Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2025 SAM #8602
SPECIAL NOTICE

91 -- AMMENDMENT SPE605-25-R-0208-0005 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9) SOLICITATION

Notice Date
6/13/2025 5:52:34 AM
 
Notice Type
Special Notice
 
NAICS
324110 — Petroleum Refineries
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE50625R02080005
 
Response Due
6/20/2025 7:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
SANDRA A SMALLWOOD, Phone: 8047740904, Kimberly Binns, Phone: 57173637606
 
E-Mail Address
sandra.smallwood@dla.mil, kimberly.binns@dla.mil
(sandra.smallwood@dla.mil, kimberly.binns@dla.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Offerors must acknowledge receipt of this amendment by filling out block 8, and signing and dating blocks 15A, 15B, and 15C (on page 1), and submit in the DLA Energy PC&S Offer Entry Tool (OET). RFP SPE605-25-R-0208 was updated with RFP SPE605-25-R-0208 Amendment 0001, Amendment 0002, Amendment 0003, and Amendment 0004. RFP SPE605-25-R-0208 Amendment 0005 is being issued to close out the question and answer (Q&A) period with an end date and time of June 10, 2025 at 10:00 PM; Fort Belvoir, VA ESD. As well as provide all questions and answers provided during the Q&A period. VENDOR QUESTIONS and ANSWERS PROVIDED 1) Question: Is it possible to request the following items be sent our way in Excel format for: Attachment B � Small Business set aside SLINS Attachment C � Govt preferred indexes & escalators Attachment S � Alaska six month extension quoted offer Answer: DLA Energy DDF Team is not providing excel sheets for 1) Attachment B � Small Business set aside SLINS 2) Attachment C � Govt preferred indexes & escalators 3) Attachment S � Alaska six month extension quoted offer has been changed to read Attachment S - Options Pricing Submission Spreadsheet and has been provided as an excel spreadsheet in Amendment 0002 and an UPDATED excel spreadsheet in Amendment 0004 2) Question: Can DLA clarify whether the 10% price evaluation preference for HUBZone small business concerns applies to the full and open competition line items in this solicitation and If it does not currently apply, we respectfully request the inclusion of FAR clause 52.219-4, �Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022),� in accordance with the FAR provisions. Answer: The 10% price evaluation preference for HUBZone small business concerns applies to the full and open competition line items in this solicitation and FAR Clause 52.219-4, under Section M EVALUATION FACTORS FOR AWARD, FACTOR 3: PRICE, PRICE EVALUATION FACTOR was added the solicitation in amendment 0001. 3) Question: Not sure if anyone has already asked but we are trying to cross reference the Attachment C Escalator, Escalator ID and Base Reference Price (BRP) for �01/02/2025� (which we understand from the Solicitation details to be 02 January 2025) with OPIS Reports we have in hand for Seattle, Anchorage & Fairbanks � many of them are not matching up. Numerous of the BRPs shown in attachment C don�t match up (a few are listed here): OPIS Daily Seattle WA UNL HG 9.0 - $2.5762 but OPIS daily Seattle UNL, rack average $2.5934 OPIS Daily Seattle NO2 ULS � ODSEAT2U - $2.8237 but OPIS Seattle No. 2 ULSD, Rack Average - $2.2749 OPIS Daily Seattle WAS NO1 ULS � ODSEAT1U - $3.3677 but OPIS Seattle No. 1 ULSD, Rack Average - $2.8230 Is it possible to get some clarification on the above BRPs outlined in the Solicitation? Answer: The vendors are reviewing the �without CAR (Washington Cap-at-the-Rack fees)� price. DLA Energy always uses �with CAR� prices. 4) Question: SLIN 0033 and SLIN 0044 Glacier Bay - Are the barge deliveries into Glacier Bay scheduled summer deliveries or year round and how frequent do they need resupply? Answer: SLIN 0033 and SLIN 0044 Glacier Bay -Barge deliveries Monday through Friday except holidays. The customer will process delivery orders based on weather permitting 5) Question: SLIN 0038 escalator price appears to be incorrect showing $2.8700. Please clarify. Answer: SLIN 0038 9140-002474366 FS1 Opis Daily Anchorage AK NO1 $2.6500 6) Question: SLIN 0039 escalator price appears to be incorrect showing $2.6500. Please clarify. Answer: SLIN 0039 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 7) Question: SLIN 0047 Please clarify if the Escalator on this SLIN should be Fairbanks verses Anchorage due to the geographic location of this SLIN. Answer: SLIN 0047 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 8) Question: SLIN 0052 escalator is missing/unknown. Please clarify. Answer: SLIN 0052 9140-002474366 FS1 Opis Daily Anchorage AK NO1 $2.6500 9) Question: SLIN 0070 escalator is missing/unknown. Please clarify. Answer: SLIN 0070 9140-002474366 FS1 Opis Daily Fairbanks NO1 $2.8700 10) Question: SLIN 0089 � FWS AK Maritime � Homer Please confirm mode of delivery (noted as barge). This has been for many years a delivery to the R/V Tiglax at either the pioneer dock (via pipeline) or at our Homer Fuel Dock (via pipeline). Answer: SLIN 0089 is in accordance with customer requirements 11) Question: SLIN 0098 � Petersburg Federal Building No DS1 commercially available in Petersburg. please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0098 Petersburg Federal Building No DS1 has been removed from the solicitation in solicitation amendment 0004. 12) Question: SLIN 0099 � Biorka Island Please confirm the quantity shown (559,000 gallons). Answer: SLIN 0099 DS1 quantity is in accordance with customer requirements 13) Question: SLIN 0103 Level Island � DS1 escalator is missing/unknown. Please clarify. Answer: SLIN 0103 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 14) Question: SLIN 0106 Cape Hinchin Ant Kodiak - DS1 not commercially available in Cape Hinchin � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0106 DS1 Customer is willing to accept DS1/DS2 blend when DS1 is not commercially available in in Kodiak. 15) Question: SLIN 0108 Coghlan Island- escalator is missing/unknown. Please clarify. Answer: SLIN 0108 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 16) Question: SLIN 0109 escalator price appears to be incorrect. Please clarify. Answer: SLIN 0109 9140-015245174 DS1 Opis Daily Fairbanks NO1 ULS $2.7833 17) Question: SLIN 0111 Please clarify if the Escalator on this SLIN should be Anchorage verses Fairbanks due to the geographic location of this SLIN. Answer: SLIN 0111 9140-015245174 DS1 Opis Daily Anchorage AK NO1ULS $2.5563 18) Question: SLIN 00123 Ft. Wainwright- escalator price appears to be incorrect. Please clarify. Answer: SLIN 0123 9140-015245174 DS1 Opis Daily Fairbanks NO1 ULS 2.7833 19) Question: SLIN 0124 � Ketchikan � DS1 not commercially available in Ketchikan � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: Customer is willing to accept DS2 when DS1 is not commercially available in Ketchikan. 20) Question: SLIN 0125 � Ketchikan � DS1 not commercially available in Ketchikan � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0125 Customer is willing to accept DS2 when DS1 is not commercially available in Ketchikan. 21) Question: SLIN 0126 Base Kodiak, Kodiak Housing � DS1 not commercially available in Petersburg � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0126 Customer is able to provide a DS1/DS2 blend when DS1 is not commercially available in Base Kodiak, Kodiak Housing. 22) Question: SLIN 0129 escalator price appears to be incorrect. Please clarify. Answer: SLIN 0129 9140-015245174 DS1 Opis Daily Fairbanks NO1 ULS $2.7833 23) Question: SLIN 0136 NOAA NMFS- Please clarify if the Escalator on this SLIN should be OPIS Seattle versus OPIS Anchorage due to the geographic location of this SLIN. Answer: SLIN 0136 9140-015245174 DS1 Opis Daily Seattle WAS NO1 ULS $3.3677 24) Question: SLIN 0141 DS1 not commercially available in ADQ Kodiak � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0141 Customer is able to provide a DS1/DS2 blend when DS1 is not commercially available in ADQ Kodiak. 25) Question: SLIN 0148 � USCG DDE Petersburg � DS1 not commercially available in Petersburg � please clarify if product item to be either FS1, DS2, or DS1/DS2 Blend Answer: SLIN 0148 DS1 Customer is willing to accept DS2 when DS1 is not commercially available in USCG DDE Petersburg. 26) Question: SLIN 0160 � Coast Guard Exchange � Kodiak (MUR)� Clarify if requirement is already under contract? Answer: Coast Guard Exchange � Kodiak (MUR) is already on contract and was deleted from solicitation under amendment 0002 27) Question: SLIN 0161 � Coast Guard Exchange � Kodiak (MUP) � Clarify if requirement is already under contract? Answer: Coast Guard Exchange � Kodiak (MUP) is already on contract and was deleted from solicitation under amendment 0002 28) Question: SLIN 0162 � Coast Guard Exchange � Kodiak (DS2) � Clarify if requirement is already under contract? Answer: SLIN 0162 � Coast Guard Exchange � Kodiak (DS2) is already on contract and was deleted from solicitation under amendment 0002 29) Question: In this amendment, DLA references DS1 and DS2 fuels designated for off-road use, as detailed in Attachment T � DS1 and DS2. However, according to the official DLA Product Specifications Sheet, these product codes are subject to applicable federal and state excise taxes and should reflect tax-included pricing. Please refer to the attached Quality Assurance Provision, which confirms this tax requirement. To avoid confusion surrounding tax applicability and to ensure accurate product categorization, we strongly recommend revising the referenced fuel types to DSS and DSW, respectively. These classifications appropriately identify non-taxed off-road diesel fuels, in alignment with DLA�s established standards. Answer: The reason DSS isn�t used in our solicitation is because dyed fuel isn�t used in Alaska. It is necessary for vendors to know if the diesel that is being used will be used on-road or off-road. Knowing how the fuel will be used allows the vendor to know whether they need to include taxes in their price. The fuel product type shall remain the same as outlined in the solicitation and amendments 30) Question: While Amendment 0003 issued on June 3, 2025, clearly states that the Eareckson Air Station line items (0014, 0154, 0165, 0167, 0168, 0169) have been deleted and will be re-solicited in a future amendment, these same line items are still appearing as selectable and active in OET as of today. Additionally, the closing date and updated Q&A deadlines reflected in Amendment 0003 do not appear to have been updated in the system either. Answer: Amendment 0003 was received and exported to OET for vendor access 30) Question: Can more clarification on Eareckson line items SLIN (0014, 0154, 0165, 0167, 0168, and 0169) requirements be provided in Section L? Answer: Amendment 0003 removed Eareckson line items SLIN (0014, 0154, 0165, 0167, 0168, and 0169) requirements from solicitation SPE60525R0208 and may be reintroduced to the Alaska 3.9 program requirement in future. 31) Question: Respectfully request reconsideration of the removal of the Eareckson line items (0014, 0154, 0165, 0167, 0168, and 0169) from RFP SPE605-25-R-0208. Answer: Amendment 0003 removed Eareckson line items SLIN (0014, 0154, 0165, 0167, 0168, and 0169) requirements from solicitation SPE60525R0208 and may be reintroduced to the Alaska 3.9 program requirement in future. 32) Question: I requested alternate indexes in OET (attached) and I�m not seeing any of them in OET as of this email. If my alternates are not available when the bid submittal is due on 20 June, then do we use the governments preferred indexes and upload a PDF to provide the indexes we wish to utilize? Answer: All pricing and supporting documentation must be submitted in OET, please input your attached documents in OET and Amendment 0004 was just published on SAM.GOV with attachment U - Pricing Spreadsheet for Alternate Escalators 34) Question: Also as far are the actual price entry into OET by us � are we to just leave the Escalator as it currently is and enter our All IN price based on our preferred escalator, plus markup, plus applicable taxes? Answer: Amendment 0004 was just published on SAM.GOV with attachment U pricing spreadsheet for alternate escalators. 35) Question: Submitted a number of alternate escalator requests in OET � how do we know if those get accepted? Do they appear in OET so we can utilize them as our price basis / escalator in OET for each line item? Answer: The DLA Energy DDF Team will address during discussion period. If the Alternate Escalators are not approved, vendors will have an opportunity to resubmit another escalator or defend why there is a need to use the requested alternate escalator. Nothing happens until vendors enter discussion period 36) Question: Would the Government please clarify the criteria used to assign ""advantageous"" credit to a bidder's offer during the trade-off evaluation? Answer: refer to SECTION M - EVALUATION FACTORS FOR AWARD - FAR 52.212-2 -- Evaluation -- Commercial Product and Commercial Services (NOV 2021) 37) Question: Can the government please clarify if all submission requirements are listed in the instructions Section L? Answer: Amendment 0001 was updated to include Attachment Q - Offeror Submission Package - OSP. The following clauses in Attachment Q are required to be returned completed with your proposal under ATTACHMET Q � Offeror Submission Packet OSP 38) Question: Attachment L contains instructions at the top of the document; however, it does not specify whether or not the offeror is to submit an Attachment L for each Past Performance citation or include all of the information in one document. Would the Government please clarify if the offeror is to submit only one completed Attachment L? Answer: The responsibility to send out the Past Performance Questionnaire rests solely with the Offeror. Once the questionnaires are completed by your reference points of contact, the information therein shall be considered procurement sensitive and shall not be released to you, the Offeror. If an affiliate, subsidiary, or subcontractor is offered as part of the proposal for the completion of this contract, then the offeror must demonstrate how the resources of the subsidiary, affiliate or subcontractor will affect the successful completion of the current solicitation. Completed Past Performance Questionnaires should be submitted via email to Sandra.Smallwood@dla.mil. Contractor Past Performance Data Sheet (Attachment M) - Please submit at least three (3) different entries on the requested information for government and non-government contracts or subcontracts held (not to exceed 3 years since completion) for contracts that are similar to the requirements of this solicitation. Those contracts and/or subcontracts submitted may include those still in progress, however they should have a minimum of one year�s performance history. 39) Question: The referenced text �Failure to provide the full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product� appears to be incomplete. please clarify. Answer: Failure to provide the full specification Refinery Certificate of Quality (COQ) or if sourcing from a location which blends several batches from more than one refinery source (terminal), a current, full specification, Certificate of Analysis (COA), of that blended product will result in an unsuccessful submission of your offer. 40) Question: Upon review of the OET CLINs and Section B, there are 84 contract line items set-aside for Small Business (rather than 88) and 83 that are Full and Open (rather than 79). Would the Government please clarify if this is correct? Answer: Solicitation states SLIN 0076 and SLIN 0166 will not be used in this solicitation which at Full and Open SLIN total is 79 each. As well as 85 SLIN Set Aside for Small Businesses. 41) Question: Please confirm the Supply Commitment Letter can be provided upon award and not with the Original or Final Revised Proposals as indicated in L2.07 (d). Answer: The Supply Commitment Letter must be provided with the Original or Final Revised Proposals as indicated in L2.07 (d). 42) Question: If a Line Item is awarded to a HUBZone joint venture, what level of asset base or resource ownership will the contracting officer use to determine a potential HUBZone Joint Venture performs at least 40% of the aggregate work and that the work performed by the HUBZone awardee is not ministerial or administrative functions, given the nature of the Solicitation�s size, scope, and complexity to ensure transportation and supply of direct delivery fueling requirements? Answer: Offers will be evaluated in accordance with Section M of the solicitation 43) Question: HUBZone Price Evaluation Question 1: CFR Title 13, Chapter I, Part 126, Subpart F � 126.613(a)(4) Example 1 to paragraph (a) demonstrates a scenario in which the certified HUBZone small business concern displaces the large business as the lowest, responsive, and responsible offeror in a full and open competition procurement. In this Solicitation, under this scenario, if higher evaluated prices in a proposal with non-price factors (Past Performance, Technical Ability) that determine another�s offer most advantageous to the Government, could a Best Value award be made to a bidder who submits a higher offer? Answer: Offers will be evaluated in accordance with Section M of the solicitation 44) Question: HUBZone Price Evaluation Question 2: HUBZone Price Evaluation Question 1: CFR Title 13, Chapter I, Part 126, Subpart F � 126.613(a)(4) Example 3 to paragraph (a) demonstrates a scenario in which the contracting officer would not apply the price evaluation preference because the lowest, responsive, responsible offeror is a small business concern. Under this scenario, if higher evaluated prices in a proposal with non-price factors (Past Performance, Technical Ability) that determine another�s offer most advantageous to the Government, could a Best Value award be made to a bidder who is not a small business concern who submits a higher offer? Will the Government confirm that a statement indicating all products and services are compliant with the Trade Agreements Act (TAA) prohibiting business with sanctioned countries meets the intent of the source of supply requirement for both the Supplier Letter of Commitment and Attachment 10, Fuel Sourcing Data Sheet? Answer: FAR 52.225-1, Buy American-Supplies (OCT 2022) Applies to solicitation 46) Question: CLIN 0002 (NPS Denali � McKinley) specifies a delivery address of MP 237 Parks Highway Denali National Park AK 99755. Please confirm road access to this location. Answer: the transportation mode and tank address / location is in accordance with customer requirements. The offeror should submit their offer based on their market research and delivery Methodology 47) Question: CLIN 0020 (NPS Denali � McKinley) is for Aviation Gasoline for tanks located at the McKinley Airstrip. Please confirm this is not an airlift/fly in mode of delivery and there is road access via Tank Wagon to the specified delivery address of MP 237 Parks Highway Denali National Park AK 99755. Answer: The transportation mode is in accordance with customer requirements (Small business Set- Aside) 48) Question: CLIN 0047 (Eielson AFB). The Quantity in the 2025 CLIN Schedule is 1,000.000. However, the stated tank capacities do not align with the quantity requested and indicate this may be an error. Please clarify the correct quantity. Answer: The transportation mode is in accordance with customer requirements 49) Question: CLIN 0048 (FT Wainwright). The Quantity in the 2025 CLIN Schedule is 28,000.000. The quantity specified in the OET is 28,000. The stated quantity of 28,000 does not appear to align with number of tanks (30) and previous year�s volumes. Please confirm the correct quantity for CLIN 0048. Answer: The transportation mode is in accordance with customer requirements 50) Question: CLIN 0049 (Eielson AFB) The 2025 CLIN Schedule states Mode of Delivery is Tank Wagon. The Delivery Notes state �Two Contractor Trucks Required.� Please provide further information on specific scenarios for fuel deliveries requiring multiple contractor trucks. Answer: The transportation mode is in accordance with customer requirements. There are a total of 54 tanks with tank Capacity ranging from 500 USG to 30,000 USG, which may require 2 trucks for the amount of fuel required 51) Question: CLIN 0073 (NPS Denali � McKinley) is for Aviation Turbine Fuel for tanks located at the McKinley Airstrip. Please confirm this is not an airlift/fly in mode of delivery and there is road access via Tank Truck to the specified delivery address of MP 237 Parks Highway Denali National Park AK 99755. Answer: The transportation mode is in accordance with customer requirements (Small business Set- Aside) 52) Question: CLIN 0074 (NPS Denali Talkeetna State AK) is for Aviation Turbine Fuel. The Delivery Address is Talkeetna State Airport, Talkeetna, AK 99676 and the tank location is at the Talkeetna State Airport Helipad. Please confirm this is not an airlift/fly in mode of delivery and there is road access to the specified delivery address via Tank Wagon. Answer: The transportation mode is in accordance with customer requirements (Small business Set- Aside) 53) Question: CLIN 0075 (FT. Greely) Specifies a Quantity of 52,000.000 gallons of Turbine Fuel, Aviation (JP8) to be delivered via Tank Wagon at the specified Delivery Address. Please confirm that �Jet with Additives� is an acceptable means of meeting the specification requirements. Answer: The transportation mode is in accordance with customer requirements. MAINTAINING JP8 SPECS FOR CONSISTANCY IS CRITICAL, Therefore a certificate of quality (COQ) is requested with each delivery. (Small business Set- Aside) 54) Question: CLIN 0079 (BLM AK Fire Service) The Quantity in the 2025 CLIN Schedule is 3,059,000.000. The CLIN Schedule specifies there are 2 each 10,000 ASTs located at Building 1510. The specified quantities, tank capacity, and last contract award quantity does not appear to align. Please confirm the 3,059,000.000 gallons is the correct quantity. Answer: The transportation mode is in accordance with customer requirements 55) Question: CLIN 0085 (FT. Wainwright) The Quantity in the 2025 CLIN Schedule is 1,000.000 gallons of Diesel Fuel. Based on the previous contract quantities and tank capacities, this appears incorrect. Please verify the total contract quantities for CLIN 0085. Answer: The transportation mode is in accordance with customer requirements (Small business Set- Aside) 56) Question: CLIN 0090 (Old Harbor, AK). The Quantity in the 2025 CLIN Schedule is1,000.000 gallons of Diesel Fuel and the stated capacity of the 1 each Above Ground Storage Tank is 27000. Please clarify or confirm if the contract volumes and/or tank capacities are correct. Answer: The transportation mode is in accordance with customer requirements (Small business Set- Aside) 57) Question: CLIN 0093 (NPS Denali McKinley). The specified delivery address is MP 237 Parks Highway Denali National Park AK 99755 via Tank Truck (Delivery Mode Notes: TT w/ Pump). Please confirm there is road access to the specified delivery address via Tank Truck. Answer: The transportation mode is in accordance with customer requirements. The Slin is on a current contract and is receiving deliveries per the delivery requirements 58) Question: CLIN 0131 Specifies 322,000.000 gallons of Diesel Fuel via FOB Tank Truck to the Delivery Address of 354 LRS LGRF and 354 CES SQ Flightline Ave, Eielson AFB, AK 99702-1501. Please confirm the contract quantities are correct. Additionally, Delivery Mode Notes state �354 CES Personnel will use Military Conveyance (C301 TT), driving to the Contractor Fuel Point to Fill when needed.� Please clarify where the Contractor Fuel Point is to be located and any accessibility requirements or restrictions. Answer: The transportation mode is in accordance with customer requirements. The contract quantity the quantities on the solicitation are in accordance with customer requirements , and an additional tanks has been added, the Slin is under a current contract and coordination for delivery of fuel transfer is between customer and vendor once awarded 59) Question: Can DLA Energy clarify how attachment U works? For an item that we intend to submit an offer with an alternate escalator, would we submit on the original item in OET and also include on the line for that item in attachment U or only submit an offer for that item on attachment U? Answer: If your company is submitting alternate escalators for any of the product lines please submit both in OET and on the spreadsheet and upload the spreadsheet and all other supporting documentation in OET All other terms and conditions set forth under solicitation SPE605-25-R-0208 and its corresponding amendment 0001, 0002, 0003, and 0004 remain in-force and unchanged.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28da5b2bba384b169a3c2d5ee85d5f76/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN07476959-F 20250615/250613230046 (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.