Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2025 SAM #8677
SOLICITATION NOTICE

C -- FY26 (AE) - 575-26-101 - Design - Renovate Clinic for Optometry

Notice Date
8/27/2025 2:06:55 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925R0102
 
Response Due
9/26/2025 1:00:00 PM
 
Archive Date
01/03/2026
 
Point of Contact
Robyn Young, Contracting Officer, Phone: 307-433-3728
 
E-Mail Address
robyn.young2@va.gov
(robyn.young2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Page 7 of 9 DESCRIPTION: This is a Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Western Colorado Health Care System, Grand Junction, CO 81501. This requirement is being set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: https://www.gsa.gov/reference/forms/architectengineer-qualifications; scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. Written questions pertaining to this requirement should be submitted no later than 2:00 PM. Mountain Standard Time (MST), September 12, 2025. Interested firms should submit their current SF-330, Parts I and II, to Robyn.Young2@va.gov. The SF-330s are due no later than 2:00 PM, MT, September 26, 2025. SCOPE OF WORK: This contract will provide for a design to Renovate Clinic for Optometry at the Western Colorado Health Care System. The A-E is to provide design services to Renovate Clinic for Optometry at the Western Colorado Health Care System Campus located at 2121 North Avenue, Grand Junction, CO 81501. The contractor shall design the following: Statement of Work: The intent of the project is to provide fully functional services for an optometry clinic and wheelchair repair and storage. Specific project tasks: Rooms 167 and 168 shall require renovation to support the services and equipment necessary for an optometry clinic. Room 167 shall be office space for the optometry clinic, and Room 168 shall be made into 2 lanes for optometry clinic services. Rooms 177 and 178 shall be converted to serve as a space for wheelchair repair and storage. The designer shall make additional recommendations as needed. All aspects of the design must adhere to the NEC Design manuals posted on the VA technical information library at the following sites: http://www.cfm.va.gov/til/ and https://vatilms.va.gov/vatilms/catalog. The design shall be in accordance with the manuals and guidebooks located on the Technical Information Library (TIL) and the Local Instructions to AE. The project shall need to be in accordance with the submission guidelines in PG-18-15, Volume C in the TIL. The designers shall design all construction in patient areas. All construction in patient care areas shall be in accordance with infection control risk assessments (ICRAs), shall design construction to minimize impacts to patients, consider parallel construction methods, and use the Critical Path Method. All electrical, architectural, and mechanical work for these systems will be designed by the A-E. The installation must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.). Other publications required are as follows: Eye Clinic: Ophthalmology and Optometry Services Design Guide: https://vatilms.va.gov/vatilms/criteria-viewer/80159?type=application%2Fpdf&title=Eye%20Clinic:%20Ophthalmology%20and%20Optometry%20Services&name=dgEye.pdf Architectural Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/90118?type=application%2Fpdf&title=Architectural&name=dmArch-2014-08.pdf Electrical Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/92670?type=application%2Fpdf&title=Electrical&name=dmElec-2025-03.pdf Lighting Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/90711?type=application%2Fpdf&title=Lighting%20Design&name=dmLighting-2022-01.pdf Plumbing Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/90725?type=application%2Fpdf&title=Plumbing&name=dmPlbg-2024-02.pdf HVAC Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/90196?type=application%2Fpdf&title=HVAC&name=dmHVAC-2024-03.pdf Physical Security and Resiliency Design Manual: https://vatilms.va.gov/vatilms/criteria-viewer/93024?type=application%2Fpdf&title=Physical%20Security%20and%20Resiliency&name=dmPhySec-2025-06.pdf DESIGN CRITERIA: As part of the design the following list needs to be considered: All testing and balancing parameters will be provided by the A-E. Design documents that show the red lines will be submitted by the contractor to the A-E, put into the AutoCAD drawings, and submitted within 30 days of the completion of the construction project as per VA standards as outlined in the VA Specifications in the Technical Information Library. All existing utilities which are designed to be relocated or modified shall have directions to the contractor on the new location and modifications. The installed utility systems and their components shall be tested and commissioned as per VA standards as outlined in the VA specifications in the Technical Information Library. This shall be included in the design and construction documents. Any penetration through any fire barriers, whether a floor or wall, shall be done in this contract to meet VA standards and National Fire Protection Association (NFPA). All electrical work shall be terminated by the contractor. The design must be clear who and what is supplied for the termination equipment. Implement measures to ensure the security and privacy of patient information and equipment as per the Physical Security and Design Resiliency Design Manual and other VA standards. The installed HVAC system shall be designed to maintain optimal air quality. Ensure that air flows from clean areas to soiled areas per the HVAC Design Manual. Optimize the layout to ensure efficient workflow and easy navigation. Ensure proper lighting levels in the optometry clinic for detailed visual examinations. Use adjustable and dimmable lighting where appropriate per the Eye Clinic: Ophthalmology and Optometry Design Guide. The optometry clinic must include two fully equipped and accessible patient examination rooms designed to meet the VA standards in the TIL s Eye Clinic: Ophthalmology and Optometry Design Guide. INVESTIGATIVE SERVICES: A report on 8 1/2 x11 paper (bound) and an electric Portable Document Format (PDF) version will be submitted. It will provide pros and cons of the project. It shall include a preliminary cost estimate and any results from preliminary testing and investigations. The results and sketches from this report should be used to develop the design. Interview and work with medical center staff to determine how the current system is working and what needs there are from the Facilities Management staff. In person inspections are required before the start of design due to the need for phased designed in the specified areas. The A-E will need to understand the workings of the area to facilitate a smoother design. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.601-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4) but are equal value among themselves; Criteria (7) is least important and listed in descending order of importance. Specific evaluation criteria include: 1. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in integrating specialized equipment for optometry, including diagnostic devices, examination chairs, and advanced imaging technologies. Also, experience with construction and renovation planning in operational healthcare facilities is required. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. Capacity to accomplish the work in the required time. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Knowledge of the general area (Sheridan, WY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project 6. The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. 7. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Criterion 1 - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in Paging System, LYNX system, low voltage systems and separation of systems. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: Experience with construction and renovation planning in operational healthcare facilities. Experience in providing post construction award services (shop drawing review, as-built drawing, Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). Experience in integrating specialized equipment for optometry, including diagnostic devices, examination chairs, and advanced imaging technologies. Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the SAM UEI number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Architecture, Interior Design, Civil, Structural, Mechanical, Electrical, and Fire Protection Engineering. Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously. Criterion 4 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 19, Attn: Robyn Young via email at Robyn.Young2@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Criterion 5 Knowledge of the general area (Grand Junction, Colorado); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government. Criterion 6 - The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. Submission requirements: Offerors to submit evidence showing commitment to using Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business firms/teams previously used on projects submitted in Criterion 2. Criterion 7 - Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Submission requirements: Offerors shall provide documentation based on using the projects submitted in Criterion 2 indicating the extent and magnitude of the construction period services provided on those regarding the areas stated above. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal. Elaborate presentations are not desired. GENERAL INFORMATION: All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. The A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A-E and Contractors to allow for regular tracking of schedules and work by the VA Medical Center. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. The estimated magnitude of construction is between $500,000 and $1,000,000. The A-E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The A-E will provide documents at each submission as indicated in the statement of work. The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $25.5 million. Requirement for Electronic Submission Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below.� The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation.� You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail.� The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats� (Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access.� Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information.� Print or scan images of spreadsheets are not acceptable.� � Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version, and engineering can open AutoCAD files) Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. Other electronic formats. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.� Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept .zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to solicitation will be referred to as offers. Subject Line: Include the solicitation number, name of company, and closing date of solicitation.� Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type.� Size: Maximum size of the e-mail message shall not exceed five (5) megabytes.� The SF330, in its entirety, shall not exceed one email of 5MB. The SF330 (not including past performance questionnaires) are limited to 30 pages. If the page limits are exceeded, the pages in excess of the limit will not be read or considered. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation. The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt. Security Issues, Late Bids, Unreadable Offers Late submission of offers is outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3).� Particular attention is warranted to the portion of the provision that relates to the timing of submission.� � Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. � To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.� Submissions or portions thereof submitted and which the automatic system detects the presence of a virus, or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c). The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet, and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Small Business Administration (SBA) through the SBA certification database via 13 CFR Part 128, VAAR 819.7011, and VAAR 819.7003 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the SBA certification database at the time of offer submission. Failure to be both VERIFIED by SBA and VISIBLE on the SBA certification database at the time of offer submission and contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the SBA and submit the required documents to obtain verification of their SDVOSB status if they have not already done so. 852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses (a) Definition.� For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (https://search.certifications.sba.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General.� (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement.� A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:� That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c815db5ba1bd4ec6ba4cfc25fda871bb/view)
 
Place of Performance
Address: Western Colorado Health Care System 2121 North Ave., Grand Junction 80501, USA
Zip Code: 80501
Country: USA
 
Record
SN07568451-F 20250829/250827230044 (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.