Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2021 SAM #7195
SOLICITATION NOTICE

J -- Security Cameras-Surgery & Radiology

Notice Date
8/11/2021 3:55:42 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q1206
 
Response Due
9/8/2021 10:00:00 AM
 
Archive Date
09/23/2021
 
Point of Contact
Peter Kim, Contracting Officer, Phone: (562) 766-2203
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA San Diego Security Surveillance Cameras 1.B. Project Location: VA San Diego Medical Center, 3350 La Jolla Village Drive, San Diego, CA 92161 1.C. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26221Q1206. 1.D. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.E. Applicable NAICS code: 561621, Security Systems Service (except Locksmith) 1.F. Small Business Size Standard: $22 Million 1.G. Type of Contract: Firm Fixed Price 1.H. Period of Performance: 120 days from award 1.I. Wage Determination: SCA WD 2015-5635 R16 2. Key solicitation milestones are: 2.A. A site survey will be conducted at 3pm Tuesday, August 24, 2021. Participants will meet next to the Starbucks in the front lobby of Bldg 1, 3350 La Jolla Village Drive, San Diego, CA 92161. Participants must wear masks and practice social distancing. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. The site survey is not mandatory. 2.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Monday, August 30, 2021. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://beta.sam.gov/. 2.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Wednesday September 8, 2021 to peter.kim33@va.gov. Ensure the following are completed and/or included in the offer packet: 2.C.1. Vendor Information 2.C.2. Acknowledgement of amendments 2.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 2.C.4. Schedule of services 2.C.5. List of references for projects similar in size and scope where you have performed security component installation in a healthcare environment during the last 3 years 2.C.6. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 3. BACKGROUND. The VA San Diego currently has a security surveillance camera system installed in many areas throughout the Medical Center. These cameras are an invaluable tool, which allows VA San Diego to offer a higher level of safety and security to the patients, visitors and staff who choose to use the VA Health Care System for their healthcare needs. VASD has a requirement to replace and add new systems in the surgery and radiology departments. 4. SCOPE. This requirement is for the procurement, installation configuration, and certification of Motorola Avigilon or equivalent security surveillance cameras and a network video recorder at locations identified by the VA San Diego. The contractor shall provide all equipment, tools, labor, supervision, material, and technical expertise to replace and add new components to the existing security camera system to create a seamless integrated system. 4.a. The project will be in two areas of the hospital, the surgery department and the radiology department. 4.a.1. The Surgery department requires cameras for each Operating Room which is currently the standard in most facilities, to allow the charge nurse to monitor all OR s, call for next patient in advance when OR cases are concluding, see if a team needs additional personnel or assistance, and inform EMS teams to clean a room. 4.a.2. The Radiology department needs cameras and a network video recorder to monitor operations more efficiently and safely within their department. The cameras and network video recorder must be compatible with the existing surveillance system and not interfere with the quality of the medical images being produced in the Radiology Department. 4.b. All work shall be in accordance with manufacturer specification, applicable VA Technical Information Library (TIL) guidelines, and any system configuration guidance necessary for operation. The contractor must have VA OI&T approved documents that are compliant with VA Directive 6550 for the equipment provided. Compliance of the VA Directive 6550 is required when dealing with private information. 4.c. The period of performance shall be 120 days after notice to proceed. All work will be completed after normal duty hours beginning at 6pm and ending before 4am PST. If an emergency occurs and VA San Diego needs access to space of which contractors are working, vendors must exit the area immediately. 5. SPECIFIC REQUIREMENTS 5.a. The contractor shall provide a work plan within 30 days of award to the station POC. The plan must identify infection prevention control measures and the proposed sequence of work. 5.b. The contractor shall follow facility guidelines and the Technical Information Library https://www.cfm.va.gov/til/ for all work performed. 5.c. Contractor shall conduct site preparation to include set up of barriers for any breach of walls, and ceiling barriers at any location where dust generation activities may occur due to installation of security cameras. 5.d. All spaces and rooms being worked in will be clean and empty when work is completed for the day. Ceiling or wall penetrations must be covered in an approved sterile manner prior to work being completed for the day. 5.e. A containment cube must be used when walls or ceilings are penetrated. Access to a containment cube can be schedule through the Engineering Structural Shop. Following the use of containment cubes, they must be terminally cleaned and returned to the Engineering Structural Shop. The VA POC will assist the vendor getting in touch with the Engineering Structural Shop. 5.f. Prior to entering sterile areas of the OR, all individuals are required to gown in up the following Personal Protective Equipment (PPE): fluid-repellent spun bond material shoe cover, Uline deluxe protective clothing, surgical mask, and hair net. Vendor shall provide and dispose of Personal Protective Equipment (PPE). 5.g. Contractor shall implement and maintain infection control measures for the duration of the project including site construction barriers, negative pressure measures. Construction barriers shall be in accordance with VASDHS Infection Control Risk Assessment. 5.h. Upon completion of work, Contractor shall leave the work site in a clean and orderly condition. 5.j. Installation 5.j.1. Installation of security cameras includes running of required CAT6A cabling, cable management, connection of cameras to required power, connection to identified switch, cameras firmware upgrades, and IP configuration. 5.j.2. Installation must be in accordance to manufacturer specification, applicable VA Technical Information Library (TIL) guidelines, and any system configuration necessary for operation. Equipment to be installed includes a variety of IP security surveillance cameras, PoE Injector, cat 6a cable, patch panels, and panel managers. 5.j.3. All additional equipment, necessary labor, supervision, and material required to complete the project will be the responsibility of the contractor to procure. 5.j.4. Contractor shall install all devices, cables and system accessories in accordance with the manufacturer s specifications. Software for the system shall be provided by the government. 5.j.5. The security system shall be installed and tested to ensure all components are fully compatible with existing components and can be integrated with all associated security subsystems. 5.j.6. Ceiling Mounts: 5.j.6.1. Enclosure and mount shall be installed in a finished or suspended ceiling. 5.j.6.2. The enclosure and mount shall be fastened to the finished ceiling and shall not depend on the ceiling tile grid for complete support. 5.j.6.3. Suspended ceiling mounts shall be low profile and shall be enable ceiling tiles to be replaced without affecting camera installation. 5.j.7. Wires and cables installed shall be carried in an enclosed conduit system. All conduits will be sized and installed per the National Electrical Code (NEC). All conduit, pull boxes, and junction boxes shall be clearly marked with colored permanent tape or paint that will allow it to be distinguished from all other conduit and infrastructure. 5.j.8. At all locations where there is a wall penetration or core drilling is conducted to allow for conduit to be installed, fire stopping materials shall be applied to that area to seal the opening. 5.j.9. The contractor shall re-cable existing cameras to identified network switch if needed. 5.k. Contractor shall perform any configurations to the system, if necessary, to ensure the camera functions as intended. Configuration includes updating the camera firmware, changing the view of the camera if requested, and modifying the cameras network information. 5.l. The security system shall be installed and tested to ensure all components are fully compatible as a system and can be integrated with all associated security subsystems 5.m. All existing equipment that has been identified for removal will be returned to the VA San Diego Biomedical Service. 6. PRODUCT DESCRIPTION AND QUANTITIES Surgery Line Item Description/Part Number Quantity Unit 1 Plenum Cable 1 Cat 6a, plenum cable, blue 15,000 FT 2 * 4.0C-H5A-DC1-IR 20 EA 3 * 2.0 MP (1080p) WDR, LightCatcher, Day/Night,Outdoor Dome, 3.3-9mm f/1.3 P-iris lens, Integrated IR Next Gen Analytics 6 EA 4 * 3x 8 MP, WDR, Light Catcher, 4mm Camera Only, 20C-H4A-4MH-360 1 EA 5 * ACC 7 Enterprise Edition camera license 27 EA 6 * Outdoor surface mount adapter, H4AMH-DO-COVR1 1 EA 7 * Outdoor surface mount adapter, H4AMH-DO-COVR1 1 EA 8 * IR Illuminator Ring, up to 30m (100ft), for use with H4AM, H4AMH-AD-IRIL1 1 EA 9 Misc parts for mounting cameras 27 EA 10 Installation for 27 cameras and IP Configuration 27 JB 11 * Panduit Horizontal Cable Manager MFG# WMP1E 1 EA 12 * Panduit Mini-Corn Jacks MFG# CJ688TGRD-24 2 EA 13 55 4K Conference Room Monitor with Mount 1 EA Radiology Line Item Description/Part Number Quantity Unit 1 * 4.0C-H5A-DC1-IR; 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling, Dome, 3.3-9mm f/1.3 P-iris lens, Integrated IR, Next-Gen Analytics 15 EA 2 * 3x 3 MP, WDR, LightCatcher,2.8mm,Camera Only 5 EA 3 * Fisheye Camera,LightCatcher,Day/Night, 1.45mm f/2.2,Integrated IR 2 EA 4 * ACC 7 Enterprise Edition camera license 22 EA 5 Cat 6a, plenum cable, blue 5000 FT 6 * HD NVR4 PRM 64TB 2U Rack Mnt, Windows Server 2016 1 EA 7 Misc parts for mounting cameras 22 EA 8 * 4.0 MP WDR, LightCatcher, Day/Night, In-Ceiling, Dome, 3.3-9mm f/1.3 P-iris lens, Integrated IR, Next-Generation Analytics 9 EA 9 * 4x 3 MP, WDR, LightCatcher, 2.8mm,Camera Only 1 EA 10 * ACC 7 Enterprise Edition camera license 10 EA 11 Cat 6a, plenum cable, blue 3500 FT 12 Misc parts for mounting cameras 10 EA 13 * Door Intercom Integration 3.0 MP,H4 Video Intercom, WDR, LightCatcher,Day/Night, 1.83mm f/2.4, Integrated IR, Recessed Mount 1 EA 14 Door Intercom Integration Safety Relay for H4 Video Intercom 1 EA 15 Door Intercom Integration Cat 6a,plenum cable, blue 500 FT 16 * CT Waiting Area 4.0 MP WDR,LightCatcher, Day/Night, In-Ceiling Dome, 3.3-9mm f/1.3 P-iris lens,Integrated IR, Next-Generation Analytics 2 EA 17 * CT Waiting Area ACC 7 Enterprise Edition camera license 2 EA 18 CT Waiting Area Cat 6a, plenum cable, blue 500 FT 19 CT Waiting Area Misc parts for mounting cameras 3 EA 20 Project Management Training 1 JB 21 Project Management CAD Full drawings 1 EA 22 Installation & Configuration of 35 cameras and 1 network video recorder 1 JB 6.a. SALIENT CHARACTERISTICS 6.a.1. Line items annotated with a * shall be Motorola Avigilon or equivalent. 6.a.2. Any new components must be compatible with and integrate into the existing security monitoring system without any additional programs or applications. 6.a.3. Must have the invisible Infra-Red (IR) LED Light. No visible glow to generate attention. 6.a.4. Must provide clear image detail in areas with low lighting because some of the rooms which will have cameras installed in them do not have adequate lighting 6.a.5. Must provide unusual activity detection notifies viewer of unusual speed/location of people. 6.a.6. Must be water and impact resistant. 6.a.7. Must have a wide screed range for both bright and dark areas. 6.a.8. Does not require a separate encoder purchase for analog cameras. 6.a.9. Must have a variety of viewing capabilities, allowing users to view live video, view the security system using a mapping interface and view video on alarm events. 6.a.10. Must have a remote client configuration capability. 6.a.11. Must have access to the security system from multiple client platforms Web Browser and via Windows clients. 6.a.12. Must have a Dynamic Resolution Scaling. 6.a.13. Cameras must be preloaded with their proprietary software that is compatible with Network Video Records running Avigilon Control Center. 6.a.14. Must provide a door intercom with camera to allow for simultaneous video and audio use with remote door open and close access 6.a.15. All material shall be new products; refurbished products will not be accepted. 7. DELIVERABLES 7.a. Shop drawings of the new system shall be provided to the winning offeror (cable runs & equipment locations within the designated areas) prior to the start of installation. The contractor will have a meeting with the VA POC to review the shop drawings and system layout prior to the start of work. 7.b. The contract shall provide a project schedule within 30 calendar days of award. 7.c. The contractor shall provide As Built drawings of the installation in full size drawings and electronic format in PDF format at the end of the project. 7.d. Contractor shall provide two days of onsite training on the use of the security system. 7.d.1. One day of training Monday-Friday between 8:00 AM -4:00 PM and. 7.d.2. One day of training Monday-Friday 3:30 PM-Midnight 7.d.3. The training location is at the VA San Diego Medical Center and each training will have around 45 staff members on the use of the Surveillance System. 7.d.4. The contractor will coordinate the training with the VA Point of Contact (POC). 7.e. The contractor shall provide complete manufacturer s product specifications and documentation. 7.f. The contractor shall provide standard warranty for all products, as well as installation. 8. Contractor Qualifications. Potential contractors must submit the following information as part of their offers. 8.a. Asbestos 16 hour O&M Certifications and Respiratory Fit Certifications must be presented for all employees intended to work on-site. 8.b. Contractor shall be licensed, qualified, and certified to meet all EPA regulations under National Emission Standards for Hazardous Air pollutants-NESHAPS and all applicable federal, state, and local regulations. Above certifications must be provided to VA POC. 8.c. Contractor must have 30 hours OSHA training for Project manager/Leader and 10 hours OSHA training for each contractor s employee. Contractor must indicate in the proposal that they meet all OSHA training requirement and certifications shall be submitted to Contracting Officer before starting the job. 9. GENERAL REQUIREMENTS 9.a. Rules of the Station: Contractor shall comply with all rules of the facility, including security badging, non-smoking and privacy, and reporting to the station POC upon arrival at the facility. 9.b. Smoking Policy. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 9.c. Contractor shall obtain a Contractor I.D. Badge from the VA police. All Contractor personnel are required to wear I.D Badge during the entire time on VA campus. 9.d. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the individual VA Healthcare System Police Station 9.e. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 9.f. Personnel Requirements: Refusal of Contractor s Personnel: The Government reserves the right to accept or reject Contractor s staff for the rendering of services. Complaints concerning Contract Personnel performance or conduct shall be dealt with by the Contractor, and/or the station POC with the final decision made by the Contracting Officer. 9.g. Performance Monitoring. The station POC will monitor contractor performance. The station POC will certify the work was done in accordance with the SOW. The station POC will inspect the system once the service has been completed and the system is returned to normal operation. The Contractor shall comply with all applicable regulations and guidelines of the Joint Commission (JC), Occupational Safety and Health Administration (OSHA), California Public Utility Commission and/or any other pertinent federal, state, and local policies relating to the herein mentioned work. All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement to patient or Government-owned property, equipment and facilities. The Contractor shall report any damage caused by the Contractor personnel to the COR. The Contractor shall replace items or repair property, equipment or facilities to previous condition, if the Contractor is determined to be at fault for the damage. 9.h. Work Hours: All work shall be done between the hours of 6pm and 4am. 9.h.1 The contractor is not required to provide service on the following National holidays, nor shall the contractor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 9.j. Changes to contract: Only those services specified herein are authorized. The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. Changes to the contract are not authorized and reimbursement shall not be made for any work services performed outside the scope of this contract, unless prior authorization is obtained in writing from the Contracting Officer. 9.k. Safety 9.k.1. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 9.k.2. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 9.k.3. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, NFPA 99, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 9.k.4. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 9.k.5. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the station POC may issue an order stopping all, or any part, of the work. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 9.k.6. Contractor must maintain Medical Center fire barriers in accordance with NFPA. This includes maintaining integrity of all fire-stop assemblies when penetrated by cable, wires, and pathways. All fire-stopping shall comply with local Engineering requirements and applicable codes. Engineering and Safety will approve fire-stopping material and installation for each location. The contractor will provide the locations for the fire-stopping in each of the above ceiling permits for Engineering to inspect when complete. 9.k.7. Contractor must comply with requirements specified in ICRA for areas of this project. Temporary walls are required around the working area if the job site is close to or inside the clinical area or VA employees working space. 9.k.8. Contractor is required to follow the Hospital Infection control policy at all times when working in the Hospital. The infectious control policy will be presented to the contractor at pre-start safety meeting with safety and infectious control staff. It will also be detailed for each area in the ICRA plan. This is not only to protect the patients, employees and visitors but also to protect the contractor while he/she is working at VA Long Beach Healthcare System. 9.k.9. Contractor is required to obtain the Above Ceiling Permit and ICRA at Hospital s Safety Office. Infection Control Class will be classified base on the job site and environment around it. The locations above in this SOW will fall in between Class I (lowest) to class III (highest). See below for Class I, II, and III requirements: 9.k.9.a. CLASS I: - Execute work by methods to minimize raising dust from construction operations. - Immediately replace any ceiling tile displaced for visual inspection - Minor Demolition for Remodeling 9.k.9.a. CLASS II: - Use an EC unit or a plastic barrier (with zipper) sealed to floor and ceiling tile. - The entire opening must be enclosed. - Use a HEPA vacuum to clean tops of tile (in ceiling space) in enclosed work area. - Use a HEPA vacuum when making penetrations in walls to control any dust. 9.k.9.a. CLASS III: - Use an EC unit or a plastic barrier (with zipper) sealed to floor and ceiling tile. - The entire opening must be enclosed. - Use a HEPA vacuum to clean tops of tile (in ceiling space) in enclosed work area. - Use a HEPA vacuum when making penetrations in walls to control any dust. - Apply negative air to the EC unit or containment by means of HEPA filtered device. The HEPA filtered air outlet (exhaust) must be routinely checked for particulates. 9.l. Work may be conducted in areas identified as containing asbestos materials. Contractor shall therefore comply with the public laws and statutes including all changes and amendments of federal, state, and local environmental statutes and regulations governing asbestos containing materials (ACM). Floor plans will be provided to the vendor upon award by the VA Point of Contact (POC). 9.m. Insurance Coverage. 9.m.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 9.m.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 9.m.3. Within 15 days of the awarded contract, the Contractor shall furnish to the Contracting Officer certification from his/her insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished prior to the expiration date. 10. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 Effective July 12, 2021. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 10.a. FAR 52.212-1, Instructions to Offerors Commercial Items 10.b. FAR 52.212-2, Evaluation Commercial Items 10.c. FAR 52.212-4, Contract Terms and Conditions Commercial Items 10.d. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 10.e. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 10.f. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 10.g. FAR 52.233-2, Service of Protest 10.h. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 10.j. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 10.k. VAAR 852.233-71, Alternative Protest Procedure 10.l. VAAR 852.237-70, Contractor Responsibilities
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7393b79e4eda45e7b50bc2a1400d92cb/view)
 
Place of Performance
Address: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN06093172-F 20210813/210811230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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