Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
SOLICITATION NOTICE

58 -- Radios, Accessories with installation

Notice Date
8/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BLDG S-1406, APO, AP 96271
 
ZIP Code
96271
 
Solicitation Number
0010884576
 
Response Due
8/30/2016
 
Archive Date
2/26/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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.The solicitation number is 0010884576 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-08-30 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The ECC 411th CSB KOREA requires the following items, Brand Name or Equal, to the following: LI 001: Radio Brand Name or Equal to a Motorola Radio Part Number M25QSS9PW1AN APX6500 UHF R1 MID POWER **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 002: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number W22BA ADD: PALM MICROPHONE **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 6, EA; LI 003: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number GA00092AN ADD: APX DUAL-CONTROL HARDWARE (07 ARABIC) **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 004: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G442AJ ADD: O5 CONTROL HEAD **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 005: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G67BC ADD: REMOTE MOUNT MID POWER **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 006: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G628AC ADD: REMOTE MOUNT CBL 17 FEET **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 007: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G298AS ENH: ASTRO 25 OTAR W/ MULTIKEY **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 008: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G843AH ADD: AES ENCRYPTION APX **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 009: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number GA00236AA ADD: 3 DAY KEY RETENTION APX **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 010: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G806BE ADD: ASTRO DIGITAL CAI OPERATION **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 011: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number B18CR ADD: AUXILARY SPKR 7.5 WATT **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 6, EA; LI 012: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G51AU ENH: SMARTZONE OPERATION APX6500 **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 013: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G173AK ADD: SMARTZONE OMNILINK **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 014: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G361AH ADD: P25 TRUNKING SOFTWARE **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 015: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G996AS ENH: OVER THE AIR PROVISIONING **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 016: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number GA01767AK ADD: APX MOBILE RADIO AUTHENTICATION **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 017: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number HAE6013A ANT WIDEBAND 2.0DB GAIN 380-470 MHZ **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 3, EA; LI 018: Service Support Brand Name or Equal to a Motorola Radio Part Number SVC0206A ENH: LOCAL SUBSCRIBER SUPPORT **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 1, EA; LI 019: Radio Brand Name or Equal to a Motorola Radio Part Number M25QSS9PW1AN APX6500 UHF R1 MID POWER **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 020: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number W22BA ADD: PALM MICROPHONE **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 021: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G442AJ ADD: O5 CONTROL HEAD **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 022: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G67BC ADD: REMOTE MOUNT MID POWER **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 023: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G298AS ENH: ASTRO 25 OTAR W/ MULTIKEY **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 024: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G843AH ADD: AES ENCRYPTION APX **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 025: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number GA00236AA ADD: 3 DAY KEY RETENTION APX **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 026: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G806BE ADD: ASTRO DIGITAL CAI OPERATION **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 027: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number B18CR ADD: AUXILARY SPKR 7.5 WATT **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 028: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G51AU ENH: SMARTZONE OPERATION APX6500 **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 029: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G173AK ADD: SMARTZONE OMNILINK **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 030: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G361AH ADD: P25 TRUNKING SOFTWARE **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 031: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number G996AS ENH: OVER THE AIR PROVISIONING **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 032: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number GA01767AK ADD: APX MOBILE RADIO AUTHENTICAT **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 033: Radio Accessary/Part Brand Name or Equal to a Motorola Radio Part Number HAE6013A ANT WIDEBAND 2.0DB GAIN 380-470 MHZ **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 26, EA; LI 034: Service Support Brand Name or Equal to a Motorola Radio Part Number SVC0206A ENH: LOCAL SUBSCRIBER SUPPORT **All mobile radios shall meet FIPS 142-2 Level 3 certification, be Host Nation Approved, and have the capabilities of Over the Air Programing (OTAP) by system manager.**, 1, EA; LI 035: 1 Time Local Installation: Contractor shall provide all parts, labor, materials and equipment to install 29 mobile radios with accessories in Fire Department Command Vehicles (Mid SUV Type), Fire Department Engine/Rescue/Hazmat Company vehicles, Fire Department Aircraft Rescue Fire Fighting (ARFF) vehicles and Fire Department Support Vehicles. Three Command vehicles will be installed with APX Dual-Control or equal with additional heads. ***SEE ATTAHCED SOW ****, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, ECC 411th CSB KOREA intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. ECC 411th CSB KOREA is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In accordance with the ROK/US SOFA, this requirement is restricted to U.S. sources only. Article XV of the ROK/US SOFA precludes full and open competition, and permits soliciting U.S. sources only due to either; (1) security considerations, (2) technical qualifications, (3) the unavailability of materials or services required by United States standards, or (4) limitations of United States law. The Contracting Officer (KO) is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Regional Contracting Office - Pyeongtaek Chief of Contracting BLDG S-1406 Unit 15228 APO AP 96271 Facsimile number DSN:315-754-8112 Comm Local 031-619-8112 (from US 011-82-31-619-8112) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: W911S8-14-P-0016 Page 17 of 29 HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Instruction) As prescribed in 22.1705(a), COMBATING TRAFFICKING IN PERSONS (FEB 2009) (1) Threats of serious harm to or physical restraint against any person; (2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip. (End of clause) Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. (End of Instruction) The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis- McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. (End of Instruction) Contact Client Services @ FedBid.com or call 1-877-9FEDBID to address any questions for quotes utilizing FedBid. Contact the specialist listed in the solicitation to address any questions concerning any other request for quotes. This is a Request for Quotes under Federal Acquisition Regulation 12, Acquisition of Commercial Items using FAR 13 Simplified Acquisition Procedures. The following provisions and clauses apply: Clause Description FAR 52.212-4 Contract Terms and Conditions-Commercial Items Incorporated by reference W911S8-14-P-0016 Page 20 of 29 FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Incorporated in Full Text Orders-Commercial Items FAR 52.209-7 Information Regarding Responsibility Matters Incorporated by reference FAR 222.20 Walsh Healy Incorporated by reference and applies to Supply contract above $15,000. Public Contracts Act FAR 52.252-2 This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. (End of Instruction) Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. (End of Instruction) FAR 52.211-6 -- Brand Name or Equal is incorporated into this solicitation and any subsequent awards. To meet the Brand Name or Equal provision the Quoter must: (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, i n c l u d i n g ? e q u a l ? p r o d u c t s o f t h e b r a n d n a m e m a n u f a c t u r e r, m u s t ? ( 1 ) M e e t t h e s a l i e n t physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. (End of Instruction) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. (End of Instruction) The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer. (End of Instruction)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ed626d5985d9df967bf5a1a08d131e6)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04224987-W 20160817/160815235934-9ed626d5985d9df967bf5a1a08d131e6 (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.