments will NOT be individually mailed. By registering to receive notifications on FBO, offerors will be notified by email of any new amendments that have been issued. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Failure to acknowledge an amendment may result in your offer being considered unacceptable. viii. FAR 52.212-3, Offeror Representations and Certifications -Commercial Items (NOV 2017) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the SAM website access through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs N/A. ix. FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) applies to this solicitation. The following provisions clauses are added as addenda: 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/ (End of Clause) 52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (JAN 2017) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) years. 52.227-14 Rights in Data-General (MAY 2014) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (SAM) (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.246-4 Inspection of Services Fixed Price (AUG 1996) 52.252-6 Authorized Deviations in Clause (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.273-74 Award without Exchanges (Jan 2003) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service Disabled Veteran Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.252-70 Solicitation Provisions or Clause Incorporated by Reference (Jan 2008) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71 Inspection (JAN 2008) (End of Addendum to 52.212-4) xii. 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items (JAN 2017), applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph a clause applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.233-1 Disputes (May 2014) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (Alt.I) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Truck Driver $20.55 (End of clause) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) xiii. Additional Contract Requirements or terms and conditions: None xiv. Defense Priorities and Allocations Systems and assigned rating: N/A xv. Offers are due no later than September 27, 2018 by 4:00 PM EST. Offers shall be submitted electronically to Raymond.tracey@va.gov. The email subject line must contain the following: Quote in Response to 36C10E19Q0004, Pre-Sort Mail Services, RO 307, Buffalo NY 14202. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of the required information or the providing of inadequate or unclear information may result in the offer being considered unacceptable. Federal Acquisition Regulations require that federal contractors register in the System for Award Management (SAM) database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. For additional information, please contact the Contracting Officer, Raymond Tracey at (716)-430-4684, or via e-mail to raymond.tracey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E19Q0004/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E19Q0004 36C10E19Q0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589588&FileName=36C10E19Q0004-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4589588&FileName=36C10E19Q0004-000.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: Department of Veterans Affairs;Buffalo VA Regional Office;130 South Elmwood Avenue, Suite 601;Buffalo, NY
Zip Code: 14202
 
Record
SN05085084-W 20180914/180912230819-2368172c99e9931a49111dc772c69038 (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.