Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2023 SAM #7768
MODIFICATION

J -- BID-SPRINKLER DEFICIENCIES REPAIRS (REPAIR FIRE SUPPRESSION SYSTEM) BRAND NAME OR EQUAL CAPABILITIES

Notice Date
3/3/2023 7:55:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332913 — Plumbing Fixture Fitting and Trim Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24623Q0423
 
Response Due
3/7/2023 6:00:00 AM
 
Archive Date
05/06/2023
 
Point of Contact
DONALD V. HARRIS, CONTRACTING OFFICER, Phone: 757726-6089
 
E-Mail Address
donald.harris@va.gov
(donald.harris@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICIATION 36C24623Q0423 SALEM VA MEDICAL CENTER BID-SPRINKLER DEFICIENCIES REPAIRS Combined Synopsis references current as of 03/03/2023 Page 7 of 7 Description: This solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). Submit written quotes referencing RFQ 36C24623Q0423. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01. This solicitation is set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 332913 with a business size standard of 1000 employees. The FSC/PSC is procurement is J012. All offerors must be registered in Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/ to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST intends to award a firm-fixed price contract for the SALEM VA MEDICAL CENTER BID-SPRINKLER DEFICIENCIES REPAIRS . The Government will award a contract resulting from this RFQ to the responsible offeror whose quote represents the lowest price technically acceptable for the government. Quotes are due by 9:00AM EST on 07 March 2023. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. All interested companies shall provide quotations for the following: Brand Name or Equal: Manufacture: PLUMBING (REPAIR FIRE SUPPRESSION SYSTEM) CLIN# ITEM DESCRIPTION QUANTITY UNIT 0001) MATERIALS Valves, PIVs, Piping, Whips to repair fire suppression system (1) EA 0002) Labor to repair fire suppression system (1) JB PERFORMANCE WORK STATEMENT FIRE SUPPRESSION SYSTEM MAINTENANCE AND REPAIR Multiple Buildings Salem VA Health Care System General. The contractor shall provide all labor, supervision, materials, equipment, transportation, and management necessary to correct the deficiencies and conduct the other tasks listed in paragraph 4, Requirements. Salem VAHCS shall not provide service manuals or service diagnostic software to the Contractor. Salem VAHCS will provide, upon request, the most recent fire suppression system testing reports. The Contractor shall obtain, have on file, and make available to its field service personnel all operational and technical documentation, (such as: operational and service manuals, schematics, parts list, and diagnostic software), which are necessary to meet the performance requirements of this contract. Background. The Salem VAHCS currently has need for NFPA compliant fire suppression system maintenance and repair in multiple buildings at the Salem campus. Coordination. The Facilities Management Service (FMS) Program Analyst, located in Building 74, will serve as the focal point and Contracting Officer Representative (COR) for this contract. The Plumbing Shop Supervisor will serve as the subject matter expert. If determined necessary, an Alternate COR will be nominated and approved through the Contracting Officer (CO). 3.1 The contractor shall pre-coordinate work and associated outages with the COR. 3.2 The COR will be immediately notified whenever a piece of equipment or associated component cannot be returned to service prior to the end of each shift. In the absence of the COR, the Plumbing Shop Supervisor will be notified. Requirements. The Contractor shall provide a schedule for the fire suppression system maintenance and repair in multiple buildings. Upon award, the contractor shall schedule these services to begin within 14 business days. All work under this contract should be completed no later than 30 April 2023. The first priority is the post indicator valves The second priority is work in Buildings 2, 4, 9, 143, and 170 The third priority would be all other Buildings Unless specified elsewhere, all parts, labor, materials, testing, connections, groundwork, installation, and removal of existing devices, required to perform this contract will be provided by the contractor. Work shall include: Building Device ID Deficiency CATEGORY CONNECTED DEVICE SIZE TYPE MAKE DETAILS WHIP LENGTH 1 61772781 Tamper switch failed test Tamper 61772782 2"" Lever Potter OSYS-2 4' 1 61772790 Tamper Switch failed test Tamper 61772791 PIV Lever Potter   4' 1 61772798 Control valve leaks when closed Control Valve 61772799 4"" OS&Y Kuhns Gate 6' 2 61772823 Tamper switch not wired Tamper 61772824 3"" Lever Potter OSYS-2 6' 4 61772918 2 dry drops due for sampling Dry Drops             4 61772918 4 dry drops due for sampling Dry Drops             4 61772918 4 dry drops due for sampling Dry Drops             5 62575203 Tamper Switch Not Monitored Tamper             5 76918207 Tamper switch failed test Tamper             8 61772700 Tamper Switch Damaged Tamper 61772699 2"" Lever Potter OSYS-U 6' 8 61772687 Tamper switch failed test Tamper 61772688 2-1/2"" Lever Potter OSYS-U 6' 8 61772690 Control Valve Corroded Control Valve 61772689 2"" OS&Y Stockham OSYS-2 4' 8 61772699 Control Valve Corroded Control Valve 61772700 6' OS&Y Stockham 10240 6' 8 61772704 Control Valve Corroded Control Valve 61772703 2"" OS&Y Stockham OSYS-2 5' 8 61772709 Control Valve Corroded Control Valve 61772710 2"" OS&Y Stockham OSYS-2 4' 8 Painted sprinkler heads Sprinkler Head             8 Outdated sprinkler heads Sprinkler Head             9 61772648 Waterflow switch not tested Waterflow   3"" Vane Potter OSYS-U 5' 11 61772531 Tamper Switch Not Monitored Tamper 61772532 2-1/2"" Lever Potter OSYS-U 4' 11 61772545 Tamper switch failed test Tamper 61772546 2-1/2"" Lever Potter OSYS-U 4' 13 61772943 Tamper Switch Defective Tamper 61772942 PIV Lever System Sensor PIBV2 4' 14 61773036 Tamper switch outside of parking room not monitored Tamper 61773037 PIV Lever Potter PCVS-2 4' 17 52891000 Control Valve leaking Control Valve 52891001 4"" OS&Y Kennedy 888H 8' 17 52890999 Dry pipe valve requires 5 year service Inspection             74 52891046 PIV requires maintenance PIV 52891045         6' 74 52891045 Tamper Switch Damaged Tamper 52891046 PIV Lever Potter PCVS-2 4' 75 55726561 Tamper switch failed test Tamper 55726560 3"" Lever Potter   4' 76 55726434 Control valve leaking Control Valve 55726433 2"" OS&Y Stockham Brass 4' 76 55726466 Tamper switch requires maintenance Tamper 55726467 2"" Lever Potter OSYS-U 4' 76 55726441 Tamper Switch missing parts Tamper 55726442 2"" Lever Potter OSYS-U 10' 76 55726444 Control valve leaking Control Valve 55726443 2"" OS&Y Stockham Brass 4' 76 55726457 Control Valve leaking Control Valve 55726456 4"" OS&Y Stockham Gate 4' 76 55726456 Tamper switch failed test Tamper 55726457 4"" Lever Potter OSYS-U 4' 76 55726458 Tamper switch failed test Tamper 55726459 3"" Lever Potter OSYS-U 4' 76 55726460 Tamper switch failed test Tamper 55726461 2"" Lever Potter OSYS-U 4' 76 55726449 Tamper switch failed test Tamper 55726448 2"" Lever Potter OSYS-U 4' 76 55726472 Tamper switch failed test Tamper 55726473?? 2"" Lever Potter OSYS-U 4' 76 55730471 PIV required maintenance PIV   PIV       6' 77 55730446 Wet control valve leaking Control Valve   2"" OS&Y United   6' 77 55730463 Control Valve leaking Control Valve 57730464 6"" OS&Y Fairbanks Morse Gate 6' 77 55730438 Waterflow switch failed flow test Waterflow   2"" Vane Potter VSR-F 6' 77 55730433 Tamper Switch Failed test Tamper 55730434 PIV Lever Potter   4' 77 55730434 Repair Outside PIV Bldg 77 PIV 55730433 PIV       6' 77 55730440 Control Valve Corroded Control Valve 55730439 2"" OS&Y United Brass 4' 77 55730459 Control valve leaking Control Valve 55730460 2"" Gate   Brass 4' 143 Replace sprinkler piping that is leaking by exit Repair             143 61773122 Fire pump test header control valve leaks by Leak           6' 143 61773197 Control Valve Corroded Control Valve   6"" OS&Y Kennedy 11881 6' 143 61773022 Control Valve Corroded Control Valve   6"" OS&Y Kennedy 1188n 6' 143 Adjust time on fire pump Fire Pump             144 61773122 Fire pump test header control valve leaks by Leak           10 145 62575003 Tamper switch failed test Tamper     Lever     6' 170 61773086 Tamper Switch failed test Tamper 61773085   Lever Potter   2' The Contractor is expected to replace all failed components and systems with appropriate, new devices. Any deviations must be approved by the Government. Testing and verification of all repaired/replaced devices, in accordance with NFPA requirements, shall occur immediately following the contracted work and prior to project completion. Upon completion of repair work, contractor shall provide a detailed field report outlining work completed during the visit including all repairs or adjustments that were performed, testing results, which device identification numbers need to be updated, and a list of parts used and labor hours/monetary cost to the COR within 24 hours of building repairs being completed. 4.9 The Federal Government will not be responsible for any Unauthorized Goods or Services. Government Furnished Equipment. This is a full-service contract with the contractor providing all necessary items, labor, and testing required to accomplish this performance work statement. Site Visits and Proposals. Perspective Contractors are encouraged to accomplish a site visit. Site visits will be consolidated, scheduled, and coordinated through the Contracting Officer. Unannounced site visits will not be honored. The Federal Government will not incur any costs associated with site visits. Clean-up. The contractor will remove all debris, containers, and other materials, on a daily basis, resulting from their work and leave the premises clean. All debris, containers and other materials must be removed from the limits of the Facility and not be placed in government-owned dumpsters, except with prior approval of the COR. All handprints, grease smears, etc., are to be removed. Any chipped, scratched, or otherwise damaged surfaces will be repaired to the satisfaction of the COR. Final Services. The contractor will provide a written report on work performed, along with a statement, as to the final condition of the equipment. The final services report is to be received by the Contracting Office before final payment is made. Any manuals or testing reports should be returned to the COR and remain the property of the Government. Electric Work. All electrical work will conform to the latest requirements of the National Electrical Code. Other Station Rules and Guidelines. The contractor will adhere to the following station rules. All work will be accomplished to industry standards and compliant with all current CODE requirements (Life Safety, NFPA, Electrical, and Building). All Department of Veteran Affairs, Federal regulations, and codes will be complied with. This is a hospital environment. The Contractor and his personnel are expected to be appropriately dressed (preferably uniformed) and to conduct themselves professionally, with a minimum amount of noise. Contractor personnel are required to wear surgical masks at all times while working inside at the Salem VAHCS. This is a federal facility as well as a medical center. As such, there is NO tobacco usage allowed inside any federal building or on the grounds. Failure to follow these regulations can result in removal of the worker or Contractor from the facility and/or a US Magistrate s ticket and fine. Parking will be in designated lots. Consult with the COR as to allowable parking and material drop-off when you arrive on station. Valet parking is only for patients and should not be utilized. The Contractor will be responsible for ensuring that all the employees and other personnel visiting the work site have and are using the appropriate Personal Protective Equipment (PPE) that addresses the particular hazards found at the site. The Contractor will be responsible for the upkeep, issue, and training for the PPE used and maintaining all required documentation. Full compliance with OSHA regulations regarding PPE is expected. The Contractor shall provide copies of the Safety Data Sheets (SDS) for any chemicals brought onto the Station for this project to the COR. Any work requiring a shutdown or utility outage will be requested 14 business days in advance, on the Salem VAHCS form, and scheduled by the COR prior to the work being accomplished. The contractor will coordinate their activities with the COR to identify any smoke or fire barriers that must be penetrated or disrupted as a result of this contract and shall restore the fire barrier to its rating through the use of fire-stopping. The contractor and their personnel shall be trained and certified to use and apply fire-stopping prior to its application and at the contractor s expense. Damage to the building components by the contractor due to negligence will become the responsibility of the contractor to repair. The Contractor will inspect the work site prior to commencing work to establish a record of preexisting faults or damage. The COR will have the opportunity to review this documentation prior to work commencing. Deliverables. The contractor shall provide a detailed field report outlining work completed during the visit including all repairs or adjustments that were performed, testing results, which device identification numbers need to be updated, and a list of parts used and labor hours/monetary cost to the COR within 24 hours of building repairs being completed. 12. Key Personnel: Key personnel will be identified at the time of project award and shall be considered key personnel essential for the successful completion of the work performed under the contract. The contractor agrees that such personnel shall not be removed, diverted, or replaced from the work without prior written approval of the Contracting Officer. The contractor shall submit written notice of proposed personnel changes to the Contracting Officer for approval at least thirty (30) business days in advance. 13. Work Hours. The services covered by this contract shall be furnished by the contractor as defined herein. The contractor shall not be required, except in case of emergency, or convenience to the contractor, to furnish such services on Federal Holidays. If contractor desires to work on a holiday, then prior approval will be required by the COR. Services will be accomplished Monday-Friday, except holidays, during the hours of 7:45 am to 4:00 pm. The 11 holidays observed by the Federal Government are: New Year s Day Birthday of Martin Luther King, Jr. Washington s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 14. Billing and Payment. The contractor shall submit payment requests in electronic form via VA s Electronic Invoice Presentment and Payment System http://www.fsc.va.gov/einvoice.asp. Invoices shall be submitted quarterly, in arrears. The following information must be included on all submitted invoices. Invoices submitted without the following information may be rejected for payment. Invoices shall be submitted monthly, in arrears, and shall include at a minimum: Date of Invoice Contract Number Obligation Number (PO #) Contractor Name Invoice Number CLIN/Contract Line Item Date/Dates of Service 15. Badges will be issued by the COR and must be always worn while working on premises. CONTRACT ADMINISTRATION DATA: Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract. The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. EVIDENCE OF INSURANCE COVERAGE: The Contractor shall furnish to the Contracting Officer with their proposal a current Certificate of Insurance which shall contain an endorsement to the effect that cancellation of, or any material change in the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a 30-day written notice of cancellation or change is furnished to the Contracting Officer. OPTION YEAR PERIOD OF PERFORMANCE: NONE Delivery shall be provided: At Receipt of Order (ARO) Place of Performance/Place of Delivery Address: SALEM VA MEDICAL CENTER 1970 ROANOKE BLVD SALEM VA Postal Code: 24153 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items The following provisions are incorporated into 52.212-1 as an addendum to this solicitation (NOV 2021): Pricing Pricing shall be submitted on the Attachment A. Price/Cost Schedule. The following fields require completion on the attachment. Do not change the format or add/delete any columns in the Excel Spreadsheet. Colum Element Name Line Item Template Name Selection/Input K Unit of Measure: Unit of Measure Select the applicable 'Unit of Measure' from the dropdown. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 L Packaging Multiple Packaging Multiple Enter the total quantity that comes in each 'Unit of Measure' i.e., How many come in each CS, CT, PG, etc. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 M LIN is: Line Item Is Select 'Priced', 'NSP' (Not Separately Priced), or 'N/C' (No Charge) from the dropdown N Unit Price ($): Unit Price Enter the price for each 'Unit of Measure' i.e., What is the cost of each CS, CT, PG, etc. AM MANUFACTURER PART NUMBER (MPN): MANUFACTURER PART NUMBER (MPN) The MPN identifies the manufacturer from which an item originated. Its purpose is to identify the company that made the part, as opposed to a SKU number that is used for inventory record keeping by the Vendor. Each MPN is unique and can be composed of letters, numbers, or both. BY ITEM PART NUMBER ITEM PART NUMBER Enter the distributor/vendor part number if different than the mfg. part number. CG OEM NAME: OEM NAME Enter the Name of the OEM. Do not enter the Distributor/Vendor Name unless the Distributor/Vendor is the Manufacturer. FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offeror shall provide a quote addressing all CLINS The following contract clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions- Commercial Items (DEC 2022) Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2022) Full text of the reference FAR Clauses may be accessed electronically at http://acquisition.gov/. The following subparagraphs of FAR 52.212-5 are applicable: FAR Provisions: 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) [over SAT and sol. includes services that involve performance of acquisition functions closely associated with inherently Government functions; Do not insert in solicitations & contracts with a self-employed individual if acquisition functions are performed entirely by self-employed individual vs. an employee of the contractor] 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) [when routine access to a federally-controlled facility and/or access to a federally-controlled information system is required; not used when contractors require only intermittent access to federally-controlled facilities] 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) [when the solicitation contains provision at FAR 52.204-16] The government will award a firm-fixed price purchase order to the vendor whose quotation represents the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. (End of Provision) FAR Clauses: 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) [over SAT and sol. Includes services that involve performance of acquisition functions closely associated with inherently Government functions; Do not insert in solicitations & contracts with a self-employed individual if acquisition functions are performed entirely by self-employed individual vs. an employee of the contractor] [see FAR 3.1106] 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-3 Offeror Representations and Certifications (DEC 2022) 52.222-19 Child Labor Cooperation with Authorities and Remedies (DEC 2022) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.227-17 Rights in Data-Special works (DEC 2007) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.204-70 Personal Identity Verification of Contractor Personnel (MAY 2020) [solicitations & contracts that require contractor employees to have routine access to a VA facility or to VA information systems. Use with 52.204-9, Personal Identity Verification of Contractor Personnel] VAAR 852-219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (NOV 2022) (DEVIATION) Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: 852.232-72 Electronic Submission of Payment Requests (NOV 2018) All quoters shall submit the following: SALEM VA MEDICAL CENTER BID-SPRINKLER DEFICIENCIES. Gray Market Prevention Language: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.  (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the government. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on lowest priced technically acceptable (LPTA) factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: small business LPTA. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to donald.harris@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c720efb10b64f0a8889aa3a7d4ca44c/view)
 
Place of Performance
Address: SALEM VA MEDICAL CNETER 1970 Roanoke Blvd, Salem, VA 24153, USA
Zip Code: 24153
Country: USA
 
Record
SN06607756-F 20230305/230304211925 (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.