Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
MODIFICATION

R -- Technician Support Position

Notice Date
9/9/2019
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA252119QB094
 
Archive Date
9/25/2019
 
Point of Contact
Jason Daniel Pominski, Phone: 3214946292, Jose L. Plasencia, Phone: 321-476-4022
 
E-Mail Address
jason.pominski@us.af.mil, jose.plasencia.2@us.af.mil
(jason.pominski@us.af.mil, jose.plasencia.2@us.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-19-Q-B094 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01; Effective 20 Dec 2018. This is a 100% Total Set-Aside for Economically Disadvantaged Woman Owned Small Businesses. The North American Industry Classification System (NAICS) code for this project is 561110 with a size standard of $8.0M. DESCRIPTON OF REQUIREMENT: Services, Non-Personal. Contractor to provide all labor necessary to provide technician support for the Airman & Family Readiness Center (A&FRC) to include: managing, scheduling and operating the Webinar system in support of classes and programs; computer support on the use of GotoWebinar, MS Office Suite products, data entry as required to maintain currency within the Air Force Family Integrated Result Statistical Tracking (AFFIRST) database system and other web applications specified by Air Force; coordination of A&FRC staff marketing requests to support programs and services; coordination of required actions with the on-base organizations to obtain marketing resources. All work shall be performed in accordance with the Performance Work Statement (PWS). PERIOD OF PERFORMANCE: Performance period for this contract will be for one year. BID SCHEDULE. The bid schedule is as follows: CLIN Description Qty Unit Unit Price Total Amount 0001 Technician Support Service 12 Mo. Reference the PWS for additional details and requirements. INSTRUCTIONS TO OFFERORS/VENDORS. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." Paragraph (c) first sentence revised as follows: "The offeror agrees to hold the prices in its offer firm until 30 Sep 19." QUOTE(S) DUE DATE/TIME: 3:00 PM EST on Tuesday, 10 Sep 19 EMAIL QUOTE(S) TO: jason.pominski@us.af.mil ALL QUOTES MUST BE SENT TO THE EMAIL ADDRESS AS STATED ABOVE. STRICT ADHERENCE TO THE INSTRUCTIONS IN THIS NOTICE ARE REQUIRED OTHERWISE YOUR SUBMISSION CAN AND WILL BE CONSIDERED NONRESPONSIVE. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. QUESTIONS: All questions regarding this solicitation shall be emailed to the POC identified above by 3:00 PM EST on 05 Sep 19. Quotes should be broken down into three separate volumes: 1. Technical - Not to exceed 5 pages. Submit a narrative detailing a plan or approach to meet the Government's stated requirements. This narrative shall addresses all requirements identified in the PWS and demonstrate a through understanding of the work to be performed. 2. Price - Not to exceed 1 page. Pricing should be broken down per month and include the overall annual price. 3. Past Performance - Not to exceed 5 pages. Submit evidence of successful past performance including point of contact information (e.g. customer surveys, past performance questionnaire replies, Contractor Performance Reporting System (CPARS) printouts, etc.) for up to 3 prior contracts/orders for similar work performed within the past 3 years. If no previous past performance information for similar work is available, state so accordingly. Additionally, provide the following information as part of your quote: Company Name: DUNS Number: Cage Code: Number of Employees: Total Yearly Revenue: Note: The information required above is to determine size of business. Estimated Delivery Time (if applicable): Payment Terms (Net 30 or otherwise as applicable): Note: Advance payment/financing is NOT available for this requirement. Warranty (if applicable): FOB (Destination or Origin, if applicable): Shipping Costs included? (Yes or no, if applicable): EVALUATION CRITERIA/BASIS FOR AWARD. FAR provision 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) 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: (i) Technical - Technical shall be rated as acceptable or unacceptable. Technical acceptability will be determined based on an offeror's stated capabilities to meet all requirements identified in the PWS as part of their quote. Failure to provide a plan or approach that addresses all requirements identified in the PWS will render the quote technically unacceptable. (ii) Price - Price shall be broken down per month and include annual total. (iii) Past Performance - Past performance shall be rated as acceptable or unacceptable. Acceptability will be determined based on an offeror's satisfactory record of past performance. Information being reviewed can include: up to 3 offeror-submitted records of past performance; information found in the Governmentwide Past Performance Information Retrieval System (PPIRS); Contracting Officer's knowledge of and previous experience with the service being acquired; and, any other reasonable source of information. Lack of past performance will be treated neither favorably nor unfavorably. Any record of unsuccessful or unsatisfactory performance will render a past performance rating of unacceptable. Technical and Past Performance when combined are equal when compared to price. IAW FAR 13.106 the basis of award will be as follows: After preliminary consideration of all quotations to determine responsiveness and responsibility, award will be made to the lowest priced quote determined to be technically acceptable with acceptable past performance. The government intends to award without discussions, but reserves the right to seek clarification on information submitted or hold discussions, if in the government's best interest. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR provision 52.204-7 - System for Award Management (Oct 2018) applies to this acquisition: All companies must be registered in the System for Award Management at https://www.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award. FAR provision 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) applies to this acquisition: (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 18), with its Alternate I (Oct 14), applies to this acquisition. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 2019), applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable and must flow down to any subcontracting opportunity in regards to this contract: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18) 52.222-17 Nondisplacement of Qualified Workers (May 14) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-50 Combating Trafficking in Persons (Jan 19) 52.222-55 Minimum Wages under Executive Order 13658 (Dec 15) 52.222-62 Paid Sick Leave under Executive Order 13706 (Jan 2017) (E.O. 13706) 52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (May 14) The following clauses and provisions are also applicable to this requirement: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-13 System of Award Management Maintenance (Oct 18) 52.204-14 Service Contract Reporting Requirements (Oct 16) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 14) 52.204-20 Predecessor of Offeror (Jul 16) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.204-22 Alternative Line Item Proposal (Jan 17) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporation-Representation (Nov 15) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 19) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) 52.219-1 Small Business Program Representations (Oct 14) 52.219-28 Post Award Small Business Program Re-representation (Jul 13) 52.219-29 Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEVIATION 2019-O0003) (Dec 2018) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-22 Previous Contracts and Compliance Reports (Feb 99) 52.222-25 Affirmative Action Compliance (Apr 84) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-41 Service Contract Labor Standards (Ag 18) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 14) 52.222-50 Combating Trafficking in Persons (Jan 19 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services - Requirements (May 14) 52.222-54 Employment Eligibility Verification (Oct 15) 52.223-5 Pollution Prevention & Right-To-Know Information (May 11) 52.223-6 Drug-Free Workplace (May 01) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.223-22 Public Discourse of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 16) 52.224-1 Privacy Act Notification (Apr 84) 52.224-3 Privacy Training (Jan 2017) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications (Jun 19) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.223-22 Public Discourse of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 16) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.239-1 Privacy or Security Safeguards (Aug 96) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 13) 252.204-7000 Disclosure of Information (Oct 2016) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 DoD Antiterrorism Awareness Training for Contractors (Feb 2019) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000 Contractor Access to Air Force Installations (Nov 12) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment Contractor Access to Air Force Installations - Additional Requirements (a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data. (b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier. (c) Unescorted Access to Installations: (1) To request access to Patrick AFB, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "45th Security Forces Pass & Registration Badging Request Form". (2) To request access to Cape Canaveral AFS, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "CCAFS Badging Request Form". (3) Contractor personnel must complete and sign the applicable form cited above before the required background check (see d. and e. below) can be performed. (d) All personnel entering Patrick AFB and Cape Canaveral AFS must provide two forms of identification (one must be a photo ID) as required by AFI 10-245, and have a background check. (1) For unescorted entry into non-restricted areas of the installations, personnel must obtain, from AF security personnel, favorable National Criminal Information Center (NCIC) check, and have complete social security employment verifications prior to being issued badges (to include temporary passes. (2) Prior to being issued restricted area badges for unescorted entry into restricted areas of the installations, U.S. citizens working as contractor employees must obtain a favorable National Agency Check (NAC). (3) All required information shall be provided to support background checks, and citizenship verification (i.e., birth certificate, passport, voter registration card, resident alien card, or certificate of naturalization). (e) Escorted Access-Temporary Passes: Personnel may receive a temporary pass, Air Force Form 75/Visitor and Vehicle Pass, for no more than 30 total days in one 365 day period. This pass is issued without a criminal background check, but requires a Wants & Warrants check. Persons with temporary passes receive escorted access rights only, i. e.; they must be escorted at all times by an escort official. Escorted personnel must be with their escort official (the escort official must be in plain view) at all times while on the installation. (f) Personnel Background Checks (1) The 45th Security Forces will conduct the background check at no cost to the applicant. Refusal to submit to the background check will result in denial of access. Applicants shall be denied installation access based on an arrest record including, but not limited to the following crimes: (i) Murder (ii) Manslaughter (iii) Rape (iv) Aggravated Assault (v) Burglary (vi) Arson (vii) Other forms of Sexual Assaults (lewd, malicious acts to a child, etc.) (viii) Any other felony (ix) Outstanding warrants (x) Misdemeanor convictions less that 5-year involving moral turpitude offenses (theft, worthless checks, etc.) (xi) FBI Terrorist Watch List (2) Individuals who do not meet the criteria for unescorted base access may still be granted escorted access on a case-by-case basis. The determination will be made based on the results of the background investigation, totality of the criminal record and the types of crime reported. (3) Individuals may appeal denial of escorted/unescorted installation access through the Security Forces. It shall be the responsibility of the applicant who is denied access to submit supporting documents such as court, police or arrest records, evidence of community involvement, letters of recommendation to the denial authority for reconsideration. (4) For the purposes of this policy, convictions are considered to include the following: Guilty verdicts or a Nolo Contendere plea, disposition of cases resulting in deferred adjudication or pretrial diversion and expunged offenses resulting in convictions of crimes enumerated in subparagraph (e)(1) above. (5) Contractors should allow 14 days for background checks to be finalized. The contractor should provide the required form (see c. above) for each of its personnel to the government 14 days before the contract start date whenever possible. Background checks cannot be performed from only a list of names. (g) The Government will not be held responsible for contractual impacts or delays caused by the contractor's failure to take prompt action in providing the required information and documentation to obtain access to Patrick AFB andCape Canaveral AFS. (End of clause) 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel (Nov 12) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) The unclassified environment; or (ii) The classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.223-9001 Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Attachments: (3) 1. Performance Work Statement - AFRC Technician Support Position; Pages: 4 2. Wage Determination; Pages: 11; Edition: 26 Dec 2018 3. 45 SFS Badge Request; Pages: 2 Description Edit: 28 Aug 2019. Changed Set-aside from WOSB to EDWOSB as per SBA coordination. Performance Work Statement Edit: 28 Aug 2019. Changed service hours from 730am-430pm Monday to 730am-430pm Monday-Friday as per Customer coordination. Document upload Edit: 28 Aug 2019. Uploaded Performance work statement- Technician Support to take the place of AFRC Technician Support Position-Peformance Work Statement Document upload Edit: 30 Aug 2019. Uploaded new Wage determination file. Orginial file had a Occupation Code-title wage incorrectly highlighted. New file has no Occupation Code-title wage higlighted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252119QB094/listing.html)
 
Place of Performance
Address: 842 Falcon Avenue, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN05437232-W 20190911/190909231202-ec04899c9a124daa7f74f71cc02bc534 (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.