Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

58 -- TELEPHONE EQUIPMENT / ACCESSORIES

Notice Date
4/3/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 7958 Angus Court, Springfield, VA 22153
 
ZIP Code
22153
 
Solicitation Number
8650-912286
 
Response Due
4/10/2009
 
Archive Date
10/7/2009
 
Point of Contact
Name: Gary Clark, Title: Branch Chief / Contracting Officer, Phone: 7038756748, Fax: 7035161520
 
E-Mail Address
clarkgw@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number 8650-912286. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 118715. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-04-10 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Springfield, VA 22153 The Department of State requires the following items, Exact Match Only, to the following: LI 001, GW5500811; Software Release Subscription SVC - BASIC-SL811 (1 Year), 100, EA; LI 002, SVOM0059; SRS Enablement - SW Upgrade Existing to Release 5.5 Minimum Charge, 1, EA; LI 003, NTE960JC; System Upg to CS1000E CPPM SA Release 5.5, 1, EA; LI 004, NTM440CB; CF R5.5 SW Inst Kit Single Processor, 1, EA; LI 005, NTE907EB; ISM, IP User Extension License, Premium Services 5.5, 50, RTU; LI 006, NTE980JA; ISM, SIP Access Port License, All Systems, 32, RTU; LI 007, NTWB17AA; Upgrade to CS1000E CPPM - SA, 1, EA; LI 008, NTDW60BBE5; MGC - Gateway Controller R5.0, 1, EA; LI 009, NTDW62AAE5; MGC 32-Port DSP Daughterboard, 3, EA; LI 010, NTDW64AAE5; MGC 96-Port DSP Daughterboard, 1, EA; LI 011, NTHU64CA; Upgd CD for Sig Srvr, Release 5.5, 2, EA; LI 012, NTDU80CAE5; Memory Upgrade Kit for Signaling Server (512MB), 4, EA; LI 013, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 2, EA; LI 014, NTHU58AA; PRI Gateway, Digital Euro ISDN, 2.044 Mbs E1/PRI - 30 trunk, 4 PRIs per Gateway, 1, EA; LI 015, NTBK51AAE5; Daughter Card, Downloadable DCHI, Option 11C PRI only, 2, EA; LI 016, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 1, EA; LI 017, NTDW60BBE5; MGC - Gateway Controller R5.0, 1, EA; LI 018, NTDW62AAE5; MGC 32-Port DSP Daughterboard, 1, EA; LI 019, NTDW64AAE5; MGC 96-Port DSP Daughterboard, 1, EA; LI 020, N0005129; Memory Card, CompactFlash, 1GB, 1, EA; LI 021, GW5500811; Software Release Subscription SVC - BASIC-SL811 (1 Year), 1200, EA; LI 022, SVOM0061; SRS Enablement - Software Upgrade Existing to Release 5.5 Maximum Charge, 1, EA; LI 023, NTM445CB; CF SW Inst Kit CPPM Dual Processor Release 5.5, 1, EA; LI 024, NTE907CB; ISM, DIGITAL SET, Premium Services 5.5, 320, EA; LI 025, NTE980JA; ISM, SIP Access Port License, All Systems, 64, EA; LI 026, NTE900PQ; Communication Server 1000E processor upgrade to CPPM HA, 1, EA; LI 027, NTWB19AA; SA to HA CPPM Upgrade Kit - R5.0, 2, EA; LI 028, NTDW60BBE5; MGC - Gateway Controller R5.0, 30, EA; LI 029, NTDW62AAE5; MGC 32-Port DSP Daughterboard, 30, EA; LI 030, NTDW64AAE5; MGC 96-Port DSP Daughterboard, 1, EA; LI 031, NTDU80CAE5; Memory Upgrade Kit for Signaling Server (512MB), 4, EA; LI 032, NTHU64CA; Signaling Server SW CD ROM Kit (ISP 1100) R5.5 (Upgrade), 2, EA; LI 033, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 2, EA; LI 034, NTDU97AAE5; HP 1U Server, Enterprise Common Manager / SIP Proxy Server, 2, EA; LI 035, NTHU66AB; NRS Application for HP 1U Server, 2, EA; LI 036, NTDU22HA; MG 1000E - Media Gateway Release 5.0, 3, EA; LI 037, NTDU23AC; MG 1000 Chassis Expander, 3, EA; LI 038, NTDW62AAE5; MGC 32-Port DSP Daughterboard, 4, EA; LI 039, NTBK80BA; Ground Bar Assembly, 1, EA; LI 040, NTVW00ABE5; MCP MRV itouch 8020 Terminal Server, 1, EA; LI 041, NTBK65AAE5; Adapter (F50 Pin Amp/RJ45F) for T1/E1 Connection using Cat 5 Patch Cord, 10, EA; LI 042, NTHU58AA; PRI Gateway, Digital Euro ISDN, 2.044 Mbs E1/PRI - 30 trunk, 4 PRIs per Gateway, 1, EA; LI 043, NTBK51AAE5; Daughter Card, Downloadable DCHI, Option 11C PRI only, 2, EA; LI 044, NT8D02HAE5; Line Card, Digital, DLC, 16 port, 20, EA; LI 045, NTTL19AA; TM/OTM Additional Client 1 PC, 4, EA; LI 046, NTTL43AC; SRS - Pre-paid Upgrade to TM 3.2, 1, EA; LI 047, W3-CL-WDR; WAVE Unified Communications Software, (Domain / Site Registration License), 1, EA; LI 048, W3-SC-MP5; WAVE Five Communication Groups, Expansion (Channel Licenses), 1, EA; LI 049, W3-CL-DS; WAVE Dispatch Communicator Standard (Dispatcher License Qty), 2, EA; LI 050, W3-CL-DC; WAVE Desktop Communicator (Desktop User License Qty), 10, EA; LI 051, W3-CL-VP10; WAVE Voice Port - Ten Pack (SIP or H323 trunk I/F Licenses), 1, EA; LI 052, W3-CL-RS; WAVE Recording Session (License Qty), 10, EA; LI 053, ARUS; WAVE Annual Maintenance Support Charge (1 Year), 1, EA; LI 054, IP-223; IP to Radio Network Adapter, controls up to 2 Radios, 1, EA; LI 055, VX400-IP; VX400 Secure Voice Exchange Bundle, Secure VOIP SIP Gateway, w/VX SW, 100 Call BSP and SIP Licenses (SIP Interface), 4, EA; LI 056, SWVUEPNA-430; VXVUE,NMS SUITE PER NODE LICENSE,SR4.3.0, 4, EA; LI 057, VX900AB; VX900,CHASSIS,CPCI,CPU,AC, 2, EA; LI 058, SIPSW-EXT-430; VX,R4.3.0 SW,BSP,H.323 AND SIP, 2, EA; LI 059, SWVUEPNA-430; VXVUE,NMS SUITE PER NODE LICENSE,SR4.3.0, 2, EA; LI 060, SIPFTE1B-S; SHOUT,SECURE VOICE MODULE,PCI,1 T1/E1, 2, EA; LI 061, SIPSTSC/V150-25; VX900/1800 V.150 SW LICENSE, INITIAL 25 CALLS, 2, EA; LI 062, S4TEF1013-100; 4x T1/E1 to Fiber Transport MUX Stand-Alone Media Converters 1300nm Multimode (SC) [2km/1.2 miles] to Ports 2-5 (RJ-48) [1.5km/.9 miles] Port 6: 6-Pin DIN [3m/10ft]., 3, EA; LI 063, AL2012E37-E5; Federal TAA, BayStack 470-24T Switch (24 10/100BaseTX ports, 2 GBIC slots incl. 18 in. stacking cable & NA power cord), 1, EA; LI 064, GE5300543; Ethernet 470 Switch Tech Support SVC Pack SL543, 1, EA; LI 065, AL2018004-E6; Stacking Cable, 3m for the Ethernet Switch 460 / 470. [EUED RoHS 5/6 compliant], 1, EA; LI 066, DS1410005-6.2; Enterprise Switch Manager (ESM) is a JavaTM-based, real-time, configuration management application for Nortel's Ethernet products (See Note 1). Network managers can discover, view, and configure more than 500 network devices, 1, EA; LI 067, M1053-131; M-Series Cabinet 84"Hx27.3"Wx36"D, 45 RU, Gray, 4 Square Punched Rails, Top & Side Panels, Vented Plexi Front & Rear Doors (M-Series), 1, EA; LI 068, 12638-001; Square Punch, Hardware Kit, Cage Nuts & Pan Head Pilot Point Screws, 10-32, 1/2" (25 Per Package), 4, PG; LI 069, 10506-116; Cable Runway Elevation Kit, 4-6", Gray (M-Series), 1, EA; LI 070, 13179-721; Vert. Power Strip 20-Outlet, IEC320 C20 IN, IEC320 C13 OUT (230VAC 50 Hz), 1, EA; LI 071, 12480-702; Fan Kit, 300cfm, 230Vac (M-Series) w/ IEC320 C14 Receptacle (2 per pkg), 1, PG; LI 072, 30139-719; Universal Horizontal Cable Manager, 1 RU (H1.75"x5"D), 2, EA; LI 073, 13169-701; Front to Back Horizontal Cable Channels, (2 per pkg) (W1.75"x2.38"H) (between Vertical ECMs), 2, PG; LI 074, 13171-700; Vertical Cable Manager Enhanced, Sides (3.50"x1.75"X7'H), 3, EA; LI 075, 90-C5E-5YL; Patch Cord, Straight Thru, Yellow Snagless, CAT 5E, 5 Ft. (100BaseT connection), 10, EA; LI 076, 90-C5E-5GN; Patch Cord, Straight Thru, Green Snagless, CAT 5E, 5 Ft. (100BaseT connection), 10, EA; LI 077, 749924 ; Dual Fiber Patch Cord, 5 meter, DX MM 50 Micron SC-SC, 2, EA; LI 078, 747072 ; Dual Fiber Patch Cord, 10 meter, DX MM 50 Micron SC-SC, 2, EA; LI 079, 840831; Dual Fiber Patch Cord, 15 meter, DX MM 50 Micron SC-SC, 2, EA; LI 080, A02K2-6666-20M; Dual Fiber Patch Cord, 20 meter, DX MM 50 Micron SC-SC, 2, EA; LI 081, 711865 ; Dual Fiber Patch Cord, 5 meter, DX MM 50 Micron SC-LC, 2, EA; LI 082, 747093 ; Dual Fiber Patch Cord, 10 meter, DX MM 50 Micron SC-LC, 2, EA; LI 083, 840860; Dual Fiber Patch Cord, 15 meter, DX MM 50 Micron SC-LC, 2, EA; LI 084, A02K2-6673-20M; Dual Fiber Patch Cord, 20 meter, DX MM 50 Micron SC-LC, 2, EA; LI 085, 774547 ; Dual Fiber Patch Cord, 5 meter, DX MM 50 Micron SC-ST, 2, EA; LI 086, 808039; Dual Fiber Patch Cord, 10 meter, DX MM 50 Micron SC-ST, 2, EA; LI 087, 840835; Dual Fiber Patch Cord, 15 meter, DX MM 50 Micron SC-ST, 2, EA; LI 088, A02K2-3166-20M; Dual Fiber Patch Cord, 20 meter, DX MM 50 Micron SC-ST, 2, EA; LI 089, 401-100-CS1000; Cable 100 ft, CS1K Assembly, 4 - F50 Pin Amp Connector / 100 Pr X - MDF, 6, EA; LI 090, 7023708 ; Cross Connect Wire, 1 Pair, 24 Awg. Solid, Blue/White (1,000 Foot Roll), 8, RL; LI 091, 7023864 ; Cross Connect Wire, 1 Pair, 24 Awg. Solid, Red/White (1,000 Foot Roll), 8, RL; LI 092, 103006463-6591; UPS, PW9130i3000R-XL2U 3KVA/Internal Battery (160-288 VAC 50/60 Hz) 2 RU, IEC320 C20 In, C19 out, 8 - C13 out, 1, EA; LI 093, 103006460-6591; EBM, 48VDC External Battery Module (for 9130RM 2 & 3 KVA UPS) 2RU, 4, EA; LI 094, 116750222-001; Connect UPS, SNMP-BD 10/100BaseT Hub card (for Powerware 9125 UPS), 1, EA; LI 095, 5282-118; Power Cord, Jumper Male-Female 16A/250V IEC 320 C19 - C20, 1, EA; LI 096, 3500-039; Power Cord, Jumper Male-Female IEC 320 C13 - C14, 1m, 10, EA; LI 097, 3500-079; Power Cord, Jumper Male-Female IEC 320 C13 - C14, 2m, 10, EA; LI 098, 5084-120; Power Cord, IEC320 C19 to NEMA L6-20P Twist Lock, 20A/250V, 10ft., 1, EA; LI 099, NTTL04GA; TM, 1000 Sets Expansion, 1, EA; LI 100, NTMN32GC70E6; M3902 Basic, Rel. 3, Charcoal: Meridian/Succession w/ 2 Line Display, 50, EA; LI 101, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 2, EA; LI 102, NTDW60BBE5; MGC - Gateway Controller R5.0, 5, EA; LI 103, NTDW62AAE5; MGC 32-Port DSP Daughterboard, 4, EA; LI 104, NTDW64AAE5; MGC 96-Port DSP Daughterboard, 2, EA; LI 105, NTDW77AAE5; PRI Gateway, Digital Euro ISDN, 2.044 Mbs E1/PRI - 30 trunk, 4 PRIs per Gateway, 1, EA; LI 106, NTM44055E6; System Backup CPPM CompactFlash Card, Release 5.5 Pre-loaded (512MB), 1, EA; LI 107, NTM427ABE6; CP PM Signaling Server Software CompactFlash Card, Release 5.5, 1, EA; LI 108, N0116597; Memory Card, CompactFlash, 512MB, 2, EA; LI 109, N0005129; Memory Card, CompactFlash, 1GB, 2, EA; LI 110, N0071470; 128MB Blank Compact Flash Card, 8, EA; LI 111, NTDU96AC70E6; IP Phone 2007. Colour Touchscreen LCD; Without Power Supply; Includes Stylus, 4, EA; LI 112, GW5500811; Software Release Subscription SVC - BASIC-SL811 (1 Year), 1076, EA; LI 113, SVOM0060; SRS Enablement - SW Upgrade Existing to Release 5.5 Like for Like per User, 592, EA; LI 114, NTE960JC; System Upg to CS1000E CPPM SA Release 5.5, 1, EA; LI 115, NTM440CB; CF R5.5 SW Inst Kit Single Processor, 1, EA; LI 116, N0134948; Full Application Site Move Summary, 1, EA; LI 117, NTE907CB; ISM, DIGITAL SET, Premium Services 5.5, 384, RTU; LI 118, NTE907EB; ISM, IP User Extension License, Premium Services 5.5, 100, RTU; LI 119, NTE980JA; ISM, SIP Access Port License, All Systems, 32, RTU; LI 120, NTWB17AA; Upgrade to CS1000E CPPM - SA, 1, EA; LI 121, NTWB22AA; Conversion to MG 1000E R5, 1, EA; LI 122, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 2, EA; LI 123, NTHU64CA; Upgd CD for Sig Srvr, Release 5.5, 2, EA; LI 124, NTDU80CAE5; Mem Upgrade Kit Sig SVR 512MB, 4, EA; LI 125, NTDU22HA; MG 1000E - Media Gateway Release 5.0, 1, EA; LI 126, NTDU23AC; MG 1000 Chassis Expander, 1, EA; LI 127, NT8D02HAE5; Line Card, Digital, DLC, 16 port, 8, EA; LI 128, NTDW62AAE5; MGC DSP Daughterboard 32, 3, EA; LI 129, NTZE4002; CALLPILOT UPGRADE CODE, 1, EA; LI 130, N0032917; CP 4.0 Keycode Reissue, 1, EA; LI 131, NTZE19BA; VOICE - 50 USERS, 1, EA; LI 132, NTZE19CA; VOICE - 100 USERS, 1, EA; LI 133, NTZE19DA; VOICE - 200 USERS, 1, EA; LI 134, NTZE07EA; CALLPILOT 2 VOICE CHANNELS, 1, EA; LI 135, 90-C5E-5YL; Patch Cord, Straight Thru, Yellow Snagless, CAT 5E, 5 Ft. (100BaseT connection), 10, EA; LI 136, 90-C5E-5GN; Patch Cord, Straight Thru, Green Snagless, CAT 5E, 5 Ft. (100BaseT connection), 110, EA; LI 137, AX101471; GigaBIX Termination Kit, 300 PAIR, 1, EA; LI 138, AX101478; GigaBIX Management Ring, 2, EA; LI 139, 401-100-CS1000; Cable 100 ft, CS1K Assembly, 4 - F50 Pin Amp Connector / 100 Pr X - MDF, 2, EA; LI 140, NTTL43AC; SRS Pre-Paid Upgrade to TM3.2, 1, EA; LI 141, NTTL04FA; TM, 250 Sets Expansion, 1, EA; LI 142, NTHU62AB; CP PM Signaling Server Card, Chassis/Cabinet, Release 5.5, 1, EA; LI 143, NTDW60BBE5; MGC - Gateway Controller -R5, 1, EA; LI 144, NTDW64AAE5; MGC DSP Daughterboard 96, 1, EA; LI 145, NTDW62AAE5; MGC DSP Daughterboard 32, 1, EA; LI 146, N0116597; Memory Card, CompactFlash, 512MB, 1, EA; LI 147, N0005129; Memory Card, CompactFlash, 1GB, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products, and NO "gray market" Bid MUST be good for 30 calendar days after submission IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority (best value to the government - see FAR 2.101) and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. Three Nortel Telephone systems are in need of upgrades to increase both the distribution capacity and the telephone station limit. The 41 USC 253 (c) (1), and FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractors unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Departments requirements as a key component of the Department.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7509e63fe5cad1d434dde226208eb3e7&tab=core&_cview=1)
 
Place of Performance
Address: Springfield, VA 22153<br />
Zip Code: 22153<br />
 
Record
SN01785278-W 20090405/090403220626-7509e63fe5cad1d434dde226208eb3e7 (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.