Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

56 -- NEW - GARLAND CONSTRUCTION MATERIALS

Notice Date
7/6/2020 7:59:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0985
 
Response Due
7/17/2020 10:00:00 AM
 
Archive Date
07/27/2020
 
Point of Contact
Reginald Hayes, Reginaldd.hayes@va.gov, Phone: 214-708-0832
 
E-Mail Address
ReginaldD.Hayes@va.gov
(ReginaldD.Hayes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 1 of Page 11 of 60 Page 1 of This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25720Q0985 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Service Disabled Veteran Owned Set-Aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in Vetbiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 236220 and Size Standard is $26.5M. INTRODUCTION: The Government intends to award a firm fixed price Brand Name or Equal contract. DESCRIPTION OF SERVICES: Network Contracting Office (NCO 17) RPO West is seeking to purchase a triple sink in order to meet current AAMI standard for endoscope processing. The vendor is expected to provide all parts, materials, installation and removal of the old sink. TYPE OF CONTRACT: A Firm Fixed Price PERIOD OF PERFORMANC: Base Period: 08/01/2020 12/31/2020 DELIVERY/ WORK PERFORMWNCE: Delivery shall be made to: North Texas VA Medical Center (NTX) 4500 South Lancaster Road Dallas, TX 75216 FOB Destination: RFQ QUOTE SUBMISSION: Quotes must be received no later than July 17, 2020 11:59pm CST. Email your quote directly to ReginaldD.Hayes@va.gov. The subject line must specify: RFQ 36C25720Q0985 Construction Supplies - Quotes/Offers. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. TECHNICAL QUESTION SUBMISSION: Questions must be received no later than July 15, 2020 at 10:00am CST. Email your questions directly to ReginaldD.Hayes@va.gov. The subject line must specify: RFQ 36C25720Q0985 Construction Supply - Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. EVALUATION OF OFFER(S): The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Non-Price Factors: Registered in VIP Registered SAM Completeness of all items listed Delivery Projection Past Performance Price Factor(s): Price The factors will be rated Acceptable or Unacceptable . Non-price factors is more important than Past Performance. Past Performance is more important than Price. The combined rating of Nonprice Factors and Past Performance is more important than Price. Price is evaluated in relation to the discernable value identified in the Non-price factors and then to the IGCE. The following factors shall be used to evaluate offers:  Non-Price Factors: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.  Contractor shall provide current SDVOSB certification in VIP. Contractor shall provide current SAM registration. Pricing must be provided for all listed items. Contractor shall deliver all items at the same time. The Government prefers no back ordered items. In the event market forces dictate the Government will consider back order items in terms of price and projected delivery. Past Performance: The Contracting Officer may also use information available in the Past Performance Retrieval System (PPIRS) when evaluating contractor past performance. The contracting will review PPIRS for offerors for the last 3 years. If no past performance is available in PPIRS it will be considered acceptable and or neutral. Price (Follow these instructions): Offeror shall complete the Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.  Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 ""Offeror Representation and Certifications -Commercial Items"" and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. STATEMENT OF WORK GENERAL: The North Texas VA Medical Center has a need for the follow construction supply items to be deliver to 4500 South Lancaster Road, Dallas Tx 75217. No services are required. Delivery only. DESCRIPTION: The contractor shall provide all labor, supervision and all other resources required to deliver the requirements stated below. These items are to be shipped FOB destination. SEE ATTACHED DOCUMENT FOR FURTHUR DISCRIPTION QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE Base Period: 08/01/2020 12/31/2020 CLIN* DESCRIPTION: Manf. Code ESTIMATED QUANTITY: UNIT PRICE: TOTAL PRICE: 0001 SPRG 3G, 16""STUD BOX MOUNT BRACKET BB816 50 $ _______ $______ 0002 SPRG 11-18"" BOX MOUNT BRACKET` BB216T 100 $ _______ $______ 0003 1/2"" Flex Screw In Diecast Connector 520DC2 200 $_______ $_______ 0004 3/4"" Flex Screw In Diecast Connector 521DC2 100 $_______ $______ 0005 1/2"" ALUMINUM Flexible Conduit 100 Ft Roll ALF12 1000 Ft $_______ $______ 0006 3/4"" ALUMINUM Flexible Conduit 100 Ft Roll ALF34 500 Ft $_______ $______ 0007 6 FT FLEXABLE METAL CLAD WHIP 55294001 100 EA $_______ $______ 0008 2x2 Lay In Fixture Encounter LED Series Eaton LTG 22EN-LD2-34-UNV-L840-CD1-U 80 EA $_______ $______ 0009 Hart & Cooley SBP Steel Shallow Backed, T-Bar, Perforated Supply with Adjustable Deflectors, Fixed Collars, color White, 24 x 24 (6 collar) 050848 40 EA $_______ $______ 0010 Hart & Cooley SBP Steel Shallow Backed, T-Bar, Perforated Supply with Adjustable Deflectors, Fixed Collars, color White, 24 x 24 (8 collar) 050849 25 EA $_______ $______ 0011 VENTI AIR Series 503 24 in. x 24 in. Square T-Bar 3 Cone Step Down Drop Ceiling Lay In 4-Way Diffuser with 10 in. Neck/Collar HT3D10 45 EA $_______ $______ 0012 VENTI AIR Series 503 24 in. x 24 in. Square T-Bar 3 Cone Step Down Drop Ceiling Lay In 4-Way Diffuser with 6 INCH. Neck/Collar HT3D06 1 EA $_______ $______ 0013 6 Flex Duct (FLEX DUCT R6 FOIL 6 IN X 25 FT) R-6.0 FB296 10 BAGS $_______ $______ 0014 8 Flex Duct (FLEX DUCT R6 FOIL 6 IN X 25 FT) R-6.0 FB296 9 BAGS $_______ $______ 0015 10 Flex Duct (FLEX DUCT R6 FOIL 6 IN X 25 FT R-6.0 FB296 14 BAGS $_______ $______ 0016 10 in. Starting Collar with Damper R8 :50210 25 EA $_______ $______ 0017 Panduit Straps (DUCTSTRAP NYLON 36 IN 50 PACK) STRAP-36-50 10 EA $_______ $______ 0018 Stanley Fat Max - 25 tape measure Model# 33-725Y 10 EA $_______ $______ 0019 16 Ga. Hollow Metal Frame, 3070 X 578 (4-7/8"" Throat), Crs, Closer Reinforced, Prepped For Three Heavy Duty Butt Hinges And Asa Strike Steelcraft. Locations; . Kd Drywall With Compression Anchors. 20 Minute Label. (11) Left Hand, (10) Right Hand 3070 HM FRAME 11 LH EA 10 RH EA $_______ $_______ $______ 0020 070 HM FRAME 20 MIN WELD Hollow Metal Frame, 6'0"" X 7'0"" X 5-7/8"" Jd, Welded, Closer Reinforced, Prepped For Six Heavy Duty Butt Hinges, Amweld Locations And Automatic Flush Bolts; 20 Minute Label. RHA/LHIA 070 HM FRAME 20 MIN WELD 1 EA $_______ $______ 0021 3070 PSRO 3H/CYL PFC 20M Plain Sliced Red Oak Door, 3' 0"" X 7' 0"" X 1-3/4"". 20Minute Label. Prepped For 3 Heavy Duty Butt Hinges And A Cylindrical Lock. Amweld Locations. Pre-Finished Clear. (11) Left Hand; (10) Right Hand. 3070 PSRO 11 LH EA 10 RH EA $_______ $______ 0022 3070 PSRO 3H/CYL PFC 20M Plain Sliced Red Oak Door, 3' 0"" X 7' 0"" X 1-3/4"". 20Minute Label. Prepped For 3 Heavy Duty Butt Hinges And A Cylindrical Lock Custom Hinge and Lock Locations. Pre-Finished Clear. 3070 PSRO 1 LH EA $_______ $______ 0023 6070 PSRO 3H/CYL/FB PFC 20 MIN Plain Sliced Red Oak Pair. 20 Minute Label. Inactive Door Is Prepped For 3 Heavy Duty Butt Hinges And Automatic Flush Bolts. Active Door Is Prepped For 3 Heavy Duty Butt Hinges, A Cylindrical Lock. Amweld Locations. Pre-Finished Clear. RHA/LHIA Includes Metal Astragal Machined To Accept Hardware. 3070 PSRO 1 PAIR RHA/LHIA $_______ $______ 0024 LCN 4040XP AL Surface Door Closer, Adjustable 1-6, With Trip Pack Arm. Brushed Chrome. Non-sized cylinder is adjustable for interior doors to 5'0"" and exterior doors to 4'0"" Meets ADA requirements UL and cUL listed for self-closing doors without hold-open Tested and certified under ANSI/BHMA A156.4 Grade 1 LCN 4040XP AL 24 EA $_______ $______ 0025 Grade 1 Cylindrical Lock; Rhodes Lever; Brushed Chrome Finish; Privacy Function SCH ND40S RHO 626 2 EA $_______ $______ 0026 Schlage Cylindrical Lock, Rhodes Lever, Brushed Chrome, Prepped For Small Format Ic Core (Core not Included). Entry Function. SCH ND53BD RHO 626 20 EA $_______ $______ 0027 Grade 1 Cylindrical Lock; Prepped For Sfic (Less Core); Rhodes Lever; Brushed Chrome Finish; Storeroom Function - Door Always Locked, Key Required To Enter. SCH ND80BD RHO 626 1 EA $_______ $______ 0028 One Pair Of Semi-Automatic Flush Bolts Pair For Wood Doors. Stainless Steel. 3825LX3815L.630 1 PAIR $_______ $______ 0029 Trimco Kick Plate, Stainless Steel, Beveled On Four Edges With Counter Sunk Screw Holes. 10"" High X 34"" Wide. Includes Mounting Hardware. Heavy duty .050"" stainless steel, Pencil beveled on all four sides standard. KP 1034 B4E CSK 630 24 EA $_______ $______ 0030 TRIMCO 1211 626 Trimco Floor Stop, Universal, Wrought. Base Is 1-3/4"" X 2"" X 1"" High. Brushed Chrome. 1211 626 24 EA $_______ $______ 0031 Silencers For Wood Doors. Package of 100. Grey. High-grade, durable grey rubber. Silencer, metal Frame 1229A GRAY 1 PACKAGE $_______ $______ 0032 5/8"" 4X8 FC SHEETROCK Sheetrock Brand Firecode Core 5/8 in. x 4 ft. x 8 ft. Gypsum Board 300 SHEETS $_______ $______ 0033 SHEETROCK CORNER BEAD 500' CARTON\ Metal Corner Bead 10 FT Length 50 per carton 10 CARTONS $_______ $______ TOTAL $______ 2.3. INVOICE INFORMATION: The contractor shall submit invoices upon Installation completion. Invoices shall be submitted electronically through the OB10 website: http://www.ob10.com/us/en/#&panel1-1. Faxed or mailed invoices will be rejected. Payment will be made by VAFSC, Austin, Texas, thirty (30) days after receipt of a proper invoice. General information to be included on invoices: Submission of a proper invoice including facility name, address, and phone number. Type of service performed. Date(s) of service. 3. WORK HOURS: 3.1. Normal Work Hours: The service schedule shall be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. 3.2. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 4. PERSONNEL 4.1. The contractor shall provide in writing the personnel name and phone number within (10) ten calendar days of the award of the contract. Personnel shall be a qualified and experienced to oversee the personnel assigned to perform the installation services. The contractor s personnel shall correspond with the COR on a regular basis to discuss any problems that the contractor or contractor s personnel may be experiencing during the performance of this contract. Unresolved problems shall be referred to the Contracting Officer for resolution. 4.2. Contractor Service Personnel (CSP). All subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shall maintain clean and neat appearance and shall always wear an identification badge when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the outer garment. The COR shall furnish this badge. Due to conflict of interest, the contractor shall not employ a current DOD employee, military or civilian to provide services under this contract. 4.3. Government point of contact (POC). The COR shall be the Government s POC. If required, the COR shall be designated in writing to the Contractor and the scope of authority shall be set forth therein. Contractor shall respond only to calls from COR or a designated representative from the Medical Center. 5. ACRONYMS AND DEFINITIONS 5.1. Contracting Officer (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 5.2. Contracting Officer s Representative (COR). An individual designated in writing by the Contracting Officer to act as an authorized representative of the Contracting Officer to perform specific contract administrative functions within the scope and limitations as defined by the Contracting Officer. 6. EQUIPMENT OWNERSHIP. 6.1. Title to equipment shall remain with the contractor until installed and established. After completion, a satisfactory inventory and inspection is completed by Contractor, COR and Maintenance personnel. Upon approved inspection, title, equipment, accessories and ownership shall be released to EL Paso Veterans Affairs Health Care System (ELPVAHCS). 7. LIMITED WARRANTY. 7.1. All equipment listed to the attached quote, shall be fit and sufficient for the purpose intended as set forth in the user manuals; and merchantable, of good quality and free from defects in materials or workmanship; for a period of one (1) year from the date of the first invoice under this agreement. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.211-6, Brand Name or Equal BRAND NAME OR EQUAL (AUG 1999) (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- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (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) 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.  Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.  Evaluation of options will not obligate the Government to exercise the option(s). (End of Addendum) 52.217-9, Option to Extend the Term of the Contract 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: 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). Full text can be obtained at http://www.acquisition.gov/far/index.html VAAR 852.212-71 GRAY MARKET AND COUNTERFIET ITEMS GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (DEVIATION) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dbf2499644334fb786d9775fae430565/view)
 
Place of Performance
Address: North Texas VA Medical Center 4500 South Lancaster Road 75216
Zip Code: 75216
 
Record
SN05712287-F 20200708/200706230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.