Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2025 SAM #8656
SOLICITATION NOTICE

65 -- Patient Monitors

Notice Date
8/6/2025 2:38:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0682
 
Response Due
8/22/2025 1:00:00 PM
 
Archive Date
09/21/2025
 
Point of Contact
Noaa Lanotte, Contract Specialist, Phone: 303-712-5794
 
E-Mail Address
Noaa.Lanotte@va.gov
(Noaa.Lanotte@va.gov)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25925Q0682 Patient Monitors Brand Name or Equal 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 2:00pm MT, 08/13/2025 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Noaa.Lanotte@va.gov no later than 2:00pm MT, 08/22/2025 Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0682. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective June 11, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 Employees. This solicitation is a 100% unrestricted. List of Line Items; Line Item Part Number Description Quantity Unit of Measure Unit Price Total Price 0001 5865770 CARESCAPE Canvas 1000 (Brand Name or Equal) 16 EA $ $ 0002 5884506-14 CARESCAPE Canvas 1000 with power cord USA/Canada 8 f with support for F5/F2 Frame and secondary display port output (Brand Name or Equal) 16 EA $ $ 0003 5875091 CARESCAPE Canvas 1000 SW v3.3 (Compatible with MUSE NX only) (Brand Name or Equal) 16 EA $ $ 0004 5880547-06 ENGLISH US LOCALIZATION 1000 v3.3 - Online Manuals (Brand Name or Equal) 16 EA $ $ 0005 5877378- 17 Power frequency setting 60HZ (Brand Name or Equal) 16 EA $ $ 0006 5896574-05 CANVAS 1000 1ECP - Emergency Care SW (Brand Name or Equal) 16 EA $ $ 0007 5884507-21 Canvas 1000 Advanced Critical Care Bundle(P12S,12ST,PARR,TR72,AVOA,CALC) (Brand Name or Equal) 16 EA $ $ 0008 5875152-20 FRM2 - FRAME F2 LICENSE (Brand Name or Equal) 16 EA $ $ 0009 5875152-26 METB - SPIROMETRY AND GAS EXCHANGE LICENSE (Brand Name or Equal) 16 EA $ $ 0010 5875152-21 PPCO - BASIC PiCCO CARDIAC OUTPUT LICENSE (Brand Name or Equal) 16 EA $ $ 0011 5875152-25 SPIR - SPIROMETRY LICENSE (Brand Name or Equal) 16 EA $ $ 0012 Canvas Peripherals & Display Bundle Canvas Manuals & Peripherals (Brand Name or Equal) 16 EA $ $ 0013 5891234-026 FRAME F2-01 W/ N. AMER Power Cord 11.8f (3.6) compatible with Canvas 1000 with CS1 dock (Brand Name or Equal) 16 EA $ $ 0014 5861320 Canvas F2 Host Cable 5f (1.5m) (Brand Name or Equal) 16 EA $ $ 0015 Canvas Mounts Bundle Canvas Mounts (Brand Name or Equal) 16 EA $ $ 0016 2038478-001 GCX Utility Hook for Use W/M & VHM Series arms (Brand Name or Equal) 16 EA $ $ 0017 USMSTrainandInstallbu ndle USA and Canada Training and Installation (Brand Name or Equal) 16 EA $ $ 0018 2083083-001 INSTALLATION CHARGE (Brand Name or Equal) 16 EA $ $ 0019 CE2023PCS001 Patient Monitor Configuration (Does not include CS1 Standalone) (Brand Name or Equal) 16 EA $ $ 0020 5865770 CARESCAPE Canvas 1000 (Brand Name or Equal) 2 EA $ $ 0021 5884506- 14 CARESCAPE Canvas 1000 with power cord USA/Canada 8 f with support for F5/F2 Frame and secondary display port output (Brand Name or Equal) 2 EA $ $ 0022 5875091 CARESCAPE Canvas 1000 SW v3.3 (Compatible with MUSE NX only) (Brand Name or Equal) 2 EA $ $ 0023 5880547-06 ENGLISH US LOCALIZATION 1000 v3.3 - Online Manuals (Brand Name or Equal) 2 EA $ $ 0024 5877378- 17 Power frequency setting 60HZ (Brand Name or Equal) 2 EA $ $ 0025 5896574-05 CANVAS 1000 1ECP - Emergency Care SW (Brand Name or Equal) 2 EA $ $ 0026 5884507-21 Canvas 1000 Advanced Critical Care Bundle(P12S,12ST,PARR,TR72,AVOA,CALC) (Brand Name or Equal) 2 EA $ $ 0027 5875152-27 F5F7 - Frame F5/F7 License (Brand Name or Equal) 2 EA $ $ 0028 5875152-20 FRM2 - FRAME F2 LICENSE (Brand Name or Equal) 2 EA $ $ 0029 5875152-26 METB - SPIROMETRY AND GAS EXCHANGE LICENSE (Brand Name or Equal) 2 EA $ $ 0030 5875152-21 PPCO - BASIC PiCCO CARDIAC OUTPUT LICENSE (Brand Name or Equal) 2 EA $ $ 0031 5875152-25 SPIR - SPIROMETRY LICENSE (Brand Name or Equal) 2 EA $ $ 0032 Canvas Peripherals & Display Bundle Canvas Manuals & Peripherals (Brand Name or Equal) 2 EA $ $ 0033 M1115512 F5 5-Module Frame (Canvas requires license) (Brand Name or Equal) 2 EA $ $ 0034 5845972 Cable Frame to CPU - 1.5 M (Brand Name or Equal) 2 EA $ $ 0035 5699971-14 Carescape Canvas D19 W/USA/Canada Power Cord 2.5 M (Brand Name or Equal) 2 EA $ $ 0036 5882261 Display Port Cable 6.5 ft (2.0 m) (Brand Name or Equal) 2 EA $ $ 0037 Canvas Mounts _Bundle Canvas Mounts (Brand Name or Equal) 2 EA $ $ 0038 411959-001 19-inch wall channel (Brand Name or Equal) 2 EA $ $ 0039 2038478-001 GCX Utility Hook for Use W/M & VHM Series arms (Brand Name or Equal) 2 EA $ $ 0040 2043248-001 F5/F2 VHM/M-Series Arm Hanger with 9"" downpost (Brand Name or Equal) 2 EA $ $ 0041 USMSTrainandInstallbu ndle USA and Canada Training and Installation (Brand Name or Equal) 2 EA $ $ 0042 2083083-001 INSTALLATION CHARGE (Brand Name or Equal) 2 EA $ $ 0043 CE2023PCS001 Patient Monitor Configuration (Does not include CS1 Standalone) (Brand Name or Equal) 2 EA $ $ 0044 2087075-300 CARESCAPE ONE MBZ323 ATO MODEL (Brand Name or Equal) 2 EA $ $ 0045 2098985-002 CARESCAPE ONE MBZ323 HARDWARE. Note: Does not include clinical configuration. (Brand Name or Equal) 2 EA $ $ 0046 2098987-002 CARESCAPE ONE CSPV3.2 SW (Brand Name or Equal) 2 EA $ $ 0047 5831084 CS32 - CARESCAPE SOFTWARE VERSION 3.2 BASE LICENSE (Brand Name or Equal) 2 EA $ $ 0048 2062895-001 Battery FLEX-3S2P 10.8V 18650 LI-ION SMBUS (B450 Compatible) Compatible with B450 3S2P and CS1 (Brand Name or Equal) 2 EA $ $ 0049 2098988-002 CARESCAPE One FREQUENCY Setting 60HZ (Brand Name or Equal) 2 EA $ $ 0050 5863404-12 CARESCAPE ONE V3.2 ENGLISH US LOCALIZATION (Brand Name or Equal) 2 EA $ $ 0051 2099057-001 Carescape F0 Dock ATO Model (Brand Name or Equal) 2 EA $ $ 0052 2099060-001 Carescsape Dock F0 Hardware (Brand Name or Equal) 2 EA $ $ 0053 2087716-002 Cable Assemble EPORT Carescape One to Host 1.5 M (5 ft) (Brand Name or Equal) 2 EA $ $ 0054 2103987-002 CARESCAPE SPO2 MASIMO 3f (0.9m) (recommended option with 12f RD set or 10 f cable LNCS cable) (Brand Name or Equal) 2 EA $ $ 0055 Masimo_SPO2Acessories _bundle Masimo SPO2 accessories (Brand Name or Equal) 2 EA $ $ 0056 2106257-001 Masimo 25-pin LNC-10 LNCS cable, 10 f (Brand Name or Equal) 2 EA $ $ 0057 2099884-001A3 CARESCAPE ECG MKE101 3.6M (12f) AHA (Brand Name or Equal) 2 EA $ $ 0058 ECGAccessories_bundle CARESCAPE ECG, Select ECG cables. (Brand Name or Equal) 2 EA $ $ 0059 2106389-002 ECG Leadwire set, 5-lead, grouped, Grabber, AHA, 130 cm/ 51 in (Brand Name or Equal) 2 EA $ $ 0060 2106397-002 ECG Leadwire set, 6-lead, grouped, Grabber, AHA, 130 cm/ 51 in *BEST SELLER* (Brand Name or Equal) 2 EA $ $ 0061 2066468-007 ECG Leadwire Set, 4-Lead, Grabber, AHA, 130cm/51in (Brand Name or Equal) 2 EA $ $ 0062 2099661-001D3 CARESCAPE TEMPERATURE MKT101 MODULE CABLE DISPOSABLE 3M (9.8f) (Brand Name or Equal) 2 EA $ $ 0063 2099660-001N CARESCAPE PRESSURE MKP101 MODULE NICHOLAI ADAPTER 1.2M (3.9f) (Brand Name or Equal) 2 EA $ $ 0064 IBPAcessories_bundle IBP Accessories (Brand Name or Equal) 2 EA $ $ 0065 2104162-001 IBP Cable, Edwards LS TruWave, Single, 3.6 m/12 f. (Brand Name or Equal) 4 EA $ $ 0066 NIBP_USA_bundle Nested Bundle for NIBP Cufs for Monitoring Products USA. (Brand Name or Equal) 2 EA $ $ 0067 2087389-002 ASSY CARESCAPE ONE NIBP HOSE ADULT/PED 2T DINACLICK 12f (3.6m) (Brand Name or Equal) 2 EA $ $ 0068 CS1Mounts_bundle CARESCAPE BX50 MOUNTS (Brand Name or Equal) 2 EA $ $ 0069 2090387-006 Kit Carescape One Pole/Rail Clamp (Brand Name or Equal) 2 EA $ $ 0070 2090387-009 Quick Connect Pole/Rail Clamp (Brand Name or Equal) 2 EA $ $ 0071 2096245-004 ACM Holder, 3X small 1X Large Modules (Brand Name or Equal) 2 EA $ $ 0072 USMSTrainandInstallbundle USA and Canada Training and Installation (Brand Name or Equal) 2 EA $ $ 0073 2083083-001 INSTALLATION CHARGE (Brand Name or Equal) 2 EA $ $ 0074 2096394-001 VHM-P (Non-Locking) Variable height arm, 25-45 lbs/11.3-20.4 kg (Brand Name or Equal) 2 EA $ $ Grand Total $ Description of Requirements for the items to be acquired: See attached Statement of Work Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs, Salt Lake City Health Care System, George E. Wahlen Medical Center, 500 Foothill Boulevard, Salt Lake City, UT 84148. 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. 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, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. 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 or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 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. 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. 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 Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) Price; and Volume (III) - Completion of Attachment FAR 52.225-6 Trade Agreements Certificate Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III - Completion of Attachment FAR 52.225-6 Trade Agreements Certificate The offeror shall complete the Attachment FAR 52.225-6 Trade Agreements Certificate and submit as part of the quote. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-5 Trade Agreements (NOV 2023) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.222-71 Compliance with Executive Order 13899. (DEVIATION) (APR 2025) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Noaa.Lanotte@va.gov by 2:00pm MT, 08/22/2025. Name and email of the individual to contact for information regarding the solicitation: Noaa Lanotte Noaa.Lanotte@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3d6ba706afb24441a32e8cdeb6ba2b09/view)
 
Place of Performance
Address: Department of Veterans Affairs Salt Lake City Health Care System George E. Wahlen Medical Center 500 Foothill Boulevard, Salt Lake City, UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN07539534-F 20250808/250806230055 (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.