Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2022 SAM #7414
SOURCES SOUGHT

T -- Video Streaming and Production Services

Notice Date
3/17/2022 2:43:51 PM
 
Notice Type
Sources Sought
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX22Q0064
 
Response Due
3/24/2022 8:59:00 AM
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@army.mil
(nicole.g.hernandez2.civ@army.mil)
 
Description
(1) Action Code�:����� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date�:������� 17 March 2022�������� (3) Classification Code�: T016������ (4) NAICS Code:����� 512110���������� (5) NAICS Size Standard: $35,000,000.00 (6) Contracting Office Address:���� 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject:� Sources Sought for Video Streaming and Production Services (8) Proposed Solicitation Number:� W911QX22Q0064 (9) Sources Sought Closing Response Date: 24 March 2022 (10) Contact Point: Nicole Hernandez Contract Specialist, nicole.g.hernandez2.civ@army.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. BASIC PERFORMANCE WORK STATEMENT (PWS) (DRAFT) Video Production and Video Streaming C.1 PURPOSE The purpose of this effort is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) single award contract vehicle under which individual Task Orders (TOs) can be issued to support the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). C.2 BACKGROUND C.2.1 The DEVCOM ARL is the Army's corporate, or central, laboratory. Its diverse assortment of unique facilities and dedicated workforce of government and private sector partners make up the largest source of world-class integrated research and analysis in the Army. C.2.2 By combining its in-house technical expertise with those from academic and industry partners, ARL is able to maximize each dollar invested to provide the best technologies for our Soldiers. ARL also applies the extensive research and analysis tools developed in its direct mission program to support ongoing development and acquisition programs in the Army Futures Command, Program Executive Offices (PEOs)/Program Manager (PM) Offices and Industry. C.2.3 Once a partnership or internal requirements are identified, meetings to enhance development between stakeholders in academia, industry and government agencies are needed. The following Performance Work Statement (PWS) outlines the items required for the successful execution of such videos and streaming support needed to enhance the development between stakeholders, industry and government agencies. C.2.4 The streaming and video production highlights the achievements and exceptional research work done by the ARL staff for the benefit of the American Soldier. Streaming and video production allows the public, DOD and our partners to see firsthand the work that�s being accomplished by ARL. C.3 SCOPE The objective of this subject PWS is to provide details of the required effort through which the Army can facilitate video production and video streaming. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to perform Streaming and Video Services as defined in this PWS except for those items specified as government furnished property (GFP) and services. The Contractor shall perform to the standards outlined in this contract. C.4 TECHNICAL REQUIREMENTS The following paragraphs outline the video streaming and video production requirements for accomplishing the purpose and scope of this effort. Under this contract, the Government may issue individual TOs for efforts provided below. Specific technical requirements will be identified in each individual TO. C.4.1 Video Streaming Events C.4.1.1 The contractor shall develop complete video streaming events to capture video and audio for live transmission or recording to air at a later date. Streaming events could be Live, Virtual or Hybrid and either be in meeting, collaboration or hybrid style. A Live event is in person and typically all participants are physically present in one location and streaming is a way to include a larger audience.� Virtual is where everyone is geographically dispersed, with Hybrid being a mix of the two. Typical style can be where everyone can talk and share content openly with limited moderation to everything being moderated and permissions are assigned to specific users for a specific period of time to a combination of the two.� C.4.1.2 The contractor shall allow for these video streaming event(s) to be streamed to the World Wide Web (WWW) on either a contractor supplied commercial URL that utilizes a video content distribution network and that allows for copy-righted material and would not have ads/suggestions, or government furnished URL that enables viewing of the stream. C.4.1.2.1 When using non-government URL space, the contractor shall: Provide the following usage statistics: User count IPs Regional counts Successful / Unsuccessful loads Provide the capability to handle at a minimum four hundred (400) concurrent users, not to exceed 20,000 users based on the specific event type. Provide web development and design expertise that includes, but is not limited to: PowerPoint conversion to PDF Graphics for the web page Elements such as Ask Questions, FAQ, Help links, etc. Site should meet all industry standards and DOD recommendation in web design and meet applicable compliance issues. Ability to build page and host in .COM realm when government .MIL realm doesn�t support an event. C.4.1.2.2 Provide Streaming event expertise and the capability for breakout rooms/sessions, lobbies, and/or other virtual holding areas. When deciding on the platform, requirements include the sharing of and downloading of content used. The Contractor shall provide platform options to use for a streaming event for the Government to choose from prior to issuing a quote, to include Government Furnished Equipment (GFE) platforms such as MS Teams. C.4.1.2.3 The Contractor shall provide support services from a government facility when applicable when the event is local and virtual support is not sufficient. Onsite means government facility. Offsite means any location outside of a government facility. C.4.1.3 The Government will provide a written description of the work outlining overall concept, travel requirements, and expected length. Quotes shall be provided to the Government with platform options to choose from, and once a platform option is selected, the contractor shall provide price quotes in accordance with TO PWS�s for video streaming within one (1) business day of receipt of requirement. These quotes shall include all proposed labor categories, proposed hours, proposed materials, and all proposed travel to be approved by the TO�s Contracting Officer�s Representative (COR). C.4.1.4 Streaming events described in the TOs shall be subject to the following production requirements: C.4.1.4.1 Estimated length of the videos from 15 minutes � eight (8) hours depending on the subject matter of the product and will be determined in individual TOs. C.4.1.4.2 Original photography for video streaming shall utilize equipment equal to or better than High-Definition 1080P format and equal to or better than standards listed in Society of Motion Picture and Television Engineers (SMPTE) 274M-2008. SMPTE 274M is a standard published by SMPTE which defines the 1080-line high definition video formats including 1080p25 and 1080p30. It is frequently carried on Serial Digital Interface physical cables defined by the SMPTE 292M standard. C.4.1.4.3 Sound recording shall be accomplished with broadcast-quality equipment equal to or better than established broadcast standards. C.4.1.4.4 The contractor shall provide professional personnel to perform the required work. The contractor shall identify by name and labor category those individuals chosen to perform various production functions. Substitutions shall be submitted in writing and shall be subject to approval by the COR. Substitutes shall have at least the same qualifications as the person being replaced. C.4.1.4.5 Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. The government will provide as much notice as possible for these changes with a minimum of 24-hour notice for the change. C.4.1.4.6 Contractor shall provide all required production equipment, lights, cables, tie-ins and related accessories as determined in the TO PWS. C.4.2 Video Production Events C.4.2.1 The contractor shall create video products, video news releases, video feature packages, sizzle reels and corporate videos that meet industry standard formats for high-definition videos that include script development, interviews, b-roll, testing/research video and editing suite space. C.4.2.2 The contractor shall provide price quotes in accordance with TO PWS�s for video production within five (5) business days of receipt of requirement. These quotes shall include proposed labor categories, proposed hours, proposed materials, and all proposed travel to be approved by the TOs COR. C.4.2.3 Video Production events identified in TOs shall be subject to the following production requirements: C.4.2.3.1 Length of the videos shall be from 24 to 120 minutes depending on the subject matter of the product and will be determined in individual TOs. C.4.2.3.2 Distribution medium for these videos shall be identified in each TOs PWS. C.4.2.3.3 Original photography for video production shall utilize equipment equal to or better than High-Definition 1080P format and equal to or better than standards listed in SMPTE 274M-2008. C.4.2.3.4 Sound recording shall be accomplished with broadcast-quality equipment equal to or better than established broadcast standards. C.4.2.3.5 Editing shall be accomplished using broadcast quality non-linear editing equipment. C.4.2.3.6 Requirements for additional music, stock music, or sound effects shall be established in individual TOs PWS. C.4.2.3.7 The contractor shall provide professional personnel to perform the required work. The contractor shall identify by name and labor category those individuals chosen to perform various production functions. Substitutions shall be submitted in writing and shall be subject to approval by the COR. Substitutes shall have at a minimum, the same qualifications as the person being replaced. C.4.2.3.8 Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. The government will provide as much notice as possible for these changes with a minimum of 24-hour notice for the change. C.4.2.3.9 Contractor shall provide all required production equipment, lights, cables, tie-ins, and related accessories as determined in the TO PWS. C.4.2.3.10 The contractor shall deliver all of the original videography, edits and all other associated electronic media used in the production on a hard drive. The materials delivered on the hard drive shall be in their native format and at the highest resolution. C.4.2.4 Video Production events identified in TOs shall be subject to the following production schedules: C.4.2.4.1 The contractor and scriptwriter shall be required to attend a kick-off meeting as outlined in TO PWS. The COR will coordinate the date and time. The meeting is introductory in nature and will feature a review of specifications, identification of major participants and clarification of roles and responsibilities. C.4.2.4.2 Scripting and storyboarding shall be determined in individual TOs PWS. The contractor shall provide all materials, labor and travel expenses necessary to provide three (3) Approaches, a Treatment, a Draft Script and a Final Script with storyboards, if required by the government and Production Breakdown. The script shall be provided to the COR in Microsoft Word compatible format as an electronic mail attachment. C.4.2.4.3 The types of videography (i.e., live action, art/animation, stock visuals) will be specified in the approved script. All scenes designated �STOCK-GOV FURNISHED� or words to that effect will be provided to the contractor in as close to original quality as circumstances permit. All transfer of stock in original formats shall be transferred at the contractor expense. Original material shall be returned undamaged and unaltered in any form to the Government. The Contractor shall coordinate with the customer or other appropriate government agency to ensure availability of any item identified as Government Furnished Equipment (GFE) prior to including in Final Script. C.4.2.4.4 Minor changes in dialog and in visuals often occur during production to enhance the production value. Upon completion of the production, the contractor shall provide a copy of the as-produced script that reflects all changes made during the production. C.4.2.4.5 The contractor shall not proceed to Pre-production and Production until approval of shooting script and authorization by COR in writing is received. Proposal TO PWS for production cost shall include a government provide production plan format. (See Annex 1 for format) C.4.2.4.6 The contractor and COR may be required to conduct a pre-production site visit.�Dates and locations will be determined by the COR in coordination with the customer and contractor at the task order level. C.4.2.4.7 The contractor shall provide a daily shooting schedule to the COR by electronic mail attachment prior to location videography. C.4.2.4.8 Talent release(s) shall be obtained prior to taping by the contractor. The contractor shall deliver signed releases obtained from all persons recognizably photographed or recorded. Contractor shall deliver releases for use of private or commercial property and a copy of the music license for music used. Copies of DOD standard release formats for use with this project are incorporated in Attachment A. C.4.2.4.9 Agreed upon location videography dates and locations are subject to changes due to Government support/operating schedules. Contractor shall provide all production equipment, lights, cables, tie-ins, and related accessories. Equipment support vehicles, uniforms, properties, are to be furnished by the contractor. The government will provide as much notice as possible for these changes with a minimum of 24-hour notice for the change. C.4.2.4.10 Prior to First Edit, the contractor shall provide video samples of proposed animation sequences and complex graphics (including titles) for review and approval by the COR. This may be accomplished at the Contractor�s facility, by mail, by electronic transfer means, or overnight delivery service when required. C.4.2.4.11 The First Edit shall closely resemble the final product to include suggested music, sound effects, graphics and video. A Government representative may attend the editing session. An edit decision list (EDL) shall be generated for use with the final edit system. A DVD copy (or via DOD Safe Site: https://safe.apps.mil/) of the First Edit with time code for each scene displayed on screen (window dubs) shall be provided to the COR. The Government will review and provide written comments on the First Edit for doctrinal and informational accuracy as well as artistic acceptance, indicating any changes necessary or desired. These written comments shall be attached to the First Edit Approval Certificate. After Government review of the First Edit, additional changes in the narration, visuals, music, effects, and sound mixing may be required prior to proceeding to the Final Edit. C.4.2.4.12 After Government approval of the First Edit, the contractor shall proceed to the Final Edit. A Government representative may attend the final editing session. C.4.2.4.13 Upon completion and approval of the Final Edit, the contractor shall certify that the deliverable product has undergone a quality control review and is not subject to any deficiencies. C.4.3 Dedicated task support staff C.4.3.1 On occasion, the Government will have a task that requires dedicated support for video and streaming that span a period of time longer than the typical single event. These types of events typically span multiple weeks to an ongoing project that runs multiple years. C.4.3.2 These projects can have specific requirements, but not go outside video or streaming support of the contract.� Some projects will require dedicated video creation and/or editing for multiple weeks to support a social media campaign for an upcoming event. Some projects will require support across multiple weeks where videos are created to support an upcoming event. These videos could be short (under one (1) minute in length) to greater than five (5) minutes and up to eight (8) minutes. C.4.3.3 The COR shall work with the contractor on these situations to determine if the bulk of the work supports video or streaming and build a single quote that uses hours to bill out the work. The task should have milestones built in so it can be tracked monthly. C.4.3.4 Experience: The contractor employee shall have experience with high-definition video cameras, including shallow depth of field cinema cameras, ENG style, PTZ style, and DSLR video cameras. Basic audio experiences is required, including experience with wireless lavalier microphones for interviews and presentations. Experience with 3-point lighting setups is preferred. Experience with Adobe CC and Final Cut Pro X are preferred. C.4.4 Streaming Engine C.4.4.1 Seek a public stream engine service that shall support non-Controlled Unclassified Information (CUI) content service. The service shall have the capability for unlimited live streaming, storage, unlimited bandwidth, private domain-level, password protection, private and non-private link sharing. Service shall be able to allow multiple people to manage the account at ARL level, create custom reports on live streaming events that report engagement of viewers, geographic region, duration of watched hours, customizable player with logos, custom beginning and end screens as well as ability to publish through social media outlets and embed where desired. Engine shall support live event recordings and ability to review and post recorded events for up to 30 days. Engine should support storage and playback of uploaded events and videos as desired. C.5 CONTRACT DELIVERABLES C.5.1 Deliverables Required deliverables shall be specified in individual TOs. C.6 GOVERNMENT FURNISHED EQUIPMENT (GFE) / GOVERNMENT FURNISHED INFORMATION (GFI) / OTHER GOVERNMENT FURNISHED MATERIALS C.6.1 GFE - Government Furnished Equipment (GFE) may be provided to the Contractor by the Government to facilitate performance of the individual TOs under this contract. Should such circumstances arise, GFE will be addressed by each individual TO. All tools, materials and unused supplies purchased by the Contractor and reimbursed by the Government during the term of this contract shall be delivered to the Government at the completion or termination of each individual TO. Any GFE or CFE requirement to complete a task will be specifically identified in the individual TO. C.6.2 GFI - GFI will be identified by each individual TO PWS. C.7 TRAVEL To the maximum possible extent, the Contractor shall provide electronic media over existing secure high bandwidth or other secure communications links rather than by Contractor travel. The Government will identify all travel requirements within each individual TO PWS. In general, the Contractor is expected to travel to Government and Contractor facilities within the Continental United States (CONUS) in support of each TO. The Contractor shall provide the COR a quote for each proposed trip and ensure that it includes the proposed destinations, number of people traveling, number of trips per person, airfare cost per person, lodging cost per person, per diem cost per person and any other miscellaneous costs per person. All proposed travel requires written pre-approval from the COR. All invoices containing travel charges shall include supporting documentation such as receipts and invoices. C.8 PLACE OF PERFORMANCE The Contractor may be required to perform services at CONUS locations to be specified in each individual TO. On-site performance shall be primarily at the Contractor�s site, as specified within each individual TO PWS. C.9 PERSONNEL The Contractor shall provide personnel based on the individual TO requirements. The Contractor may need to provide personnel for scheduled services to be performed at a Government site per COR approval. The hours of operation and place of performance shall be determined by the requirements set forth in each TO. C.10 ANTI-TERRORISM/OPERATIONAL SECURITY (AT/OPSEC) C.10.1 AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. C.10.2 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility or area. Contractor and all associated sub-contractors� employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.10.3 For contractors requiring Common Access Card (CAC). Before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DOD facility and access, via logon, to DOD networks on-site or remotely; (2) Remote access, via logon, to a DOD network using DOD-approved remote access procedures; or (3) Physical access to multiple DOD facilities or multiple non-DOD federally controlled facilities on behalf of the DOD on a recurring basis for a period of six (6) months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. C.10.4 For contractors that do not require CAC but require access to a DOD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.10.5 AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language required U.S. based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact. C.10.6 iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 45 calendar days after contract award. C.10.7 Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. C.10.8 For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1. C.10.9 For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. C.10.10 For information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DOD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DOD and Army training requirements in DODD 8570.01, DOD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. C.10.11 For contracts that require handling or access to classified information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified �Confidential,� �Secret,� or �Top Secret� and requires contractors to comply with� (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); (2) any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. C.10.12 Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date.� Responses shall include: To what extent each of the specifications can be met. �Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the $35,000,000.00 standard that accompanies NAICS code 512110 If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59 AM eastern standard time 24 March 2022. Submissions should be emailed to Nicole Hernandez at Nicole.g.hernandez2.civ@army.mil � Questions concerning this sources sought may be directed to Nicole Hernandez at Nicole.g.hernandez2.civ@army.mil or 575-644-4299.� Please be advised that .zip and .exe files cannot be accepted. �(13) Place of Contract Performance: Aberdeen Proving Ground, MD (14) Estimated Delivery Timeframe or Period of Performance: TBD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ab8d248c3da842c8a82609d8c7b39315/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06271367-F 20220319/220317230104 (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.