Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOLICITATION NOTICE

54 -- Gaseous Run Tanks for MRET Facility

Notice Date
1/14/2021 7:35:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930021Q6007
 
Response Due
1/21/2021 11:00:00 AM
 
Archive Date
02/05/2021
 
Point of Contact
Andrea Brooks, Phone: (661) 277-8777, Chelsi Creamer, Phone: (661) 277-1993
 
E-Mail Address
andrea.brooks.3@us.af.mil, chelsi.creamer.1@us.af.mil
(andrea.brooks.3@us.af.mil, chelsi.creamer.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number and a statement that the solicitation is issued as request for quotation (RFQ). The solicitation number is FA930021Q6007 and this is a request for quotation (RFQ) (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular ___. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular current to FAC 2021-02, Effective Date: 11-23-2020. (iv) A notice regarding any set-aside and the associated NAICS code and small business size standard. This solicitation is 100% SET-ASIDE FOR SMALL BUSINESSES. The NAICS code is 332420 and the small business size standard is 750 employees. (v) A list of line item number(s) and items, quantities, and units of measure, (including option(s), if applicable). *****Tanks must meet the following additional requirements***** Two 40-gallons of tankage Rated to 10,000 psi Gas bottle configuration (no piston, no bladder; tanks may be of the piston type without the piston) Working fluid is Gaseous Methane or Oxygen (not a mixture) Working temperatures from -15�F to 150�F Bottom material must be stainless steel with teflon seals Sealing material Teflon Custom fittings to adapt to Grayloc GR11, 1 1/2"" hubs are required on each end of the tank Provisions for lifting the tank, such as eyes, tabs, or threaded holds suitable for installing lifting eyes must be provided. Tanks are limited to outer dimensions between 9"" - 15� in diameter, and overall lengths under 28 feet to fit into the system with the existing tanks and limited space.� There is limited flexibility with these dimensions� Attached is a drawing of the custom fitting to go onto the inlet and outlet of the tanks. (vi) �Description of requirements for the items to be acquired. *****Requirements�Gaseous Run Tanks (MRET)***** AFRL/RQRC requires high-pressure accumulators/run tanks for the construction of their new Multiscale Rocket Engine Test (MRET) facility.� Two 40-gallons of tankage are needed for the 10,000 psi working pressure system.� (vii) Date(s) and place(s) of delivery and acceptance and FOB Destination. Desired receipt of the Gaseous Tank(s) is twelve (12) months from receipt of award. Please indicate the anticipated lead time for delivery.� The place of delivery and acceptance is the Air Force Research Lab, Edwards AFB, CA� 93524, United States. FOB Destination required. (viii) A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. (ix) A statement regarding the applicability of the provision at 52.212-2, Evaluation -- Commercial Items, if used, and the specific evaluation criteria to be included in paragraph (a) of that provision. If this provision is not used, describe the evaluation procedures to be used. This will be a lowest priced technically acceptable acquisition In Accordance With paragraph (v) & (vi) of this combined synopsis / solicitation. a. Price b. Technical capability of the offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. �Technical acceptability� is based on offers which meet all the requirement in section (v) and (vi) of this RFQ. (x) A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The response should include verification of completion of the Offeror�s Representation and Certifications � Commercial Items in accordance to FAR 52.212-3.� This provision can be completed at the System for Award Management (SAM) website at http://www.sam.gov. �If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load required information. Any response received without completing this registration will be considered noncompliant. (xi) A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii) A statement that the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items, applies to this acquisition, including the following clauses: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Aug 19) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) (4) 52.233-3, Protest After Award (AUG 96) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 04) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 20) (15 U.S.C. 644). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 20) (15 U.S.C. 632(a)(2)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 20) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 15). _X_ (28) (i) 52.222-26, Equal Opportunity (Sep 16) (E.O. 11246). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Oct 20) (22 U.S.C. chapter 78 and E.O. 13627). _X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 20) (E.O. 13513). _X_� (46) 52.225-1, Buy American--Supplies (May 14) (41 U.S.C. chapter 83). _X_ �(49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 08) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ �(55) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 18) (31 U.S.C. 3332). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at FAR 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 20) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 20) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 15). (viii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (ix) 52.222-35, Equal Opportunity for Veterans (Jun 20) (38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 20) (29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Jun 20) (38 U.S.C. 4212). (xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 10) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (Aug 18), (41 U.S.C. chapter 67). (xiv) (A) 52.222-50, Combating Trafficking in Persons (Oct 20) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 15) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 14) (41 U.S.C. chapter 67.) (xvi) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 14) (41 U.S.C. chapter 67) (xvii) 52.222-54, Employment Eligibility Verification (Oct 15) (E. O. 12989). (xviii) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 20). (xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 17) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 17) (5 U.S.C. 552a). (B) Alternate I (Jan 17) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 16) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Jun 20) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 06) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR �52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of Clause) (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following provisions and clauses apply to this acquisition. PROVISIONS INCORPORATED BY REFERENCE FAR 52.204-7��������������������� Systemfor Award Management (Oct 16) FAR 52.204-16������������������� Commercial and Government Entity Code Reporting (Aug 20) FAR 52.204-24� � � � � � � � � � Representation�Regarding Certain Telecommunications and Video Surveillance Services of Equipment� � � � � � � � � � � � � � � � � � � � � � � (Oct 20) FAR 52.204-26� � � � � � � � � � Covered Telecommunications Equipment or Services-Representation (Oct 20)� FAR 52.209-11������������������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) FAR 52.212-3 Alt I��� ������� Offeror Representations and Certifications--Commercial Items (Nov 20) DFARS 252.203-7005������ Representation Relating to Compensation of Former DoD Officials (Nov 11) DFARS 252.204-7008������ Compliance with Safegaurding Covered Defense Information (Oct 16) DFARS 252.247-7022������ Representation of Extent of Transportation of Supplies by Sea (Jun 19) ��������������� CLAUSES INCORPORATED BY REFERENCE FAR 52.204-10������������������� Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 20) FAR 52.204-13������������������� System for Award Management Maintenance (Oct 18) FAR 52.204-18������������������� Commercial and Government Entity Code Maintenance (Aug 20) FAR 52.204-19������������������� Incorporation by Reference of Representations and Certification (Dec 14) FAR 52.204-21������������������� Basic Safeguarding of Covered Contractor Information Systems (Jun 16) FAR 52.209-6��������������������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 20) FAR 52.219-14������������������� Limitations on Subcontracting (Mar 20) FAR 52.232-39������������������� Unenforceability of Unauthorized Obligations�(Jun13) FAR 52.232-40������������������� Providing Accelerated Payments to Small Business Subcontractors (Dec 13) FAR 52.247-68������������������� Report of Shipment (REPSHIP) (Feb 06) DFARS 252.203-7000������ Requirements Relating to Compensation of Former DoD Officials (Sep 11) DFARS 252.203-7002������ Requirement to Inform Employees of Whistleblower Rights (Sep 13) DFARS 252.204-7003������ Control of Government Personnel Work Product (Apr 92) DFARS 252.204-7012������ Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) DFARS 252.204-7015������ Disclosure of Information to Litigation Support Contractors (May 16) DFARS 252.211-7003������ Item Unique Identification and Valuation (Mar 16) DFARS 252.223-7008������ Prohibition of Hexavalent Chromium (Jun 13) DFARS 252.225-7001������ Buy American and Balance of Payments Program (Dec 2017) DFARS 252.225-7048������ Export Controlled Items (Jun 13) DFARS 252.232-7003������ Electronic Submission of Payment Requests and Receiving Reports (Dec 18) DFARS 252.232-7010������ Levies on Contract Payments (Dec 06) DFARS 252.243-7001������ Pricing of Contract Modifications (Jun 13) DFARS 252.244-7000������ Subcontracts for Commercial Items (Oct 20) DFARS 252.247-7023������ Transportation of Supplies by Sea (Feb 19) CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 Wide Area Workflow Payment Instructions (DEC 18) (a) Definitions. As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)� Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price line items that require shipment of a deliverable.) (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. ____________________________________________________________ (Contracting Officer: Insert either �Invoice 2in1� or the applicable invoice and receiving report document type(s) for fixed price line items for services.) (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. [Note: The Contractor may use a WAWF �combo� document type to create some combinations of invoice and receiving report in one step.] (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF� - Data to be entered in WAWF Pay Official DoDAAC��� Issue By DoDAAC��� Admin DoDAAC**��� Inspect By DoDAAC��� Ship To Code��� Ship From Code��� Mark For Code��� Service Approver (DoDAAC)��� Service Acceptor (DoDAAC)��� Accept at Other DoDAAC��� LPO DoDAAC��� DCAA Auditor DoDAAC��� Other DoDAAC(s)��� (*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations apply, insert �See Schedule� or �Not applicable.�) (**Contracting Officer: If the contract provides for progress payments or performance-based payments, insert the DoDAAC for the contract administration office assigned the functions under FAR 42.302(a)(13).) (4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. ________________________________________________________________ (Contracting Officer: Insert applicable information or �Not applicable.�) (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of clause) AFFARS 5352.201-9101 Ombudsman (Oct 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524, Phone 661-277-2810 or Fax (661) 277-7593.� Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. N/A (xv) The date, time and place offers are due. All responses to this RFQ must be received NO LATER THAN January 21, 2021 at 2:00 p.m. PST (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. All replies are to be provided to the Contracting Specialist, Andrea Brooks, andrea.brooks.3@us.af.mil, and the Contracting Officer, Chelsi Creamer, chelsi.creamer.1@us.af.mil.� All responses to this RFQ must be received NO LATER THAN January 21, 2021 at 2:00 p.m. PST. Telephone requests to be placed on a mailing list will not be honored.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ace6e49c536490f9dedaa65088a689b/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05892600-F 20210116/210114230109 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.