Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOLICITATION NOTICE

70 -- DESKTOP COMPUTER

Notice Date
9/29/2010
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
RFP11-002
 
Archive Date
11/5/2010
 
Point of Contact
Christine House, Phone: 928.729.3795, Christine House, Phone: 928-729-3795
 
E-Mail Address
christine.house@ihs.gov, christine.house@fdihb.org
(christine.house@ihs.gov, christine.house@fdihb.org)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR PROPOSALS PROPOSAL DUE DATE: October 22, 2010 @ 4:30 PM Daylight Savings Time (MST) DESCRIPTION: Fort Defiance Indian Hospital Board, Inc. Acquisitions Department RFP# 11-002 Desktop Computer CONTACT PERSON: Emery Tapahe, Acquisitions Manager Phone# (928) 729-8305 Email: emery.tapahe@fdihb.org RETURN ALL PROPOSALS CLEARLY MARKED "DO NOT OPEN- RFP# 11-002 Desktop Computer" to: DELIVER TO: Fort Defiance Indian Hospital Board, Inc. Acquisitions Department Attn: Emery Tapahe, Senior Acquisitions Manager Corner of Route 12 and Route 7 Ft. Defiance, AZ 86504 MAIL TO: Fort Defiance Indian Hospital Board, Inc. Acquisitions Department Attn: Emery Tapahe, Senior Acquisitions Manager P.O. Box 649 Ft. Defiance, AZ 86504 The Fort Defiance Indian Hospital Board, Inc. reserves the right to reject any or all proposals and to waive any informality in the proposals received whenever such rejection or waiver is in the best interest of the Fort Defiance Indian Hospital Board, Inc. FORT DEFIANCE INDIAN HOSPITAL BOARD, INC. RFP# 11-002 DESKTOP COMPUTER SECTION I General Information •A. Request for Proposal (RFP): The Fort Defiance Indian Hospital Board, Inc. (FDIHB) is hereby contacting prospective Computer Suppliers that may have an interest/or known to do business to the RFP. All interested Suppliers are invited to submit a proposal in accordance with instructions herein. The Supplier who responds to this RFP is herein referred to as the "Supplier". •B. This RFP provides prospective Computer Suppliers with sufficient information to enable preparation and submittal of proposals for the purpose of supplying and delivering Desktop Computers. •C. Scope. This RFP contains the instructions governing the proposal to be submitted and the documents to be included therein and mandatory requirements which must be met to be eligible for consideration. •D. Schedule of Activities: 1. Advertisement Period September 29, 2010 - October 20, 2010 2. RFP# 11-002 Proposal Due Date October 22, 2010 @ 4:30 pm (MDST) 3. Evaluation of Proposals October 25 -29, 2010 4. Official Award of Contract November 2010 •E. Inquiries. Prospective Suppliers may make inquiries concerning the RFP to obtain clarification of requirements by contacting Emery Tapahe, Senior Acquisitions Manager at (928) 729-8305 or via email emery.tapahe@fdihb.org reference RFP# 10-001. •F. Proposal Standards. Five (5) copies and one (1) original of the proposal shall be submitted in a sealed envelope clearly marked "Do Not Open - RFP# 11-002 - Desktop Computer" by October 22, 2010 at 4:30 PM (MDST) and addressed to the Fort Defiance Indian Hospital Board, Inc., Attention: Emery Tapahe, Senior Acquisitions Manager, P. O. Box 649, Fort Defiance, AZ 86504 or deliver to Fort Defiance Indian Hospital Board, Inc., Corner of Route 12 and Route 7, Ft. Defiance, AZ 86504. Suppliers who are mailing their proposals should allow sufficient time for mail delivery to ensure receipt by the time specified. No proposals will be accepted after the due date. No faxed or e-mail proposals accepted. •G. Addendum of Supplement to this RFP. In the event that it becomes necessary to revise any part of this RFP, a written addendum shall be issued from the Acquisitions Department, noting the revision •H. Late Receipt of Proposals. Late proposals shall not be accepted. It is the responsibility of the Supplier to ensure the proposal arrives at the Acquisitions Department prior to the due date and time specified. •I. Rejection of Proposals. The FDIHB reserves the right to reject any or all proposals and to waive all informalities in the proposals received whenever such rejection or waiver is in the best interest of the FDIHB. •J. Proprietary Information. Any restrictions on the use of data contained within any proposal must be clearly stated in the proposal itself. Each and every page of the proprietary material must be labeled or identified with "Proprietary". •K. Response Material Ownership. All material submitted regarding this RFP shall become the property of the FDIHB and will not be returned to the Supplier. Responses received will be retained in a file. The FDIHB has the right to use any or all system ideas presented in reply to this RFP, subject to limitations outlined in paragraph "J" above. Disqualification or non-selection of a Supplier or proposal does not eliminate this right. •L. Incurring Costs. The FDIHB is not liable for any cost incurred by the Supplier prior to issuance of an agreement, contract and/or purchase order. •M. Acceptance of Proposal Content. The contents of the proposal of the successful Supplier will become contractual obligations if acquisition action ensues. Failure of the successful Supplier to accept these obligations may result in cancellation of the award and such Supplier may be removed from future solicitation. The FDIHB reserves the right to pursue appropriate legal action in the set of circumstances in Navajo Nation Tribal Courts. •N. Acceptance Time. The FDIHB intends to make a selection within thirty (30) calendar days after the closing date of receipt of proposal. No inquires will be accepted during the evaluation period. The evaluation period will begin on the specified time and may last up to ten (10) working days thereafter. •O. Award of Proposal. Upon selection, a purchase order and/or contract document will be prepared to the Supplier and the proposal submitted by the contractor will become the contract until such completion. •P. Evaluation Procedures and Criteria. •1. All proposals will not be publicly opened at or on the specified due date. •2. A review team will evaluate the proposals received in accordance with the general criteria used herein. Suppliers should be prepared to provide any additional information the team feels necessary to the fair evaluation of proposals. •3. Endorsement. Failure of a Supplier to provide any information requested in this RFP may result in disqualification of the proposal. All proposals must be endorsed with the signature of a responsible official having the authority to bind the offer to the execution of the proposal. •4. Navajo/Indian Preference. This RFP is not restricted to Navajo/Indian Organizations and Navajo-Owned Economic Enterprises; however, Navajo/Indian Preference will apply in the selection and evaluation of the contract award. Persons or businesses seeking qualification under the Navajo Nation Business Opportunity Act shall submit sufficient evidence to establish their qualification as a Navajo-owned enterprise or organization. •5. Indian Preference Statement of Training and Employment Opportunity. The Supplier must include a statement detailing the Supplier's employment and training opportunities and its plan to provide preference to Navajo/Indians in implementing the contract and in the award of a subcontract; and the number or percentage of Indians anticipated be employing and training. Proposals shall include the FDIHB Employment and Training Statement as a mandatory threshold requirement or the proposal shall be rejected without further evaluation. •6. Evaluation Criteria. Responsive Proposals shall be evaluated based on the following point system where 100 points is possible to select the proposal that is most advantageous to the FDIHB. •a. Product Specifications. Meet or exceeds Product Specification Criteria: up to 30% •b. Qualifications. Demonstration of professional capacity, technical knowledge, and customer service: up to 30% •c. Experience in successful delivery integrated business computer system for other Hospitals, Indian tribes or the Federal Government: up to 20% •d. Navajo/Indian Preference. 10% of total points •e. Cost: 10% •Q. Standard Contract. The Fort Defiance Indian Hospital Board, Inc. reserves the right to incorporate standard contract provision into any contract negotiations as a result of a proposal submitted in response to this RFP; such standard contract provisions include but is not limited to non waiver of sovereign immunity by the FDIHB. Navajo Nation laws govern the contract and the Navajo Nation courts shall have sole and exclusive jurisdiction over any disputes that may arise. The FDIHB reserves the right to accept and reject any and all proposals and to waive any and all formalities if deemed in the best interest of the FDIHB. •R. Selection of Supplier. A professional service agreement may be negotiated with a Supplier whose proposal is determined to be most advantageous to FDIHB. Supplier's proposal shall meet or exceed the established criteria for Desktop Computer Specification including technical service capabilities and experience in providing Desktop Computers. Interviews may be scheduled if determined necessary, however, selection may be without discussion after proposals are received. Proposals therefore should be submitted on the most favorable terms, from both technical standpoints and price. The FDIHB reserves the right to reject any or all proposals and to waive any and all formalities if deemed in the best interest of the FDIHB. •S. Pre-Proposal Conference. There is no scheduled pre-proposal conference for this RFP. However; individual pre-proposal conference may be scheduled upon request. For additional information or conference contact Emery Tapahe, Senior Acquisitions at 928.729.8305 or via email at emery.tapahe@fdihb.org. Section II Scope of Work •A. Proposal Submission Requirements: The Supplier proposal must contain the following: •1. Product Specifications. Supplier shall include with their proposal product literature showing the characteristics of the Desktop Computer Hardware being proposed. Suppliers shall show documented proof that the Computer Desktop system being proposed meets or exceeds the minimum specifications shown on Exhibit "A" contained herein. All Equipment shall be New Original Equipment Manufactured. Reconditioned, Refurbished, or Used Equipment will not be accepted. Suppliers proposing Desktop Computers deemed "Equal To" shall submit evidence showing proof of such claim. Fort Defiance Indian Hospital will review all product specifications and verify Suppliers Claim. In the event additional information is needed, the Supplier shall submit additional documents as requested within five (5) business days of such request. Failure shall deem the proposal non-responsive and result in rejection of such proposal. •2. Cost/Pricing. Suppliers shall include with their proposal the cost/price of the Desktop Computer systems being proposed. Cost/Price shall include all delivery fees, applicable taxes, and extended warranty fees, FOB Fort Defiance Indian Hospital, Corner of Route 12 and Route 7, Fort Defiance, AZ 86504. Fort Defiance Indian Hospital will issue a Purchase Order when placing the order with the successful Supplier. •3. Eligibility. Suppliers hereby certifies through submittal of this Request for Proposal (RFP) that same is not barred from bidding as a result of violation of the Navajo Business Procurement Act Title 12, Chapter 15; and Navajo Business Opportunity Act Title 5, Chapter 2; and Excluded Parties List System. •4. Warranty. Suppliers shall include product warranties including parts, labor, and extended warranties no less than three (3) years excluding the standard Computer Desktop Warranty. •5. Technical Capabilities: Suppliers shall include with their proposal certifications showing the Suppliers capabilities to provide direct Computer Technical Services to FDIHB IRM Department upon first contact. •6. Proposal Copies. The Supplier must submit an original and five (5) copies of the proposal for receipt by the due date at the address provided above. •B. Proposal Review Process. All proposals will not be publicly opened on the due date specified. FDIHB will screen proposals received in accordance with the criteria contained in this RFP for acceptance. Proposals which fail screening will be rejected and returned to the Supplier unrated. •1. Proposal received after specified due date and time will be considered non-responsive, rejected, and unrated. •2. All Proposals that meet or exceed the minimum specifications and criteria will be reviewed by and Evaluation Team. •3. Supplier shall not contact FDIHB during the proposal review process. •C. Proposal Evaluation. •1. The Proposals shall be evaluated and rated in accordance with the criteria outlined in Section III., RFP Evaluation Criteria and Requirements, and Section IV, Additional Requirements. •2. The Supplier shall provide additional information to the FDIHB if necessary to complete the evaluation. Failure to comply may result in disqualification of the proposal •3. Selection of the Supplier. FDIHB will rank the proposals based on total points awarded. The Supplier deemed most qualified and responsive will be considered for contract award. This RFP is not based on cost/price. •D. Award of the Contract. •1. The FDIHB shall inform in writing the Supplier selected for the contract award, and provide related information and instructions on completing the offer. Failure to address the questions adequately by the Supplier shall result in cancellation of the offer. FDIHB will then offer the contract to the next responsible responsive Supplier. •2. FDIHB will issue Notice to Proceed to the Supplier upon execution of the contract. •3. Conferences. The Supplier shall participate in the following: • i. Inquiries will be accepted to assist in answering individual questions about the RFP. FDIHB personnel mentioned at Section I Part E may be contacted for inquiries, to arrange for progress meetings or conferences to be held on the status of installation and implementation phase. • ii. Progress meetings between the Chief Executive Officer (CEO), Chief Financial Officer (CFO), Senior Acquisition Manager (SAM), and the FDIHB project team leader, and the Supplier may be held to ensure all problem areas have been thoroughly discussed and clarified with corrective active plans developed to clearly delineate the responsible parties. E. Primary Contacts. Sales, Accounts Receivable, Support Services (Maintenance), and Customer Service. 1. Supplier. a. Lead Personnel. b. Name: c. Address: d. Telephone: e. Fax: f. Email: Section III RFP Evaluation Criteria and Requirements Prospective Suppliers must submit a complete response to the RFP. All proposals received in response to this RFP will be retained by FDIHB. Proposals should be prepared simply and economically, providing complete details of the prospective Suppliers' abilities to provide Desktop Computer Hardware. A. Proposals must include the following: •1. Proposed scope of work to be performed to assure the following activities are performed and completed within the timeline established for each deliverable: •a. Training Plan (if applicable). •b. Type of technical assistance to be provided. •c. Demonstrations of compatibility of systems as described in Section II.A. •d. Hardware requirements. •2. Proposed cost to carry out the scope of work, providing cost breakdown by: •a. Computer Hardware Cost. •b. Computer Extended Warranty Cost. •c. All Computers shall be FOB Destination. 3. Description of Supplier's previous experience in supplying new computer systems for Indian Tribes or federal or state agencies including a list of references. 4. Qualification of key personnel to be assigned to this project. B. Proposal Submission The proposal contains substantially all components specified in SECTION IV - PROPOSAL CONTENT AND EVALUATION CRITERIA. •1. The Supplier must submit one (1) original and five (5) copies of the proposal. •2. Suppliers are advised that FDIHB desires all proposals prepared in response to this RFP be submitted on recycled paper, and all copies be printed on both sides of paper. While appearance of proposals is important and professionalism in proposal presentation should not be neglected, the use of non-recyclable or non-recycled glossy materials is discouraged. In addition, it is requested that proposals be in flat bound form to facilitate filing. Please do not submit proposals in loose-leaf binders (3-ring), these will be returned to the Supplier unrated. Section IV Proposal Content and Evaluation Criteria •A. Qualification of the Supplier. Proposals must specifically address and Supplier the following: •1. Letter of Interest that indicates why your Company/Supplier should be selected for the job. •2. Detailed resume for all management and key personnel that will be involved with the execution of this RFP, including professional qualifications and experience and a statement indicating task each individual will be assigned to perform. •3. Submit a cost estimate for supplying Desktop Computer in accordance with this RFP. •B. Compliance with Navajo Nation Business Opportunity Act Navajo/Indian Preference Requirements. In the award of contract, the FDIHB gives preference to Navajo and Indian organizations and Navajo/Indian-owned economic enterprises pursuant to The Navajo Nation Business Opportunity Source List is updated on a monthly basis, pursuant to Navajo Nation Council Resolution CAP-37-02 and the Navajo Nation Business Opportunity Act, Title 5, CH. 2 - Section 201 - 215. This Source List provides a listing of Persons, Firms, Enterprises, Organizations, and/or Other entities currently certified by the Business Regulatory Department as prioritized under Section 204 (A) (1) and (2) of the revised [Navajo Nation Business Opportunity] Act. •C. Experience. •1. The Supplier shall provide evidence of experience and quality services rendered relating to work needed or similarly related projects on Indian Reservation or in rural communities. •2. Provide a list of five references for contracts of similar size and scope, including at least two references for current contracts or those awarded during the past three years. Reference must include name of company in contract with, the length of contract term, contact persons, addresses and telephone numbers. •3. Provide evidence that the Supplier has the administrative, technical and financial capability to perform the required services. •4. Business & Staff Experience: Management capacity; staff expertise; internal quality control; organizational structure. •D. Record of Past Performance. The proposing Supplier must demonstrate it has the administrative and technical capability to perform the required services on time and within the budget. •E. Financial Stability and Capability. The proposing Supplier must demonstrate it has the financial capability to perform the required services. •1. Include in your proposal, the Supplier's 2009 year-end financial statements, which clearly depict the stability of the Supplier. Financial statements must include the Balance Sheet, Income statement, and Statement of Cash Flow. Section V Rating System on Evaluation Criteria The manner proposal will be evaluated and rated as follows. The descriptions of the components are provided in Section IV. Proposal Content and Evaluation Criteria. •A. Qualifications. (0 to 25 points) •B. Experience. (0 to 25 points) •C. Record of Past Performance. (0 to 10 points) ____________ •D. Navajo/Indian Preference Requirements. (0, 5 or 10 points) •1. Navajo Preference/Indian Preference (5 points) As identified under the Navajo Nation Business Opportunity Act, Preference Priorities Section 204 (A) (1) and (2), and/or •2. Supplier employing 51% or more Navajo or Native American Indian Employees Workforce. (5 points) •E. Financial Stability. (0 to 20 points) •1. 2009 year-end financial statements, which clearly depicts the stability of the Supplier. Finance statements must include the Balance Sheet, Income Statement, and Statement of Cash Flow. F. Cost. (0 to 10 points) Total Points (100 points possible) _____________ End of Proposal. Thank you for your interest in the FDIHB. Section VI Additional Requirements Additional Information is provided as such and must accompany the proposals at the time of submission: •1. EXHIBIT A: DESKTOP COMPUTER SPECIFICATIONS •2. EXHIBIT B: NON-COLLUSIVE AFFIDAVIT •3. EXHIBIT C: PAST WORK EXPERIENCE EXHIBIT "A" Dell OptiPlex 780 Desktop Computer Specifications Base Unit: OptiPlex 780 Small Form Factor Base Up to 88 Percent Efficient PSU (224-6875) Processor: OptiPlex 780, Core 2 Duo E8400with VT/3.0Ghz, 6M, 1333FSB (317- 2458) Memory: 4GB, Non-ECC, 1333MHz DDR3, 2X2GB, Dell OptiPlex 580 )317-3555) Keyboard: Dell QuietKey Keyboard, No Hot Keys, No Palmrest, English, OptiPlex (330-1989) Monitor: Dell Professional P2010H, Widescreen, 20in Viewable Image Size, HAS, VGA/DVI/DP CLIENT/ENT (320-8320) Video Card: 256MB ATI RADEON HD3470 Graphics Dual DP (or 1 DP/1 DVI via included adapter), Low Profile, OptiPlex 780 Small F (320-1141) Hard Drive: 160GB SATA 3.0Gb/s and 8MB Data Burst Cache, Dell OptiPlex 780/580 (314-9792) Floppy Disk Drive: No Media Card reader, Filter Panel, Dell OptiPlex 780 Small Form Factor (341-9768) Operating System: FreeDOS OS Installation CD Dell OptiPlex, Factory Install (420-6353 Operating System: You have chosen a FreeDOS System (310-8325) Mouse: Dell USB Laser 6-Button Mouse Dell OptiPlex, Precision and Latitude (330-1170) NIC: Intel Standard Manageability, Hardware Enabled Systems Management, Dell OptiPlex 780 (330-5895) TBU: No RAID, Dell OptiPlex 960, 580 and 980 (341-8036) CD-ROM or DVD-ROM Drive: Cyberlink Power DVD 8.3, with Media, Dell Relationship LOB (421-0536) CD-ROM or DVD-ROM Drive: 8X DVD-ROM, OptiPlex 780/580 Small Form Factor (313-8692) Sound Card: Heat Sink, Mainstream, Dell OptiPlex Small Form Factor (311-9520) Speakers: Internal Chassis Speaker Option, Dell OptiPlex Small Form Factor (313- 3352) Cable: OptiPlex 780 Small Form Factor Up to 88 Percent Efficient Power Supply (330-5901) Cable: Dell Control Point for OptiPlex 780 (420-3276) Cable: Enable Low Power mode for EUP Compliance, Dell OptiPlex (330-7422) Documentation Diskette: Documentation, English, Dell OptiPlex (330-1710) Documentation Diskette: Power Cord, 125V, 2M, C13, Dell OptiPlex (330-1711) Factory Installed Software: Energy Star 5.0 Category B (175kWH TEC), EPEAT Gold, Dell ESMART Settings, OPTIPLEX 780 (330-5822) Feature: Resource DVD contains Diagnostic and Drivers for Dell OptiPlex 780 (313-8642) Service: Dell Hardware Limited Warranty Plus Onsite Service Extended Year(s) (905-4578) Service: Dell Hardware Limited Warranty Plus Onsite Service initial Year (905- 3157) Service: ProSupport for IT: Next Business Day Parts and Labor Onsite Response 3 Year Extended (904-8673) Dell OptiPlex 780 Desktop Computer Specifications Service: ProSupport for IT: Next Business Day Parts and Labor Onsite Response Initial Year (906-0870) Service: ProSupport for IT: 7x24 Technical Support for Certified IT Staff, 3-Year Extended (981-3863) Service: ProSupport for IT: 7x24 Technical Support for certified IT Staff, Initial (984-6640) Service One: Keep Your Hard Drive, 4-Year (981-3963) Misc.: DisplayPort to DVI (1920x1200) Adapter for Dell Systems, OptiPlex (330- 2023) Misc.: Tech Sheet, Eng, Dell OptiPlex 780, Factory Install (330-5897) Misc.: Shipping Material for System Cypher Small Form Factor, Dell OptiPlex (330-2193) System: vPro System (310-9490) NTFS File System, Factory Install (420-3699) Quantity: 200 Each Delivery: FOB Fort Defiance, AZ Product Specifications. Supplier shall include with their proposal product literature showing the characteristics of the Desktop Computer Hardware being proposed. Suppliers shall show documented proof that the Computer Desktop system being proposed meets or exceeds the minimum specifications shown on Exhibit "A" contained herein. All Equipment shall be New Original Equipment Manufactured. Reconditioned, Refurbished, or Used Equipment will not be accepted. Suppliers proposing Desktop Computers deemed "Equal To" shall submit evidence showing proof of such claim. Fort Defiance Indian Hospital will review all product specifications and verify Suppliers Claim. In the event additional information is needed, the Supplier shall submit additional documents as requested within five (5) business days of such request. Failure shall deem the proposal non-responsive and result in rejection of such proposal. EXHIBIT "B" NON-COLLUSIVE AFFIDAVIT *Must be Notarized State of _________________________) ss County of ________________________) ss ___________________________________________________, being first duly sworn, deposes and says: That he/she is____________________________________________________________ (A partner or officer of the Supplier of, etc.) the party making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that any other bidder, or to secure any advantage against the (FDIHB) or any person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature of:_______________________________ Bidder, if the bidder is an individual; Partner, if the bidder is a partnership; Officer, if the bidder is a corporation. Subscribed and sworn to before me this _______________________ day of _______________________, 20 ______. __________________________________________ My commission Expires _____________________________, EXHIBIT "C" LIST OF PREVIOUS PROJECTS •1. List each Principal's name in Alphabetical order. (Last Name, First Name) •2. List Previous Projects (Give I.D., Number, Project Number, City or Location, Government Agency involved number of units in the project, Name of General Contractor) •3. Disclose Defaults, Mortgage, Relief, Assignments, Foreclosures, if none, write "none"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/RFP11-002/listing.html)
 
Place of Performance
Address: FORT DEFIANCE INDIAN HOSPITAL BOARD, CORNER OF ROUTES N12 & N7, P.O. BOX 649, FORT DEFIANCE, ARIZONA 86504-0649, FORT DEFIANCE, Arizona, 86504, United States
Zip Code: 86504
 
Record
SN02301451-W 20101001/100929235435-2dd92bca24f42bd89c76d22e4054c935 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.