Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

84 -- SERVICE TO PROVIDE A SAFETY SHOE MOBILE SERVICE AT DEFENSE LOGISTICS AGENCY DISTRIBUTION OKLAHOMA CITY, OKLAHOMA (DDOO) - STATEMENT OF WORK SHOE MOBILE SERVICE FOR DDOO

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330010Q0164
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK FOR SAFETY SHOE SERVICE DDOO. 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0164. This solicitation is unrestricted. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-42 effective 16 JUL 2010, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100713 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2010-32 & 2009-38. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. This is a BRAND NAME or EQUAL acquisition; in accordance with FAR 52.211-16, a list of the salient physical, functional, or performance characteristics that “equal” products must meet are listed below. See Instructions to offerors. DESCRIPTION OF ITEMS: The Defense Distribution Center Oklahoma City, Oklahoma (DDOO) has a requirement for a firm fixed rate contract to provide safety shoe mobile service in accordance with the attached Statement of Work. This requirement is for a twelve (12) month period of performance from October 1, 2010 through September 30, 2011. Contract Clauses FAR 52.212-4 CONTRACT TERMS AND CONDITIONS–COMMERCIAL ITEMS (JUN 2010), ADDENDA TO 52.212-4; THE FOLLOWING CLAUSES APPLY: FAR 52.247-34 F.O.B. DESTINATION (NOV 1991) DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006). FAR 52.252-2 – CLAUSE 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/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause) DLAD 52.204-9000 CONTRACTOR PERSONNEL SECURITY (APR 2008) (a) Work that is performed under this contract/task order, in full or in part, must be performed at the Defense Logistics Agency (DLA) HQ or DLA office(s), and therefore requires physical access to a federally-controlled facility. DLA and its field activity offices require all contractor personnel working on the federally-controlled facility to have a favorably adjudicated investigation prior to commencing work on a contract. Additionally, all DoD consultants and contractor personnel who access federally-controlled information systems must be assigned to positions which are designated at one of three sensitivity levels: IT-I (privileged), IT-II (limited privileged) and IT-III (non-privileged) (Ref DODI 8500.2, Para E2.1.36.). For IT-I, a Single Scope Background Investigation (SSBI) is required; for IT-II a National Agency Check with Law and Credit Checks (NACLC) is required; and for IT-III designated positions, a National Agency Check with written Inquiry (NACI) is required. (b) At the option of the Government, previously completed security investigations may be accepted in lieu of new investigations if determined to be essentially equivalent in scope to the required investigation. The length of time elapsed since the previous investigation will also be considered in determining whether a new investigation is warranted. In order to assist the Government in making this determination, the contractor must provide the following information to the contracting officer immediately upon receipt of the contract or when an employee is proposed for work requiring access to a federally-controlled facility or information system. This information must be provided for each contractor employee who will perform work on a federally-controlled facility and/or will require access to federally-controlled information systems: (1) Full name, with middle initial (2) Social Security Number (3) Citizenship status (4) Date of Birth (5) Place of Birth (6) Proof of the individual’s favorably adjudicated background investigation, consisting of identification of the type of investigation performed, date of the favorable adjudication, and name of the agency that performed the investigation. (7) Company name and address (8) Company phone and fax numbers (9) Company email address (10) Location of on-site workstation or phone number if off-site (if known prior to award) (11) Delivery order or contract number and expiration date (12) Name of contracting officer (c) The Government will notify the contractor as soon as a determination is made regarding acceptance of the previous investigation. If a new investigation is deemed necessary, the contractor will be notified by the contracting officer or contracting officer’s representative (CO/COR). It is the contractor’s responsibility to ensure that adequate information is provided and that each contractor employee completes the appropriate paperwork in order to begin the investigation process. The contractor shall submit each request for investigation, through the CO/COR, to the DLA site Security Office. Submission shall include a Contractor Request Form, with supporting documentation, which states what information technology level and access is required for the position. Request shall include: (1) SF 85P, Questionnaire for Public Trust Positions; (2) FD Form 258, Fingerprint Card (the DLA site Security Office will perform all fingerprinting); (3) Proof of Citizenship (birth certificate or passport are acceptable, and must be the original or a certified copy); and (4) Appropriate documentation from the Immigration and Naturalization Service if the applicant is a foreign national. Required documentation, set forth above, must be provided to the DLA site Security Office. (d) If an investigation is required for unescorted entry purposes, the National Agency Check (NAC) results will be forwarded to the HQ DLA Enterprise Support (DES) Public Safety Office, Personnel Security Division (DES-SC) for review and determination regarding the applicant’s eligibility to occupy the specified position in performance of the DLA contract. If an SSBI, NACLC or NAC is required for logical/IT access, the results of the investigation are returned to the Defense Industrial Security Clearance Office (DISCO) for review and determination regarding the applicant’s eligibility to access DLA information systems. Determinations made by DISCO will be reflected in the Joint Personnel Adjudications System (JPAS). (e) A waiver to allow assignment of an individual to commence work prior to completion of the NAC investigation may be granted in emergency situations when it is determined that a delay would be harmful to national security. A request for waiver will be considered only after the Government is in receipt of the individual’s completed forms. The DLA site Security Office and the contracting officer reserve the right to determine whether a waiver request will be forwarded for processing. The individual requesting the waiver may not be assigned to a position, may not physically work at the federally-controlled facility and/or be granted access to federally-controlled information systems, until the waiver has been granted. (f) The requirements of this clause apply to the prime contractor and any subcontractors the prime contractor may employ during the course of this contract, as well as any temporary employees that may be hired by the contractor. When the Government, in its sole discretion, determines that the contractor’s continued presence on a federally-controlled facility or access to federally-controlled information systems presents an unacceptable security risk, the Government retains the right to require removal of contractor personnel, regardless of prior clearance or adjudication status. The reason for removal shall be fully documented in writing by the contracting officer. When and if such removal occurs, the contractor shall assign qualified personnel, with the required NAC, to any vacancy thus created. (g) All contractor personnel who are granted access to Government Federally-controlled information systems shall observe all local automated information system (AIS) security policies and procedures as provided by the DLA site Information Systems Security Officer. Violations of local AIS security policy, such as password sharing, performing personal work, file access violations, or browsing files outside the scope of the contract, may result in removal of the employee from Government property and referral to the contractor for appropriate disciplinary action. Actions taken by the contractor in response to a violation will be evaluated and will be reflected in the contractor’s performance assessment for use in making future source selection decisions. In addition, based on the nature and extent of any violations of AIS security policy, the Government will consider whether it needs to pursue any other actions under the contract such as a possible termination. (h) The contractor is required to obtain a Common Access Card (CAC) in accordance with procedures established at the DLA HQ or field activity office. (i) Any new or replacement contractor employee must meet the NAC requirements of this clause, and may not begin work on the contract without written documentation signed by the contracting officer, stating that the new employee has met one of the criteria set forth in paragraphs (b), (c), or (e) of this clause, i.e., acceptance of a previously completed security investigation, satisfactory completion of a new investigation, or a waiver allowing commencement of work pending completion of an investigation. Individuals removed from this contract as a result of a violation of local AIS security policy are removed for the duration of the contract. (j) The contractor shall notify the contracting officer in writing, within 12 hours, when an employee working on this contract resigns, is reassigned, is terminated, or no longer requires admittance to the federally-controlled facility or access to federally-controlled information systems. The contractor is responsible for the turning in of identification badges, CAC Card and vehicle decal. The contractor must also complete the Information Operations Out-processing Checklist, which can be obtained by contacting the Information Assurance Operations Office (J6FA). The checklist must be completed, initialed and dated before submitting at the final checkout point. (k) These security requirements do not excuse the contractor from meeting the delivery schedule set forth in the contract, or waive the delivery schedule in any way. Contractor shall meet the required delivery schedule unless the contracting officer grants a waiver or extension. (End of Clause) DDC 52.203-9W04 ORGANIZATIONAL CONFLICT OF INTEREST (FEB 2007) 1. The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to DDC on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any statement of work or specification unless directed to do so in writing by the Contracting Officer. 2. If the contractor in the performance of this contract, obtains access to information such as plans, polices, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited. 3. In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information. (End of Clause) DDC 52.223-9W07 ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION (FEB 2007) Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. (End of Clause) DDC 52.232-9W09 INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD (JUN 2007) This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". (End of Clause) DDC 52.237-9W21 MANAGEMENT OF CONTRACTOR EMPLOYEES (MAR 2007) The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Statement Of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. (End of Clause) DDC 52.246-9W24 SUBMISSION OF SERVICE/DELIVERY SLIPS (MAR 2007) Service verification slips must be delivered to the Technical POC/Contracting Officer’s Representative (COR) following each on-site visit. Verification slips shall include the contract number, person’s name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. (End of Clause) DDC 52.247-9W08 MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB 2007) Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (JUN 2010) in paragraph (b) The following clauses apply: FAR 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003). FAR 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (APR 2009). FAR 52.222-3 CONVICT LABOR (JUN 2003) FAR 52.222-19 CHILD LABOR–COOPERATION WITH AUTHORITIES AND REMEDIES (AUG 2009) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) FAR 52.222-26 EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) FAR 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (JUN 2008) FAR 52.232-36 PAYMENT BY THIRD PARTY (FEB 2010) FAR 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (FEB 2006) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS. (NOV 2009) THE FOLLOWING ADDITIONAL CLAUSES/PROVISIONS APPLY: DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009) DFARS 252.225-7036 BUY AMERICAN ACT–FREE TRADE AGREEMENT–BALANCE OF PAYMENTS PROGRAM ALT I (JUL 2009) DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS 252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (MAR 2000) The FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil ATTACHMENT Attachment 1 – Statement of Work, Safety Shoe Mobile Service for Defense Distribution Center Oklahoma City, Oklahoma (DDOO). Period of Performance and Line Items CLIN – 0001 Mobile Service to provide Safety Shoes to employees at DDOO in accordance with the attached Statement of Work for a time period of one year from 01 October 2010 through 30 September 2011. Total quantity is not-to-exceed 500 pairs of shoes SOLICITATION PROVISIONS FAR 52.212-1 INSTRUCTION OF OFFERORS-COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION. ADDENDA TO 52.212-1: THE FOLLOWING PARAGRAPHS ARE HERBY DELETED FROM THIS PROVISION: (E) MULTIPLE OFFERS AND (H) MULTIPLE AWARDS. FAR 52.211-6 BRAND NAME OR EQUAL. (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00PM ET, August 09th, 2010: Email to: Michael.Minto@dla.mil ; Fax to: 717-770-7591 Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. Evaluation for award shall be in accordance with FAR 52.212-2 Evaluation – commercial Items (Jan 1999). Award will be based upon the lowest evaluated prices for all items listed above. Note: a quantity of 1 each is used for evaluation purposes only. For each Period of Performance, Offerors must submit a price quote for the following styles of safety shoes, brand name or equal: (1)Dr Martens – D7A12 - 1 each $______________ Salient Characteristics - 5 eyelet steel toe shoe. Full-grain leather upper. Electrical hazard rated air cushioned out sole for added comfort. Sole resit oil - fat - acid - petrol - and alkali. Outsole incorporates a defined heel for added safety. (2)Dr Martens - D8845 – 1 each $_______________ Salient Characteristics - industrial footwear achieves ANZI Z41 recognized standards for foot protection. The steel toe work boot uses tumbled full grain leather lined in the quarter and vamp. Air cushion sole resists oil fat acid petro and alkili SPT sole. (3)Dr Martens - D8855 – 1 each $_______________ Salient Characteristics - lace to toe, steel toe boot (4)Harley Davidson – D81615 – 1 each $____________ Salient characteristics - Padded collar. Breathable lining. Full cushion sock liner. Goodyear welt construction. Full grain leather upper. Oil-resistant rubber lug outsole. Steel toe rated ANSI Z41 PT99 I/75 C/75 (5)Harley Davidson - 91015 – 1 each $____________ Salient characteristics – Harley Davidson men’s torque steel toe boot; full grain leather upper. Padded collar, breathable lining. Full length cushion sock lining. Oil-resisting rubber sole. (6)Harley Davidson – 91137 – 1 each $____________ Salient Characteristics - Full grain leather upper ; Full cushion sock lining ; Oil-resisting rubber outsole ; Goodyear welt construction; and Steel Toe Rated-ASTM F2413-05 1/75 C/75 (7)Wolverine – W04707 – 1 each $_______________ Salient characteristics - Full grain leather upper. Unlined. Removable dual-density EVA insole. Rubber and polyurethane Slip Resistant outsole. Goodyear welt construction. Steel toe rated ANSI I/75 C/75 EH. Sole Best For: Oil - Water - Abrasion - Chemical - Heat - Slip (8)Wolverine - W02625 – 1 each $________________ Salient Characteristics - Nubuck leather and mesh upper; PK mesh lining; cement construction; removable full-cushion footbed; nylon shank; slip resistant with electrical hazard protection; rubber cup outsole; sole is oil, water, abrasion, chemical and slip resistant; steel toe rated ATSM F2413-05 M I/75 C/75 EH; and height – hiker work boot. TOTAL FOR ALL ITEMS - $____________________ The quantities, brands and styles of safety shoes available for purchase are not limited to those cited above. Those quantities, brands and styles are included for pricing evaluation purposes only. It is anticipated and desired that offerors will offer a variety of brands and styles at a range of prices. The quantities shown above are estimated only. They represent the Government’s best known estimated quantity for each year. If the Government’s requirement do not result in the quantity described as estimated; such event shall not constitute the basis for an equitable price adjustment under this contract. Payment will only be for the actual quantities provide to the Government at the prices specified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330010Q0164/listing.html)
 
Place of Performance
Address: Defense Distribution Center Oklahoma Tinker AFB, 3301 F. Avenue Bldg 506, Oklahoma City, Oklahoma, 73415, United States
Zip Code: 73415
 
Record
SN02220468-W 20100730/100728235128-63cedf19211c2d1cde58137045e6221f (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.