Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
MODIFICATION

36 -- Temperature Control System Test Set Update, Part Number BR61-101

Notice Date
9/16/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-03-R-0137
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
Kimberly Cesaretti, Contract Specialist, Phone 732-323-4795, Fax 732-323-4822,
 
E-Mail Address
kimberly.cesaretti@navy.mil
 
Description
This modification to the subject notice is for the purpose of providing clarification and is numbered as Amendment 0002. Clarification with regard to the delivery of Contract Line Items 0001AA and 0001AB of the referenced combined synopsis/solicitation is provided as follows: For CLIN 0001AA, Refurbished Suitability Evaluation Unit, delivery is hereby changed from "90 days ADC" to "delivery of Suitability Evaluation Unit no later than 90 days after date of contract with delivery of Refurbished Suitability Evaluation Unit restored to RFI condition within 2 weeks following completion of the Suitability Evaluation Test". For CLIN 0001AB, Updated Temperature Control Test Set Units ? Part Number BR61-101-A, quantity 54 each, delivery is hereby changed from "commencing 90 days ADC at a rate of 5 per month" to "delivery to commence 90 days after acceptance of CLIN 0001AA at a rate of 5 per month - first lot quantity consisting of 4 each production units". All other terms and conditions of the subject combined synopsis/solicitation remain the same and the solicitation will not be extended as a result of the aforementioned clarifications. The following is a copy of Amendment 0001 and the original combined synopsis/solicitation. This modification to the subject notice is for the purpose of providing clarification and is numbered as Amendment 0001. Clarification with regard to Contract Line Items 0017, 0018 and 0019 of the referenced combined synopsis/solicitation is provided as follows. These line items deal with ?Sustaining Engineering?. Sustaining Engineering refers to engineering efforts to address in-service operation/application of the BR61-101-A to current or new systems on the P-3 aircraft, and impacts of operational changes (that may be encountered/introduced by the Navy at a future date) to the operation/application of the BR61-101-A to the P-3. Efforts may include engineering investigations, feasibility studies, and analysis of operational procedures. Sustaining Engineering is exclusive to any warranty and does not pertain to defects in material/workmanship associated with the update of the BR61-101 to the BR61-101-A. All other terms and conditions of the subject combined synopsis/solicitation remain the same and the solicitation will not be extended as a result of the aforementioned clarifications. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68335-03-R-0137 is issued as a request for request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The solicitation herein is issued pursuant to full and open competition to any vendor currently licensed by Lockheed Martin Corporation (LMC), to use LMC proprietary information/data relative to P-3 aircraft Support Equipment. The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE), New Jersey intends to procure updates to the Peculiar Support Equipment (PSE): Temperature Control System Test Sets, Part/Number BR61-101. The requirement includes new material/components and services needed to repair and restore serviceability to 55 each BR61-101 test sets, and the associated logistics support. The Government does not own the drawings and other design documentation. A list of contract line item number(s) and items, quantities and units of measure (including option(s)) is provided as follows. SCHEDULE OF SUPPLIES/SERVICES ITEM NO 0001 Updated Temperature Control Test Set, Firm Fixed-Price (FFP), Part Number BR61-101-A, ITEM NO 0001AA, Refurbished Suitability Evaluation Unit, FFP - Part Number: BR61-101-A, QUANTITY 1.00 Each, Contractor shall provide all materials and services to produce Suitability Evaluation Unit and deliver in refurbished condition in accordance with the attached Statement of Work and Contract Data Requirements List (DD1423) ADDITIONAL MARKINGS P-3 Domestic Program; ITEM NO 0001AB, Updated Temperature Control Test Set Units FFP - Part Number: BR61-101-A, QUANTITY 54.00 Each, Contractor shall provide all materials and services to produce Updated Temperature Control Test Set Units in accordance with the attached Statement of Work and Contract Data Requirements List (DD1423), Delivery of 5 test sets per month beginning 90 days ADC, ADDITIONAL MARKINGS P-3 Domestic Program; ITEM NO 0002, Component List, FFP - Component List in accordance with DD1423 Data Requirements List, Data Item No. A001, QUANTITY 1.00, UNIT Lot; ITEM NO 0003, Engineering Drawings, FFP - Engineering Drawings in accordance with DD1423 Data Requirements List, Data Item No. A002, QUANTITY 1.00, UNIT Lot; ITEM NO 0004, Reports, FFP - Reports in accordance with DD1423 Data Requirements List, Data Item No. A003, QUANTITY 1.00, UNIT Lot; ITEM NO 0005, Program Reviews FFP - Program Reviews in accordance with DD1423 Data Requirements List, Data Item No. A004, QUANTITY 1.00, UNIT Lot; ITEM NO 0006, Technical Manuals, FFP - Technical Manuals in accordance with DD1423 Data Requirements List, Data Item No. A005, QUANTITY 1.00, UNIT Lot; ITEM NO 0007, Maintenance Plan Revision, FFP - Maintenance Plan Revision in accordance with DD1423 Data Requirements List, Data Item No. A006, QUANTITY 1.00, UNIT Lot; ITEM NO 0008, Calibration Requirements, FFP - Calibration Requirements in accordance with DD1423 Data Requirements List, Data Item No. A007, QUANTITY 1.00, UNIT Lot; ITEM NO 0009, Provisioning Technical Documentation, FFP - Provisioning Technical Documentation in accordance with DD1423 Data Requirements List, Data Item No. A008, QUANTITY 1.00, UNIT Lot; ITEM NO 0010, Warranty, FFP - In accordance with NAVAIR Clause 5252.246-9502 Standard Commercial Warranty (Jan 1992), the contractor shall provide a copy of any standard commercial warranty it would offer to the Government at no additional cost along with its terms, conditions and period of coverage, for the Upgraded Test Sets ordered herein., QUANTITY 1.00, UNIT Lot; ITEM NO 0011, Option 1 - Warranty FY05, FFP - The contractor shall extend the warranty provided by CLIN 0010 for the Fiscal Year period 01 Oct 2004 through 30 Sep 2005. This option warranty period shall apply to the base quantity of 55 BR61-101-A units and any option quantities exercised. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until the last day of warranty coverage ordered under the base quantity. QUANTITY 1.00, UNIT Lot; ITEM NO 0012, Option 2 - Warranty FY06, FFP - The contractor shall extend the warranty provided by CLIN 0010 for the Fiscal Year period 01 Oct 2005 through 30 Sep 2006. This option warranty period shall apply to the base quantity of 55 BR61-101-A units and any option quantities ordered. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until the last day of warranty coverage ordered under the base quantity and any warranty option(s) exercised. QUANTITY 1.00, UNIT Lot; ITEM NO 0013, Option 3 - Warranty FY07, FFP - The contractor shall extend the warranty provided by CLIN 0010 for the Fiscal Year period 01 Oct 2006 through 30 Sep 2007. This option warranty period shall apply to the base quantity of 55 BR61-101-A units and any option quantities exercised. Option quantity may be awarded any time, from time to time, in whole or in part, from the date of contract award until the last day of warranty coverage ordered under the base quantity and any warranty option(s) exercised. QUANTITY 1.00, UNIT Lot; ITEM NO 0014, Option 4-Updated Temp. Control Test Set (Domestic), FFP - Part Number: BR61-101-A, Contractor shall provide all materials and services to produce Updated/Repaired additional Temperature Control Test Set Units in accordance with the attached Statement of Work and Contract Data Requirements List (DD1423), Option quantity is for additional BR61-101 SEC kits and installation to support domestic P-3 aircraft. If exercised, the contractor shall provide and install BR61-101 SEC kits of identical configuration to the 55 SEC kits on the basic contract. Delivery of 5 test sets per month beginning 90 days after date of exercise of option. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until 30 days after the delivery of the last BR61-101 unit updated under the base quantity ordered and any option exercised. ADDITIONAL MARKINGS P-3 Domestic Program, QUANTITY 10.00, UNIT Each; ITEM NO 0015, Option 5 - Updated Temp. Control Test Set (FMS), FFP - Part Number: BR61-101-A, Contractor shall provide all materials and services to produce Updated/Repaired additional Temperature Control Test Set Units in accordance with the attached Statement of Work and Contract Data Requirements List (DD1423), Option quantity is for additional BR61-101 SEC kits and installation to support Foreign Military Sales (FMS) P-3 aircraft. If exercised, the contractor shall provide and install BR61-101 SEC kits of identical configuration to the 55 SEC kits on the basic contract. Delivery of 5 test sets per month beginning 90 days after date of exercise of option. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until 30 days after the delivery of the last BR61-101 unit updated under the base quantity ordered and any option exercised. ADDITIONAL MARKINGS P-3 Domestic Program, QUANTITY 5.00, UNIT Each; ITEM NO 0016, QUANTITY 1.00, UNIT Lot, Option 6 ? Spares, FFP - Part Numbers to be determined. Contractor shall recommend and provide unit pricing for those items and quantities of spare parts and consumable items determined to be required for removal and replacement at the Navy's Intermediate Level of Maintenance in the Fleet for a period of three years of Fleet operational service. Recommendations shall also include those items at risk for obsolescence during the next 17 years and recommend quantities for Fleet support (life buy). Delivery to the Government not later than 180 days from the date the option is awarded. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until thirty (30) days after the delivery of the last BR61-101 unit updated under the base quantity ordered and any option(s) exercised. ADDITIONAL MARKINGS P-3 Domestic Program; ITEM NO 0017, QUANTITY 1.00, UNIT Lot, Option 7 - Sustaining Engineering FY05, FFP - Sustaining engineering efforts for fleet in-service support for the BR61-101A from 01 Oct 2004 through 30 Sep 2005. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until the date of completion of the standard COTS warranty period. THIS LINE ITEM SHALL NOT EXCEED AN ANNUAL COST OF $50,000.00. ADDITIONAL MARKINGS P-3 Domestic Program.; ITEM NO 0018, QUANTITY 1.00, UNIT Lot, Option 8 - Sustaining Engineering FY06, FFP - Sustaining engineering efforts for fleet in-service support for the BR61-101A from 01 Oct 2005 through 30 Sep 2006. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until the date of completion of the standard COTS warranty period. THIS LINE ITEM SHALL NOT EXCEED AN ANNUAL COST OF $50,000.00. ADDITIONAL MARKINGS P-3 Domestic Program.; ITEM NO 0019, QUANTITY 1.00, UNIT Lot, Option 9 - Sustaining Engineering FY07, FFP - Sustaining engineering efforts for fleet in-service support for the BR61-101A from 01 Oct 2006 through 30 Sep 2007. Option quantity may be exercised any time, from time to time, in whole or in part, from the date of contract award until the date of completion of the standard COTS warranty period. THIS LINE ITEM SHALL NOT EXCEED AN ANNUAL COST OF $50,000.00. ADDITIONAL MARKINGS P-3 Domestic Program. Offers for less than the total quantity for all items specified are UNACCEPTABLE. The following attachments to the above referenced solicitation may be located/downloaded at http://www.navair.navy.mil/doing_business/open_solicitations/: Attachment 1, Statement of Work, 6 pages, Attachment 2, DD1423 (CDRL A001), 1 page; Attachment 3, DD1423 (CDRL A002), 1 page; Attachment 4, DD1423 (CDRL A003), 1 page; Attachment 5, DD1423 (CDRL A004), 1 page; Attachment 6, DD1423 (CDRL A005), 1 page; Attachment 7, DD1423 (CDRL A006), 1 page; Attachment 8, DD1423 (CDRL A007), 1 page; Attachment 9, DD1423 (CDRL A008), 1 page; Attachment 10, Maintenance Plan, 20 pages; Attachment 11, Calibration Standards, 14 pages; Attachment 12, ICP Report, 2 pages; Attachment 13, Past Performance Evaluation Data Form, 1 page; Attachment 14, Section L, Clause L.102, Submission of Proposals, 7 pages; Attachment 15, Section M, Clause M.27, Best Value Evaluation, 2 pages. DELIVERY INFORMATION: FOB point for all CLINS is Destination. Ship To address for CLINs 0001AA, 0001AB and 0014 through 0016 is Naval Air Warfare Center Aircraft Division, Aircraft Support Equipment Staging Area, Highway 547, Building 195 (Hangar 6), Lakehurst, NJ 08733-4851, Mark For P-3 Domestic Program. CLINs 0002 through 0009 to be delivered in accordance with the applicable DD1423, Contract Data Requirements List for each CLIN. CLIN 0010 is to be delivered with each upgraded unit ordered under the base quantity and any option quantity ordered of Upgraded BR61-101-A units and Spares. INSPECTION AND ACCEPTANCE TERMS for CLINS 0001AA, 0001AB, 0010 through 0019 shall be destination with INSPECTION AND ACCEPTANCE TERMS for CLINS 0002 through 0009 in accordance with the applicable DD1423 Contract Data Requirements List. THE FOLLOWING CLAUSES ARE HEREBY INCORPORATED BY REFERENCE: 52.203-3, Gratuities (APR 1984); 52.204-4, Printed or Copied Double-Sided on Recycled Paper (AUG 2000); 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995); 52.211-2, Availability of Specifications Listed in the DoD Index of Specifications and Standards (DODISS) and Descriptions Listed in the Acquisition Management Systems and Data Requirements Control List, DOD 5010.12-L (DEC 1999); 52.211-17, Delivery of Excess Quantities (SEP 1989); 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000), for paragraph (a) NAICS Code 334515 and Small Business Size Standard of 500 employee is applicable. NOTE: In addition to the requirements of this clause, offerors are required to satisfy the requirements of Attachment 14, CLAUSE L.102 Submission of Offers, referenced herein and available for download at the address referenced above; 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2003), the clauses listed at the following item numbers under paragraph (b) apply to this acquisition? (1), (7), (14), (15), (16), (17), (18), (19), (24), and (29); 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) (JUN 2003); 52.214-34, Submission Of Offers In The English Language (APR 1991); 52.214-35, Submission Of Offers In U.S. Currency (APR 1991); 52.217-5, Evaluation Of Options (JUL 1990); 52.217-8, Option To Extend Services (NOV 1999); 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999); 52.227-2, Notice And Assistance Regarding Patent And Copyright Infringement (AUG 1996); 52.242-2, Production Progress Reports (APR 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15, Stop-Work Order (AUG 1989); 52.245-4, Government-Furnished Property (Short Form) (JUN 2003); 52.245-19, Government Property Furnished "As Is" (APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); 52.247-55, F.O.B. Point For Delivery Of Government-Furnished Property (JUN 2003); 52.252-5, Authorized Deviations In Provisions (APR 1984); 52.252-6, Authorized Deviations In Clauses (APR 1984); 52.253-1, Computer Generated Forms (JAN 1991); 252.204-7003, Control Of Government Personnel Work Product (APR 1992); 252.204-7004, Required Central Contractor Registration (NOV 2001); 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (MAR 1998); 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (APR 2003); 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DOD Contracts) (APR 1996); 252.225-7001 , Buy American Act And Balance Of Payments Program (APR 2003); 252.225-7002, Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7012, Preference For Certain Domestic Commodities (FEB 2003); 252.225-7013, Duty-Free Entry (APR 2003); 252.225-7021, Trade Agreements (APR 2003); 252.227-7015, Technical Data--Commercial Items (NOV 1995); 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); 252.232-7003, Electronic Submission of Payment Requests (MAR 2003); 252.242-7000, Postaward Conference (DEC 1991); 252.243-7001, Pricing Of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 252.246-7000, Material Inspection And Receiving Report (MAR 2003); 252.247-7023, Transportation of Supplies by Sea (MAY 2002); 252.247-7024, Notification Of Transportation Of Supplies By Sea (MAR 2000); 5252.232-9504, Instructions to Paying Office (MAY 1998); 5252.232-9511, Notice of Requirements for Prompt Payment , (FEB 2000); 5252.247-9514, Technical Data Packing Instructions (SEP 1999). The contractor is required to include a completed copy of the following provisions with its offer: 52.207-4, Economic Purchase Quantity-Supplies (AUG 1987); 52.212-3 Alt I, Offeror Representations and Certifications--Commercial Items (Jun 2003) Alternate I (APR 2002); 52.215-6, Place of Performance (OCT 1997); 252.225-7000, Buy American Act--Balance Of Payments Program Certificate (APR 2003); 252.225-7020, Trade Agreements Certificate (APR 2003). The following provisions and clauses with addenda are applicable to this acquisition and listed as follows. FAR 52.211-8 TIME OF DELIVERY (JUN 1997) is applicable to the above referenced solicitation. The following required delivery schedule for each CLIN, listed by Item No., Quantity, and Within Days After Date of Contract under paragraph (a) of this clause is as follows: 0001AA, 1 EA, 90 days; 0001AB, 54 EA, commencing 90 days ADC at a rate of 5 per month; 0002, 1 LO, 90 days in accordance with DD1423 data item number A001; 0003, 1 LO, 90 days in accordance with DD1423 data item number A002; 0004, 1 LO, 90 days in accordance with DD1423 data item number A003; 0005, 1 LO, in accordance with A004; 0006, 1 LO, 150 days in accordance with DD1423 data item number A005; 0007, 1 LO, 150 days in accordance with DD1423 data item number A006; 0008, 1 LO, 150 days in accordance with DD1423 data item number A007; 0009, 1 LO, 150 days in accordance with DD1423 data item number A008; 0010, 1 LO, 90 days; 0011, 1 LO, If exercised, from 01 Oct 2004 through 30 Sep 2005; 0012, 1 LO, If exercised, from 01 Oct 2005 through 30 Sep 2006; 0013, 1 LO, If exercised, from 01 Oct 2006 through 30 Sep 2007; 0014, 10 EA, commencing 90 days after exercise of option at a rate of 5 test sets per month; 0015, 5 EA, 90 days after exercise of option; 0016, 1 LO, 180 days after exercise of option; 0017, 1 LO, If exercised, from 01 Oct 2004 through 30 Sep 2005; 0018, 1 LO, If exercised, from 01 Oct 2005 through 30 Sep 2006; 0019, 1 LO, If exercised, from 01 Oct 2006 through 30 Sep 2007. If the offeror intends to propose a delivery schedule other than the required delivery schedule, it may be submitted in accordance with FAR 52.211-8 TIME OF DELIVERY (JUN 1997). Clause M.27 Best Value Evaluation, listed herein as Attachment 15 and provided for download at the address listed above is applicable in lieu of FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999). FAR 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA (OCT 1997)?ALTERNATE IV (OCT 1997) is applicable to the above referenced solicitation. The following applies to paragraph (b): See Clause L.102 Submission of Offers. FAR 52.215-21 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN COST OR PRICING DATA--MODIFICATIONS (OCT 1997)?ALTERNATE IV (OCT 1997) is applicable to the above referenced solicitation. The following applies to paragraph (b): any information with regard to cost/price required by the Contracting Officer for the purpose of verifying cost and to determine a fair and reasonable price. FAR 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) is applicable to the above referenced solicitation. The option exercise terms applicable to this clause are listed herein above for each option item under SCHEDULE OF SUPPLIES/SERVICES. DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (NOV 1995) is applicable to this acquisition and the offeror is required to submit a copy of this clause filled-in with its offer. NAPS 5252.232-9000 SUBMISSION OF INVOICES (FIXED PRICE) (JUL 1992) (NAPS) is applicable to this acquisition. For paragraph (e) of this clause, contractor shall prepare, for the resulting contract, a separate invoice for each activity designated to receive the supplies or services. The following FAR Clauses provided in full text are hereby incorporated into the subject synopsis/solicitation: 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. Francis J. Hufnell, Contracting Officer, Naval Air Warfare Center Aircraft Division, Code 2.5.2.1.4, MS 562-2, Highway 547, Lakehurst, NJ 08733-5082. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 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): FAR and DFARS Provisions - http://farsite.hill.af.mil/ , NAVAIR/NAPS Provisions: http://www.navair.navy.mil/doing_business/open_solicitations/clauses.cfm See initial posting of the subject solicitation for the complete synopsis/solicitation.
 
Record
SN00435730-W 20030918/030916213352 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.