Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

68 -- Chemical Compound

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
325613 — Surface Active Agent Manufacturing
 
Contracting Office
Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
 
ZIP Code
20534
 
Solicitation Number
CT1730-05
 
Response Due
7/29/2005
 
Archive Date
8/13/2005
 
Description
UNICOR, intends to enter into a Sole Source contract. This requirement will be awarded to: Prime Colors Corporation, 5950 Fairview Road, Ste 406 Charlotte, NC 28210. This solicitation is for commercial items prepared in accordance with 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 is CT1730-05 and this solicitation is issued as a three (3) year Indefinite Delivery Indefinite Quantity (IDIQ), type contract (52.216-1). The solicitation document incorporates provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) No. 05 04. The North American Industry Classification System Code is 325613 and small business size is 500. This requirement is All or None. Products in this solicitation must be ?DOMESTIC ONLY?, Manufactured in its entirety in the United States of America. Any foreign products offered, will not be considered for award. IF YOU FEEL YOU CAN SUPPLY THESE ITEMS, PLEASE RESPOND TO THIS SOLICITATION AND PROVIDE A DETAILED ATTACHMENT LISTING YOUR CAPABILITY TO SUPPLY THE ITEMS. Guaranteed Minimum Quantity for life of the contract: CHG0543 Albegal FFA 1,320lbs, CHG1202 Cibacron yellow FN-2R 660lbs, CHG1203 Cibacron scarlet FN-6G 660lbs, CHG1204 Cibacron navy FG 660lbs and not to exceed maximum quantities for each line item. The quantity requested as follows: CHG0543-73,920LBS., CHG1202-25,960LBS., CHG1203-14,960LBS., CHG1204-9,900LBS. This is a firm fixed price contract for the following item: Line Item0001. COMPUND,WETTING-AGENT,ALBEGAL,FFA UNICOR PART #CHG0543 DESCRIPTION: COMPOUND ADJECTIVE: ALBEGAL WETTING AGENT U/M: LB COMPOUND,WETTING-AGENT,ALBEGAL,FFA Line Item0002. CIBACRON,YELLOW,FN-2R UNICOR PART #: CHG1202 DESCRIPTION: CIBACRON, COMPOUND, POWDER FN-2R COLOR: YELLOW UNIT/MEASURE: LB. CIBACRON,YELLOW,FN-2R Line Item0003. CIBACRON,SCARLET,FN-6G UNICOR PART #: CHG1203 DESCRIPTION: CIBACRON, COMPOUND, POWDER FN-6G COLOR: SCARLET UNIT/MEASURE: LB. CIBACRON,SCARLET,FN-6G Line Item0004. CIBACRON,NAVY,FG,POWDER UNICOR PART #: CHG1204 DESCRIPTION: COMPOUND, POWDER COLOR: NAVY FG UNIT/MEASURE: LB. CIBACRON,NAVY,FG,POWDER Special Instruction: Material Safety Data Sheets (MSDS) are required with each shipment. Delivery shall be F.O.B Destination: USP Terre Haute, UNICOR, FPI, Textile Mill. 4200 Bureau Road North, Terre Haute, IN 47808. JAR 2852.201-70 CONTRACTING OFFICER?S TECHNICAL REPRESENTATIVE (COTR) (JAN 1985) Patty Bauer, QA manager is hereby designated to act as Contracting Officer?s Technical Representative (COTR)(USP Terre Haute, IN) Tele:812-238-3586. Under this contract. The COTR is responsible, applicable for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payments. The COTR does not have the ability to alter the contractor?s obligations under the contract, or modify any of the express terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue changes in writing and signed. ADMINISTERED BY: This contract will be administered by: UNICOR, Federal Prison Industries, Inc. Clothing & Textiles Branch 320 First Street, N.W. Washington, DC 20534-0001 ATTN: Moses Pettigrew, Contracting Officer (202) 305-3702 Written communications shall make reference to the contract number and shall be mailed to the above address. ADDRESS TO WHICH REMITTANCE SHOULD BE MAILED: Offeror shall indicate below the complete mailing address (include the nine digit ZIP code) to which remittance should be mailed if such address is other than that shown in Block 15A, Page 1 (Standard Form 1449), they shall enter it below: (a) Payee Name (Contractor) :______________________ (b) Check Remittance Address: ____________________________________________ ____________________________________________ ____________________________________________ ____________________________________________ Any questions or problems regarding payment should be directed to the Business Manager at the following locations: UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808 ATTN: Dennis Larsen, 812-238-3581 Provision at FAR 52.212-1, Instructions to Offerors. Clause 52.212-2, Evaluation-Commercial Items applies. Significant evaluation factors are past performance, ability to conform to the specifications, and price. Past performance is significantly more important than cost or price. The Government may make award without discussion- therefore, the offeror(s) initial offer should contain offeror(s) best pricing. Tradeoff Process: It may be in the Government?s best interests to consider award to other than the lowest priced offeror or other than the highest technical rated offeror. This process may include tradeoffs among cost/price and non-cost factors and allows the Government to accept other than the lowest priced proposal if the perceived benefits of the highest priced proposal are determined to the additional cost. FPI 100HI - ECONOMIC PRICE ADJUSTMENT: One year (12) months after contract award date, contract prices for the succeeding (12) month period may be adjusted in accordance with the change in the Producer Price Index for CHEMICAL COMPOUND (Product Service Code #6820) from the date of award to the date of adjustment. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST THIS ADJUSTMENT. Clause at 52.212-4, Contract Terms and Conditions of Commercial Items (OCT 2003) (Deviation)(d) Disputes. This is not subject to contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Disputes arising under or relating to this contract shall be resolved in accordance with clause 52.333-1 Disputes (July 2002) (Deviation), which is incorporated herein by reference. The contract shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. To view full text clause go to www.unicor.gov select contracting opportunities, then select, contracting disputes deviation. IDIQ contract: FAR 52.216-19, Order Limitation, applies with the Maximum order limitations per delivery order of CHG0453-73,920lbs., CHG1202-25,960lbs., CHG1203-14,960lbs., CHG1204-9,900lbs., and a Minimum not to exceed of CHG0543-440lbs., CHG1202-220lbs., CHG1203-220lbs., CHG1204-220lbs, each line item. Maximum order for SINGLE item limitations per delivery order of CHG0453-3,080lbs., CHG1202-880lbs., CHG1203-880lbs., CHG1204-880lbs., and a Maximum for COMBINATION not to exceed of CHG0543-7,040lbs., CHG1202-1,760lbs., CHG1203-1,760lbs., CHG1204-1,760lbs, each line item. Contractor will not be obligated to honor a series of orders from the same ordering office, within 15 day period that together call for quantities exceeding the Maximum order limitation unless the order, or orders, is returned to the ordering office within seven calendar days after issuance with a written statement expressing the contractor?s intent not to ship and the reason. In accordance with FAR 52.216-18 Ordering, orders may be issued under the resulting contract from the date of award through three (3) years thereafter. FAR 52.216-22 Indefinite Quantity clause. PROPOPOSAL SHALL BE submitted on a signed SF1449, with all amendments, if any. No proposal will be accepted by facsimile. All proposals that Fail to furnish/provide the required information and/or reject terms and conditions of the solicitation may exclude offer from being considered. Vendors may submit a signed and dated Federal Express, mailed, or hand carried proposal to: UNICOR, FEDERAL PRISON INDUSTRIES, INC. Clothing & Textiles Group, 400 First Street, NW, Washington, DC 20534, 6th Floor, Attn.: Moses Pettigrew, Tele:202-305-3702. The date and time for receipt of proposals is Friday, July 29, 2005. Proposal must indicate Solicitation No. CT1730-05, time specified for receipt of offer 2:00PM Eastern Standard Time (EST), name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, a completed of representations and certifications at FAR 52.212-3., Effective January 1, 2005, all offers are required to complete Representations and certifications IAW FAR 4.1201(a), Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database (see FAR 4.1102). (b) Prospective contractors shall update the representation and certification submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representation and certifications are effective until one year from date of submission or update to ORCA. To make a change that affects only one solicitation, contractors are required to complete the appropriate sections of FAR 52.212-(j) or 52.204-8 whichever is included in the solicitation. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold pricing firm for 60 Calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for receipt of proposals after the exact time specified may not be considered. Questions regarding requirement may be addressed in writing to Moses Pettigrew at mpettigrew@central.unicor.gov As mandated by the Department of Justice, all contractors must register in the NIH Contractor Performance System at the time of award. The web address is: http://cps.od.nih.gov. All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.arnet.gov/far. This combined synopsis/solicitation and necessary forms are available on web site: http://www.eps.gov or http://www.unicor.gov/procurement/proclothing.htm. An completed ACH form must be on file prior to contract award. Delivery orders shall be issued by or authorized at UNICOR, USP Terre Haute, IN. Delivery Hours: 7:00 AM 11:00 AM, and 11:30 AM- 2:30 PM Monday thru Friday notwithstanding emergencies and Federal Holidays. The Contractor shall not be required to make any deliveries under this contract after 15 days beyond contract expiration. 52.213 2 Invoices: Invoices shall be submitted to the Business Manager at UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808; Telephone No: 812 238-3585. FPI 1000D, Packaging and Marking - Preservation, packaging, and marking for all items covered by this contract shall be in accordance with commercial practice and adequate to insure acceptance by common carrier and safe arrival at destination. The contract number should be on or adjacent to the exterior shipping label. Each package received must be marked for type and quantity. A Certificate of Conformance must accompany each shipment. All shipments should be labeled as follows: a. Vendor name b. Purchase Order number and/or Contract number c. Item description d. Item quantity and weight e. Other pertinent information FPI 1000F1, Delivery Order - Orders shall customarily be made by phone, with subsequent written confirmation containing the following information: a. Date of order b. Contract number and order number c. Item number and description, quantity, and unit price d. Delivery or performance date e. Place of delivery f. Shipping instructions g. Accounting data h. Any other pertinent information Delivery shall be 15 days after receipt of delivery order. FPI 1000K2, Subcontract Certification, This contract does ( ) does not ( ) provide for any subcontracting possibilities. If answer is in the affirmative, offeror will submit a subcontracting plan in accordance with the requirements of FAR 52.219-9, FPR Temp. Reg. 50; Copies of Federal Specifications, Standards and Commercial Item Descriptions cited in this solicitation may be obtained from GSA, Federal Supply Service, Specifications Section, Suite 8100 470 LEnfant Plaza, SW, Washington, DC 20407, Phone: 202-619-8925 and Facsimile 202-619-8978. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: 52.219 1 Small Business Concern Representation. 52.222 21 Certification of Facilities. 52.223 6 Drug Free Workplace, 52.232 11 Extras. 52.232 18 Availability of Funds. 52.242 13 Bankruptcy. 52.242 15 Stop Work Order, 52.244-6 Subcontracts for Commercial Items. 52.246 16 Responsibility for Supplies. 52.246 15 Certification of Conformance 52.246 23 Limitation of Liability. 52.247 34 FOB Destination. 52.253 1 Computer Generation of Forms by the Public. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (APR 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _x_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _x_ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. _x_ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). _x_ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). _x_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _x_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _x_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _x_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _x_ (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (23) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). __ (24)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (25) 52.225-5, Trade Agreements (JAN 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (26) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _x_ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _x_ (32) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). _x_ (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
 
Place of Performance
Address: UNICOR, USP Terre Haute, 4200 Bureau Road North, Terre Haute, IN 47808
Zip Code: 47808
Country: United States of America
 
Record
SN00846110-W 20050715/050713211915 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.