Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

66 -- Temperature/Altitude/Humidity (TAH) Environmental Test Chamber - Statement of Work / CDRLs

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0054
 
Archive Date
3/1/2011
 
Point of Contact
Melissa Bucci,
 
E-Mail Address
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work CDRLs Temperature/Altitude/Humidity (TAH) Environmental Test Chamber Synopsis/Solicitation dated 1/25/2011 Synopsis: This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 Simplified Acquisition and prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. The Request for Quotation (RFQ) N68335-11-R-0054 is issued as an unrestricted purchase. The applicable North American Industry Classification System (NAICS) code is 334512, Federal Supply Class, FSC Code 6636. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46 (Effective on 29 OCT 2010). FOB: Destination. DESCRIPTION: The requirement is for a firm-fixed-price (FFP) type contract. Quantity of one (1) each Temperature/Altitude/Humidity (TAH) Environmental Test Chamber. The TAH chamber will be used in a test laboratory to provide controlled environments during testing of Naval aircraft/shipboard/ground electrical or mechanical components and systems. The predominant test methods will come from MIL-STD-810 and MDC A4241 for combined temperature, altitude, and humidity environments. The TAH chamber is commercially available. CLIN 0001 is for the quantity of one (1) TAH Environmental Test Chamber to be provided in accordance with (IAW) MIL-STD-810, MDC A4241 and the attached Statement of Work (SOW). The TAH chamber must meet the minimum requirements as follow: 1.Controlled chamber parameters. The chamber shall control the temperature, pressure altitude, and humidity. 1.1.Temperature. The chamber shall control the temperature between -70.0 and 177.0 degrees C. Temperature transients shall be applicable between site altitude and 65.0 Kft. 1.1.1.Temperature tolerance. The temperature (return air) shall be controlled within a tolerance of plus or minus 1.0 degrees C. under steady state conditions (after the setpoint temperature is attained with no control changes). 1.1.2.Temperature rate of change. The chamber shall change the temperature between -55.0 and 71.0 degrees C. at a rate of 11.5 degrees C/minute minimum for heating and 10.0 degrees C/minute minimum for cooling. This requirement is not applicable when blast air is being supplied into the chamber. 1.1.3. Live load capacity. The chamber shall maintain -65.0 degrees C with a heat load of 1800 watts and -17.8 degrees C. with a heat load of 4000 watts being dissipated into the chamber from the equipment under test. 1.2. Pressure altitude. The chamber shall control the pressure altitude between site altitude and 100.0 Kft. The chamber shall control the pressure altitude between site altitude and 65.0 Kft with the full 1.8 lbs./minute mass flow rate entering the chamber. 1.2.1.Pressure tolerance. Under steady state conditions (setpoint is attained with no control changes), the pressure altitude shall be controlled within the tolerances listed below. 0 to 20,000 feet altitude: +/- 200 feet 20,000 to 50,000 feet altitude: +/- 500 feet 50,000 to 100,000 feet altitude: +/- 1000 feet 1.2.2.Pressure altitude rate of change. The chamber shall change the pressure altitude (increasing or decreasing) between site pressure and 50.0 Kft in a minimum of 5 minutes (nominal 10.0 Kft/minute), between 50.0 and 70.0 Kft in a minimum of 10 minutes (nominal 5.0 Kft/minute), and 70Kft and 100Kft in a minimum of 15 minutes (nominal 2.0 Kft/minute). Repressurizing the chamber back to site pressure shall be capable of the same rates as decreasing noted above. This requirement is not applicable when blast air is being supplied into the chamber. 1.2.3.Pressure relief valve. The chamber shall incorporate a manual pressure relief valve to vent the chamber to atmosphere. 1.3. Humidity. The chamber shall control the humidity between 20 and 98% relative humidity (RH) as limited by a 4.5 degrees C minimum dewpoint and a maximum dry bulb temperature of 85 degrees C. Humidity operation shall be applicable at site altitude only and shall be capable of being locked out during operation at altitude. This requirement is not applicable when blast air is being supplied into the chamber. 1.3.1.Humidity tolerance. The humidity shall be controlled within a tolerance of plus or minus 3% RH under steady state conditions (after the setpoint humidity is attained with no control changes). 1.3.2.Humidity rate of change. The chamber shall change the humidity (increasing or decreasing) between 20 and 98% RH in a minimum of 1 hour. 1.3.3.Humidity measurement. A direct readout sensor (not a dry/wet bulb) shall be used to measure humidity. The sensor shall operate over the required temperature range for humidity control and shall not be degraded or damaged over the operating temperature and pressure altitude range of the chamber. 2.Environmental chamber. The environmentally conditioned portion (working space) of the temperature-altitude-humidity chamber shall be insulated and accessed by a hinged door. The environmental chamber shall have a stainless steel interior with continuous welded seams so that oil or other fluids cannot seep into the insulation. 2.1. Environmental chamber installation. The environmental chamber will be installed on a flat 5 inch reinforced concrete floor. See floor plan in figure 1 for allocation space with utilities locations and the conditioned air supply. 2.2. Volume. The environmental chamber shall have a usable interior volume of 64 cu ft minimum with minimum interior dimensions for the height, width, and depth of 48.0 inches. 2.3. Circulating air blower/fan. The environmental chamber shall have an internal blower or fan to circulate air within the environmental chamber. The blower/fan shall not protrude into the usable environmental chamber volume. The electric motor for the blower/fan shall be located external to the environmental chamber. The blower/fan shall circulate air to maintain a uniform temperature (or humidity) within the environmental chamber as defined in section 1. The fan shall have a manual on/off switch and indicator light on the control and display unit. 2.3.1.Blower/fan speed. To compensate for lower air mass flows at altitude, the blower/fan speed shall automatically increase with altitude so that the temperature requirements in 1.1 and 1.1.1 are met. 2.4. Windows. The environmental chamber shall have an observation window to allow maximum visual inspections into the chamber working space. 2.4.1.Window Wiper. A manually controlled wiper shall be provided to clear moisture or frost from the inside of the observation window glass. 2.5. Interior lights. The environmental chamber shall have interior lighting. The lights shall be positioned to provide uniform light distribution inside the environmental chamber. The lights shall not protrude into the usable interior space of the environmental chamber. The lights shall be controlled by a manual switch located on the control and display unit. 2.6. Access ports. The environmental chamber shall have two 3.0 inch access ports installed on the side of the environmental chamber (see figure 3 for locations). The access ports shall be supplied with removable caps or covers (metal) on the outside of the environmental chamber that will seal the environmental chamber when installed. Access ports shall not extend into the usable space on the interior of the environmental chamber. 2.7. Electrical Feedthru’s. All feedthru’s shall be electrically isolated from the chamber walls and shall be sealed to prevent pressure leaks throughout the altitude, humidity and temperature ranges identified in 1.0. 2.7.1.Three electrically isolated.5 inch diameter solid copper rods shall be installed to connect external high voltage power feeds into the chamber working space. The three.5 inch feedthru’s shall be installed on the same side of the chamber as the two 3 inch access ports (see figure 3) and shall extend outside and inside the chamber 1.5 inches. The connection points inside and outside the chamber shall be threaded (1/2-13) to allow for standard bolt connections of wiring lugs. 2.7.2.Four electrically isolated.190 inch solid copper rods shall be installed to connect external low voltage power feeds into the chamber working space. The four.190 inch feedthru’s shall be installed on the same side of the chamber as the two 3 inch access ports (see figure 3) and shall extend outside and inside the chamber.75 inches. The connection points inside and outside the chamber shall be threaded (10-32) to allow for standard bolt connections of wiring lugs. 2.7.3.Four electrically isolated.375 inch solid copper rods shall be installed to connect external low voltage power feeds into the chamber working space. The four.375 inch feedthru’s shall be installed on the same side of the chamber as the two 3 inch access ports (see figure 3) and shall extend outside and inside the chamber 1.0 inches. The connection points inside and outside the chamber shall be threaded (3/8-16) to allow for standard bolt connections of wiring lugs. 2.8. Conditioned Air Supply chamber interface shall be a flanged mount as shown in figure 4. The penetration port at the center of the interface shall not extend into the usable space on the interior of the environmental chamber. 3.Control and display unit. The chamber shall have a discrete package for controlling chamber operation and displaying setpoint and measurement data Local operation of the chamber shall be by entering setpoints for immediate execution or by entering sequences of steps (setpoints, times, rates, etc.) for timed automatic operation. The control and display unit shall control all operations of the chamber. 3.1. Switches. The control and display unit shall have manually operated switches to enable/disable the following systems: Control Power, Circulator Fan, Light, Heaters, Cooling, Humidity, Dehumidify, and Altitude. An annunciation light shall be provided for each on/off switch. 3.2. Computer operation. In addition to local operation, the control and display unit shall accept remote computer entered commands for setpoint and timed automatic operation via a IEEE 488 interface. 3.3.Chart Recorder. The chamber shall have a circular chart type recorder to record Temperature, Humidity, and Altitude at all times. 3.4. High/ Low Temperature Limiter. An independent temperature limiter shall be incorporated into the control and display unit to provide safety to the unit under test. 4.General requirements. 4.1. Exterior finish. The exterior finish shall be suitable to withstand an industrial laboratory environment which shall not be adversely effected by the fluids described in paragraph 4.14. 4.2. Installation. The environmental chamber shall be limited to 10 feet in height and shall fit through a 12 foot width door either in a single section or multiple sections. The Contractor shall deliver the unit to the government and the government will place the chamber into the work space identified in figure 2 and will install the voltage, water and vacuum exhaust hookups, as per the manufacturer installation instructions/manuals which shall be included. 4.2.1.Start-up. After all utilities are installed on the unit; the manufacture shall perform an on-site inspection at Patuxent River, MD of the Government’s installation, to ensure correct connection to all utilities. The Contractor shall then start-up the chamber and perform a on-site performance tests of the chamber systems to ensure all requirements in 1.0 are achieved. Upon satisfactory Contractor start-up and performance testing final acceptance of the unit will be by the Government at Destination on-site at Patuxent River, MD. 4.3. Physical size. The maximum physical size of the environmental chamber and the machinery cabinets are shown in Figure 1. The height, width, and depth of the environmental chamber and machinery cabinet are variable within a maximum limit. The test area has an open high bay with an 11 foot clearance to the overhead lights and utilities. 4.4.Water filtration. The chamber shall incorporate a replaceable cartridge type filter or other means to deionize/demineralize the supply water used for humidity to a resistance of not less than 500,000 ohms. 4.5. Humidity drain. A drain shall be provided to remove condensation from the environmental chamber during humidity operation. The drain shall not interfere with the automatic operation of the chamber and shall not require manual operation when altitude or temperature operation is required in a test sequence. 4.6. Refrigeration. The chamber shall use mechanical refrigeration system(s). All pressure vessels shall be ASME certified. 4.6.1.Safeties. The refrigeration systems shall have protection for high and low pressure, low oil pressure, and high discharge temperature. A pressure relief valve shall be provided for the refrigeration system(s). An enunciation light shall indicate refrigeration trips with a reset button for setting the tripped safety. 4.6.2.Refrigerants. The refrigerants used shall be hydrogenated chlorofluorocarbons (HCFC's) or equivalent. Chlorofluorocarbons (CFC's) shall not be used. Refrigerant types shall be marked on the nameplate of the compressors and refrigeration charge information shall be marked on the machinery cabinet. R-507 or R-404A shall be used for the high stage of the cascaded system and R-508B or R-23 shall be used for the low stage. 4.6.3.Gauges and sight glasses. Clearly visible gauges and sight glasses shall be provided for maintenance of the refrigeration system. 4.6.4.Piping. Insulation shall be used on cold piping to reduce condensation and guard(s) shall be used to prevent hot piping from unintentional touches from personnel. 4.7. Electric power. The chamber shall operate from 480 volt, three-phase, 60 Hz power. A main power disconnect with an externally accessible switch shall be provided on the machinery cabinet. A terminal block shall be provided to connect a government supplied electric power cable. The electric power terminals shall be clearly marked. The electrical power cabinet shall be accessible from above for main power connections conduit. 4.7.1. Wiring. All wiring used in the chamber shall meet NEC standards. 4.8. Water. The chamber shall use water for refrigeration and for the humidity system. Water for refrigeration will be supplied from a government provided closed loop cooling system that has 35 PSID between the supply and return connections. Water connections (supply and return) shall be provided to connect government supplied water hoses/piping which shall be clearly marked. Water for humidity will be supplied from a potable water source. A water connection shall be supplied and clearly marked for connection to the government source. The general location for the water lines is shown in Figure 1. The closed loop supply water temperature is controlled and will generally be between 55 and 65 degrees F and will not exceed 70 degrees F. 4.9. AC power. The chamber shall not be damaged by application of electric power with reverse phase rotation. The chamber shall not be damaged with one or two phases of the three-phase AC power missing (blown fuses). All chamber systems shall shutdown and not attempt to restart in the event of an AC power interruption or abnormal AC power (blown fuse on one or more phases). A manual reset shall be required to restart the system. 4.10.Heater interlocks. An independent controlled high heat limit interlock shall be provided to prevent over temperature of the chamber or damage to heating elements. 4.11.Fan interlock. An interlock shall be provided to prevent operation of the chamber with the fan not operating. 4.12.Circuit protection. All circuits in the chamber including the control and display unit shall be protected with circuit breakers or fuses. 4.13.Operating environment. The chamber shall operate in unconditioned spaces (limited heat and no air-conditioning) with ambient temperatures above freezing to 46.1 degrees C. 4.14.Fluid compatibility. The interior of the environmental chamber shall be compatible with synthetic engine oil (MIL-L-23699) and oil vapor, lubricating greases, water and water vapor, and industrial cleaning compounds. All components in the chamber shall be compatible with an industrial test laboratory environment. 4.15.Maintenance. All chamber systems shall be maintainable by the government. All subsystems shall be accessible for maintenance without removal of major components. All interior and exterior electrical and mechanical interconnections shall be clearly and permanently labeled. 4.16.Vacuum System. The chamber vacuum system shall be capable, at a minimum, of achieving the requirements of paragraph 1.2 and 1.2.1. The system shall be designed to protect the vacuum pump from water during test cycles that requires high humidity prior to altitude operations. 4.16.1.Vacuum Exhaust. The exhaust from the vacuum system shall be clear of oil prior to being exhausted through the government supplied exhaust pipe (4 inch). 5.Operation and maintenance manuals. Two bound manuals, as well as an electronic copy, shall be provided that contain a detailed description of the operation and maintenance requirements for the chamber. The manual shall include operating instructions, routine and overhaul maintenance requirements, troubleshooting procedures, electrical wiring and mechanical schematics, dimensioned drawings, parts lists, chamber specifications including subsystems, subsystem data sheets, interface requirements, calibration requirements and procedures, and complete instructions for programming the chamber either locally or via the IEEE 488 interface. The manual shall also contain a list of recommended spare parts and materials that would be required for routine maintenance. Please see attached SOW for Figures 1-3 applicable to the above. CLIN 0002 – Illustrations/Manuals (CDRL A001) – Quantity 1 Each – Not Separately Priced (NSP) All schematics, drawings, and manuals shall be included with the delivery of the TAH chamber. This shall also include manuals for the hardware and software, both in hard copy and electronic (PDF, MS-Word, or HTML) formats, and shall be IAW CDRL A001. CLIN 0003 – Standard Warranty (CDRL A002) – Quantity 1 Each – Not Separately Priced (NSP) A hard copy of the vendor’s standard warranty shall be included with the delivery of the TAH chamber, IAW CDRL A002. Packaging Instructions: Item shall be packaged and preserved IAW the best commercial practices to afford maximum protection against damage. Delivery Instructions: Item shall be priced at F.O.B. Destination and all equipment shall be delivered IAW the Statement of Work to the following address: Electrical and Environmental Evaluation Laboratory 48298 Shaw Road, BLDG 1461, Room 130 Patuxent River, MD 20670 Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to award on initial offers. Technical capability will be rated on a PASS/FAIL basis. To be technically acceptable, the offeror must receive a rating of pass in each of the minimum capability categories as described above. If the product is not technically acceptable, the Government may not conduct further proposal evaluations. However, the Government reserves the right to open discussions at the Government’s discretion. The following factors shall be used to evaluate quotes: (i) Technical capability of the item quoted to meet the Government requirement (ii) Past Performance (iii) Price Technical capability will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. Past Performance will be evaluated to establish the degree of quality of an offeror’s previous contract performance for the same or similar types of contracts. Technical quotes must include descriptive literature to include copies of Warranty, Operations and Maintenance Manuals, and any other documentation that clearly demonstrates the quoters ability to meet the requirements of the solicitation at no cost to the Government. Products will be evaluated and compared to the minimum range of capabilities to determine technical acceptability. For Past Performance, a list of three (3) references for a similar type item shall be included. References shall include; name/point of contact, address, phone number, and Email address. Pricing and Cage Code will also be included. The lowest priced quote that is determined to be technically acceptable and submitted by a company with acceptable past performance shall be selected for award. (b) Options (not applicable). (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the Central Contractor Registration (CCR) database will make a quoter ineligible for award. The FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process to satisfy FAR 52.212-3. More information on ORCA is found at https://orca.bpn.gov/login.aspx. Quoters who have completed ORCA should notify the contract specialist before solicitations closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfars/index.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-1 Instructions to Offerors Commercial Items (Jun 2008) 52.212-3 Offeror Representations and Certifications Commercial Items Alt I (Oct 2010) 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2010). 52.242-17 Government Delay of Work (Apr 1984) 52.247-34 F.O.B. Destination (Nov 1991) The following clauses incorporated in 52.212-5 are also applicable: 52.219-28 Post Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Nov 2010) 252.225-7000 Buy American Act “ Balance of Payments Program Certificate (Dec 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 Alternate III Transportation of Supplies by Sea (May 2002) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Melissa Bucci, email: melissa.bucci@navy.mil no later than 04 February 2011 at 5:00 pm EST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Naval Air Warfare Center Aircraft Division Attn: Melissa Bucci, Code 2.5.2.3.1 Building: 562-3 Hwy 547 Lakehurst, New Jersey 08733-5082 Or e-mailed to: melissa.bucci@navy.mil Quoters shall ensure quotes, and signed amendment(s) reach their destination by 24 February 2011 at 5:00 pm EST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. N68335-11-R-0054. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0054/listing.html)
 
Place of Performance
Address: Electrical and Environmental Evaluation Laboratory, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02365748-W 20110127/110125234139-ea4a23bc519a1b62341dfe6ac3213eec (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.