Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

16 -- Propeller Assembly Components

Notice Date
4/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD or ALD Support, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-08-Q-010006
 
Response Due
5/17/2008
 
Point of Contact
Linda D Clark,, Phone: 252-334-5212
 
E-Mail Address
linda.d.clark@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. The North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. This contract will be awarded as a firm-fixed-price requirements contract. The award will be based on FAR 6.302-1. The USCG intends to negotiate and award to Hamilton Sundstrand Corporation, Windsor Locks, CT, the Original Equipment Manufacturer (OEM) of the Propeller Assembly Components used on the CASA HC-144A Aircraft. The Coast Guard does not own, nor can it provide specifications, plans, drawings or other technical data. The parts must be new with traceability to the OEM. Traceability means that the awardee must be able to show clear, documented, auditable paper trail for ownership and transfer of each part fro the OEM to the final vendor. Reconditioned/Used Material is not acceptable. The requirement consists of spare parts utilized on the CASA HC-144A Propeller. Offerors are invited to submit prices that include quantity discounts, if applicable, for the following items: ItemQuantityNiinPart NumberNomenclature 111610-01-530-8100782750-14PROPELLER ASSY 254140-01-498-2289782630-5AIR CYCLE MACHINE 331610-01-530-8255782490-57CONTROL-PROPELLER 451610-01-536-2209RFA12A1POCBLADE, PROP, A/C 521680-01-HS1-9598775652-3GOVERNOR, OVERSPEED 622915-01-494-8648802248-4PUMP-AUX DRIVE MOTO 731650-01-474-0186778695-4VALVE, PRESS. REG. 844820-01-308-6454776902-3VALVE, REGULATING TE 934820-01-310-3344784501-1VALVE, CHECK 1044810-01-310-3449778686-2VALVE, REG, FLUID PRE 1121610-01-530-8096798570-2-003SYNC, G\DGL.PROP. 1255930-01-324-5957754661-10CONTROLLER-TEMP 1311610-01-530-8254820530-1ADAPTER-PROPELLER 1421610-01-530-8098790185-2SPINNER 1555977-01-498-2291820507-1BRUSH-BLOCK PROP.AY 1666645-01-328-1034790219-1TIMER 1751095-00-473-8646786060-1RING, RETAINING 1844820-01-329-0922782291-1VALVE 1925930-01-324-5952782100-3SWITCH 2025905-01-310-3730754691-2SENSOR, TEMP. 2125930-01-324-5956750665-4SWITCH 2215930-01-308-6425750659-5SWITCH 2335930-01-308-6428750659-6SWITCH 2425930-01-308-6487778743-2SENSOR-MAGNETIC 2585330-01-494-8649817387-3BLADE SEAL 2634730-01-369-9276781101-3SPRAY NOZZLE 2735935-01-324-5973775691-1RECEPTACLE 2875365-01-525-6907786059-4SPACER 2963120-01-328-0963772535-6BEARING, RACE 3085365-01-494-8651815468-1SPLIT SPACER 3135331-01-498-2924794444-1O-RING 3275310-01-494-8652815469-1SPLIT WASHER 3366750-01-344-7338789576-1FILM, EROSION 3453110-01-328-0771782673-1BEARING 35115306-01-494-8644794298-1BOLT 36161610-01-329-5196792229-1SPRING 3775330-01-328-0875779247-7PACKING, PERFORMED 3861560-01-328-7180775687-1COVER, ACCESS 39215977-01-494-8646775688-2BRUSH, ELECT CONTACT 4055330-01-291-358669915-8SEAL, GASKET 4145330-01-302-801269494K33PACKING-PREFORMED 42125331-00-038-266969494J906O-RING 43325331-01-008-423969494K902O-RING 44643110-01-328-077269992A16BALL, BEARING Subcontracting Report 45for Individual Contracts*NSP 1st Reporting period October 1st through September 30th Submit into the eSRS system at www.eSRS.gov within 30 days of the close of each reporting period. Summary Subcontract Report 46Commercial Subcontracting Plan*NSP Reporting period is based on the Contractor’s fiscal year. Submit into the eSRS system at www.eSRS.gov within 30 days of the close of the reporting period *Not Separately Priced (*NSP) CLINs 1, 2, 3, 4, 17, 18, 23, 35, 40, and 40 are flight critical in Coast Guard missions. All responsible sources may submit a quote which shall be considered by the agency. Sources shall have a valid Cage Code; Data Universal Numbering System (DUNS); number or the ability to obtain one by, be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov); and be registered in the Online Representations and Certifications Application (ORCA) (http://orca.bps.gov). The contract period shall be based on date of contract award and will extend until all items have been delivered. The anticipated award date is 6 Jun 2008, but is not an exact date. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aircraft Repair and Supply Center, Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). F.O.B. point will be in accordance with contractor’s standard commercial practice. PACKING SLIP: At the time of each delivery of supplies or services under this contract, the contractor must furnish to the Government a properly completed packing slip. This packing slip must include the following information: 1) National Stock Number(NSN), 2) Part Number(P/N), 3) Nomenclature, 4) Serial Number(S/N), 5) Delivery Order Number, 6) Line Item Number, and 7) Quantity. One copy of the packing slip shall be attached to the outside of the shipping container. PACKAGING/MARKING/PRESERVATION: The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Reapproved 2004). Each individual container shall be labeled on the outside with NSN, P/N, S/N, Quantity, Nomenclature, Contract Number, and Line Item Number. The internal packaging material shall be sufficient to prevent damage during shipment, handling and storage. Preservation protection must be sufficient to prevent corrosion, deterioration or decay during warehouse storage with a temperature ranging from 95 to 40 degrees Fahrenheit and high humidity for a period not less than one year. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut style packaging. Bar coding is authorized, however, not mandatory. When an AOG situation occurs, the outside of the shipping container will be marked in highly visible lettering “A.O.G.”. INSPECTION/ACCEPTANCE: Inspection and Acceptance of material shall be by Certificate of Conformance. (COC). One copy of the COC shall be attached to the original invoice when submitted to the payment office. Failure to do so will result in either nonpayment or a delay in payment. ARSC Quality Assurance (QA) shall inspect designated material for count and condition only. LEVEL OF INSPECTION/QUALITY SYSTEM: The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC, Q9001, Q9002 or a Quality System that is acceptable to the government. Vendor shall indicate quality system used. DESIRED DELIVERY SCHEDULE: Desired delivery is 30 days after receipt of order. Required delivery is 120 days after receipt of order. The contractor may propose an alternate delivery schedule. The contractor’s proposed earlier delivery schedule will then become the required delivery schedule. Early and partial deliveries are desired and acceptable as long as there are no additional charges to the government. ACQUISITION REQUIREMENTS ARE FOR NEW MATERIAL ONLY. The items being procured are end items. Acquisition requirements are for new material only. All responsible sources may submit a proposal which shall be considered by the Agency. Sources shall be certified by the FAA or the OEM. ALL parts must be OEM certified or if the awardee is other than the OEM, the awardee must be capable of providing OEM manufactured parts with traceability. Tracebility means that the awardee must be able to show a clear, documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. SHIPPING INSTRUCTIONS. Deliverable items shall be shipped to the following address: Chief, Fiscal Branch Receiving Section, Bldg. 63 USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 MARK FOR: Contract No.. ____________________________ (Assigned at time of award) CONTRACT ADMINISTRATIVE DATA. ADDRESS FOR CORRESPONDENCE: Documents, reports, and all correspondence, except as otherwise specified, shall be directed to the following address: USCG Aircraft Repair and Supply Center Contracting Officer HU-25 Contract Section, Bldg. 79 Elizabeth City, NC 27909 Contract No. ______________________ (Assigned at time of award) INVOICING INSTRUCTIONS. The original Contractor's Invoice shall be submitted to the designated billing office for payment as follows: Chief, Fiscal Branch Bldg. 63 USCG, Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 (Assigned at time of award) The following Federal Acquisition Regulation and Homeland Security Acquisition Regulations, Provisions and Clauses apply: FAR 52.212-1 Instructions To Offerors Commercial Items (Nov 2007) FAR 52.212-2 Evaluation Commercial Items (Jan 1999) Award will be made utilizing the following factors, price, delivery, past performance, and quality. The Coast Guard intends to award one contract to the contractor whose quote is identified as offering the best value solution for the government. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2007) Alt I (Apr 2002). These certifications must be included with quotation, copies may be obtained by calling the Agency or by downloading the document from FedBizOps as posted under this solicitation. IAW FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the ORCA web site at http://orca.bpn.gov. Please ensure completion prior to submission of your offer. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically. If an offeror has not completed the annual representations and certifications electronically at the ORCA web site, the offeror shall complete only paragraphs (b) through (j) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) is tailored to include the following FAR?HSAR clauses: ADDENDUM FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7Central Contractor Registration (Jul 2006) b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. 52.215-20 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data (Oct 1997) (Alt IV (Oct 1997) (a) Submission of cost or pricing data is not required (b) Provide information on the prices at which same or similar items have been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. 52.216-21 Requirements (Oct 1995) (f) no later than 31 January of the following calendar year after expiration of the applicable base or option period. 52.219-16 Liquidated Damages – Subcontracting Plan (Jan 1999) 52.242-13 Bankruptcy (Jul 1995) 52.245-1 Property Records (Apr 1984) 52.245-2 Government Property (Fixed-Price-Contracts) (May 2004) ALT 1 (Apr 1984) 52.245-17 Special Tooling (May 2004) 52.246-11 Higher-Level Contract Quality Req (Feb 1999) The contractor shall provide and maintain a quality system equal to ISO 9001, ISO 9002, ANSI/ASQC, Q9001, Q9002 or a higher-level system acceptable to the Government. The contractor shall state quality system to be used in performance of this contract. 52.246-15 Certificate of Conformance (Apr 1984), and the Coast Guard’s required Airworthiness Certification Requirements. 52.247-29 F.O.B. Origin (Jun 1988) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the Full Text of a clause may be accessed electronically at this internet address; www.arnet.gov/far/ HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES (can be accessed electronically at http://www.dhs.gov/xopnbiz/regulations/. HOMELAND SECURITY ACQUISITION REGULATION (48 CFR CHAPTER 30) CLAUSES 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES [JUN 2006] (a) Prohibitions. Section 835 of Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security (b) Definitions. As used in this clause: "Expanded Affiliated Group" means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting 'more than 50 percent’ for 'at least 80 percent' each place it appears. "Foreign Incorporated Entity" means any entity which is, or but for subsection (b) of Section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. "Inverted Domestic Corporation." A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. “Person", "domestic", and "foreign" have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701 (a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain Stock Disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) stock of such entity which is sold in a public offering related to the acquisition described in subsection (b)(1) of Section 835 of the Homeland Security Act, 6 U.S.C. 395 (b)(1). (2) Plan Deemed In Certain Cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain Transfers Disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special Rule For Related Partnerships. For purposes of applying Section 835(b) of the Homeland Security Act, 6 U.S.C. 395 (b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: ___it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; ___it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request waiver pursuant to 3009.104-74, which has not been denied; or ___it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Feb 2008). (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (8) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2007)(15 U.S.C. 637 (d)(4).) (iii) Alternate II (Oct 2001) of 52.219-9. (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)) (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. (31) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). End of Clause 52.211-15, Defense Priorities and Allocations System Rating: DO-A1 (Sep 1990); Closing date and time for receipt of offers is 17 May 2008, 4:00 pm, Local Time. PRICES MUST REMAIN EFFECTIVE FOR 90 DAYS AFTER CLOSING OF SOLICITATION. Facsimile offers are acceptable and may be forwarded to 252-334-5427, Attention: Linda D. Clark. Electronic submissions may be sent to linda.d.clark@uscg.mil. Offers may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, FOB point must be specified; payment terms and any discount offered for prompt payment, the business size standard and any minority classification; and delivery date. All offerors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to get one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Parties interested in viewing the Justification for Full and Open Competition for this requirement may visit http://www.uscg.mil/hq/arsc/contracting/HU25/HU-25.htm to view this document. The justification was properly approved by Wade Johnson, Contracting Officer; Kevin Barrick, Technical Representative; David Burgess, Chief of the Contracting Office; Keith O’Neill, Assistant Competition Advocate (CG_9131); and Claire Grady, Competition Advocate and Head of Contracting Activity, Director of Contracts and Procurement (CG-91) in accordance with FAR, HSAR, HSAM, & CGAP requirements. "ENCLOSURE: Enclosure (1) to COMDTINST 4200.14, Notice for Filing Agency Protests, is included with this solicitation. Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=662c5298e1d22d871d40f14b891aea71&tab=core&_cview=1)
 
Place of Performance
Address: Windsor Locks, Connecticut, United States
 
Record
SN01558089-W 20080423/080421215404-662c5298e1d22d871d40f14b891aea71 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.