Grout Permeating System
The purpose of amendment 003 is to post answers to questions posed in response to this solicitation. Question 1: In CLIN0020 it is requesting a Loggernet Datalogger and CLIN0010 requests a grout perme... The purpose of amendment 003 is to post answers to questions posed in response to this solicitation. Question 1: In CLIN0020 it is requesting a Loggernet Datalogger and CLIN0010 requests a grout permeating system that is similar to a RST ELGL7000-HP or equivalent. It is unclear if another physical datalogger (separate from the RST System) is being requested or not. Our understanding is that the term "Loggernet" is the tradename for software only and not an actual physical datalogger device. Plus, the RST system has a data logger or acts like a datalogger already (i.e. it records the data on the computer) as it is capturing the data. Is a separate datalogger required? If Loggernet Datalogger is referring to software requirements only, RST's system has software included that displays/graphs the data. Is a separate software package also being desired? Answer: Loggernet refers to a software package that works with the Grout Permeation System and specifically with the data logger and data output. The software package will be downloaded to one of our existing (off-line) field computers or field tablets. Yes, we need the data logger. The data logger is part of the Grout Permeation System RST ELGL7000-HP. We do not require 2 data loggers. The requested software package must be capable of correlating all perimeters that the RTS Permeation Grout Monitor does. The read-out box within the steel framed Permeation Grout Monitor is just that, it is a read-out box for the flow meter. There is also a valve meter for the water pressure at the surface. I assume the down-hole transducer is directly connected to the data logger. All data would flow into the data logger and then through WIFI or direct cable connection to a computer. The software package is able to process the data in real time to generate permeability values, grout index rating, comparison to historical grout rates/pressures. This is a field instrument, so it needs to be user friendly. ************************************************************ The purpose of amendment 002 is to post answers to questions posed in response to this solicitation and to extend the solicitation closing date to January 29, 2019 Question 1: The request specifies "Packer system (compatible with pressure transducer)". Could you please clarify what compatibility is required? Most packers do not have the ability to measure downhole pressure, and therefore have no interaction with the surface pressure transducer. Does the packer system require the ability to measure pressure downhole directly at the packer, or is the only pressure measurement occurring on surface? Answer: The specification requires a packer system that has a pressure transducer within the test interval, down hole. The specification requires measurement of pressures with a transducer below the packer for a single packer system and below the top packer for a dual packer system. Question 2: The request specifies for the packer system "220 feet of air pressure line and cable". Could you please clarify what "cable" is referring to? Is this referring to the packer rod/hose that is used to lower or place the packer into the hole? Answer: "Cable" refers to a communication cable that is connected between the data logger at the ground surface and a pressure transducer located down hole within the test interval. Question 3: The packer system specifies "Packer system (multiple components)". Could you please clarify what "multiple components" is referring to? Is only a single element packer required, or is a double element packer required? Answer: The solicitation requests a packer system that can function both as a single packer system and a double packer system. Please include any extra equipment needed. Question 4: The replacement packer parts specify a gland of 1 m. Are there any ranges of gland sizes that are acceptable (for the supplied packer and the replacement gland), or does it have to be specifically 1 m. Answer: The replacement packer should be the same packer as included in the contractor's bid. It does not have to be specifically 1 meter. The packer should be purpose built for geotechnical water testing and conform to test equipment capable to meet ASTM standard D 4630. Question 5: In the delivery section it mentions, "the equipment shall be delivered under its own power". Could you please clarify the meaning to this? Does this mean the system, while in operation, needs to provide its own power through something such as a generator? If so, are there any requested specifications for the power source? Answer: We are requesting the delivery of the equipment (based on the shipping rate you choose and to be included in your quote package). It is not to power to the unit. ************************************************************ The purpose of amendment 001 is to post answers to questions posed in response to this solicitation. Question 1: Does the Pressure Transducer/System include the packers or is it simply "compatible" per the description? Answer: Yes, the solicitation requests the entire down-hole packer system/assembly with extra parts and an extra packer bladder. Question 2: If the packer(s) is/are included would this be a single or double packer setup? Answer: The solicitation requests a packer system that can function both as a single packer system and a double packer system. Please include any extra equipment needed. Question 3: If packers are included, please confirm the size is HQ. Answer: The solicitation requests HQ size packers. Question 4: If a double packer setup is needed, do you need the perforated pipe section between them? If yes, how long? Answer: Yes please include a 10-foot-long perforated pipe segment. * We typically conduct tests in 10-foot-length/depth intervals. The packers actually seat some distance above and below the connection of the perforated pipe leading to the test interval being more like 11 feet. This is OK and we currently have no problem modelling / evaluating data the with odd length test interval. If you have an "off the shelf" perforated pipe section (less than 10 ft) that makes the test interval closer to 10 feet, please include that length in your response to the solicitation. ******************************************************************** Original Posting: 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; offers are being requested and a written solicitation will not be issued. Solicitation number 40422865TLM is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-101. This requirement is unrestricted under NAICS 334519. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order, for the acquisition of on Drilling and Automated Data Collecting Equipment system and one day of training. See Specifications for further details. CLIN0010: Monitoring Equipment Grout Permeating System, 1-inch-diameter RST ELGL7000-HP System or Equivalent. 1 each at $_______ for a total of $_____. CLIN0020: Loggernet Datalogger or Equivalent 1 each at $_______ for a total of $_____. CLIN0030: Pressure Transducer/System with multiple components, (Compatible with downhole packer system/pressure transducer) to also include 220 feet of air pressure line and cable. 1 each at $_______ for a total of $_____. CLIN0040: HQ Packer Spare Parts Parts list 1 each: Borehole packer O-Ring Kit at $______. 1 each: Borehole Packer replacement gland 1m at $______. For a total of $_____. CLIN0050: One day of on-site training for up to 4 employees, to include travel and per diem. Training for a total of $_____. TOTAL PRICE FOR ALL FIVE CLINs: $_________ SPECIFICATIONS: GENERAL 1.0 DESCRIPTION The Bureau of Reclamation, Pacific Northwest Region, Geology and Exploration Services Group, requires equipment to more accurately measure and collect data during geologic subsurface data collection. Equipment is required to more accurately measure and collect data during downhole pressurize water testing includes a system that integrates a highly accurate flow meter with electronic data output, a pressure transducer, downhole packer system compatible with a pressure transducer, data logger, and hardware required to connect standard drilling equipment to the data collection system described. This data is to be used to estimate and design grout requirements and construction specification for ongoing dam modification and construction. 2.0 METER SYSTEM REQUIREMENTS A system that integrates a flowmeter, transducer(s), data collection and output, and is compatible with standard geotechnical drilling equipment. The flowmeter shall be a fully-functioning system capable of measuring raw water flow in a full pipe (closed conduit), within the accuracy specified below. Each flowmeter system shall be comprised of the following components: • One, 1-inch-diameter RST ELGL7000-HP System or equivalent. System includes a water magnetic flow meter with reported accuracy of +/- 0.25% accuracy (without flow profiling or piping straight run exceeding 1.5 diameters) • LOGGERNET Datalogger or equivalent. • Pressure transducer (compatible with downhole packer system). • Packer system (multiple components), compatible with a pressure transducer; 220 feet of air pressure line and cable. • The contractor shall provide qualified staff to provide one (1) day of onsite equipment instruction at the equipment delivery location or at a location mutually agreed to by Reclamation and the contractor. The contractor will provide equipment operation and installation instructions for mechanical and technical equipment sufficient for Reclamation to test and properly operate all equipment purchased. Travel and per diem shall be included in the total line item cost in accordance with federal travel regulations DELIVERY: Total price includes all applicable shipping fees, the Government is tax exempt. The equipment shall be delivered under its own power. FOB: Destination, to Bureau of Reclamation, PN Drill Crew Attention: Kevin Colby 230 Collins Road, Building 7 Boise, ID 83702-4520 The contractor shall coordinate the exact dates of delivery with Reclamation at least 1 week in advance. The contractor shall protect all parts from corrosion, deformation, and other types of damage during storage, handling, and delivery. Damage to the systems during transit shall be repaired at the contractor's expense. THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13, "SIMPLIFIED ACQUISITION PROCEDURES." Written, signed quotes on a company letterhead with contact information are due no later than Jan 25, 2019 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to tmest@usbr.gov. For information regarding this Request for Quotation, please contact Terry L. Mest, Contract Specialist at 509-633-9327. ? CLAUSES 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect 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/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) 52.212-4 CONTRACT TERMS AND CONDITIONS -COMMERCIAL ITEMS - (JAN 2017) (End of Clause) Addendum to 52.212-4, Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty is required. ADDENDUM TO 52.212-4 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE - (OCT 2018) ADDENDUM TO 52.212-4 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE - (JUL 2016) (a) Definition. As used in this clause- "Commercial and Government Entity (CAGE) code" means- (1) An identifier assigned to entities located in the United States or its outlying areas by the Defense Logistics Agency (DLA) Commercial and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that the DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as an NATO CAGE (NCAGE) code. (b) Contractors shall ensure that the CAGE code is maintained throughout the life of the contract. For contractors registered in the System for Award Management (SAM), the DLA Commercial and Government Entity (CAGE) Branch shall only modify data received from SAM in the CAGE master file if the contractor initiates those changes via update of its SAM registration. Contractors undergoing a novation or change-of-name agreement shall notify the contracting officer in accordance with subpart 42.12. The contractor shall communicate any change to the CAGE code to the contracting officer within 30 days after the change, so that a modification can be issued to update the CAGE code on the contract. (c) Contractors located in the United States or its outlying areas that are not registered in SAM shall submit written change requests to the DLA Commercial and Government Entity (CAGE) Branch. Requests for changes shall be provided at https://cage.dla.mil. Change requests to the CAGE master file are accepted from the entity identified by the code. (d) Contractors located outside the United States and its outlying areas that are not registered in SAM shall contact the appropriate National Codification Bureau (points of contact available at http://www.nato.int/structur/AC/135/main/links/ contacts.htm) or NSPA at https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx to request CAGE changes. (e) Additional guidance for maintaining CAGE codes is available at https://cage.dla.mil. (End of Clause) ADDENDUM TO 52.212-4 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (End of Clause) ADDENDUM TO 52.212-4 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS - (DEC 2013) ADDENDUM TO 52.212-4 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) ADDENDUM TO 52.212-4 52.242-15 STOP-WORK ORDER - (AUG 1989) ADDENDUM TO 52.212-4 52.247-34 F.o.b. Destination. - (NOV 1991) ADDENDUM TO 52.212-4 DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) - APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at tmest@usbr.gov/msanderlin@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) ADDENDUM TO 52.212-4 WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace -- Bureau of Reclamation - (Dec 2009) (a) In performing work under this contract, the contractor shall comply with the requirements of Executive Order 13058, dated August 9, 1997, which prohibits the smoking of tobacco products in all interior space owned, rented, or leased by the executive branch of the Federal Government, and in any outdoor areas under executive branch control in front of air intake ducts. (b) In addition, pursuant to Federal Management Regulation (FMR) Bulletin 2009-B1, effective December 22, 2008, smoking is prohibited in courtyards and within 25 feet of doorways and air intake ducts on outdoor space under the jurisdiction, custody or control of GSA. (End of clause) ADDENDUM TO 52.212-4 WBR 1452.237-80 SECURITY REQUIREMENTS--BUREAU OF RECLAMATION (FEB 2017) (a) (a) General Security Requirements: (1) This clause addresses security requirements, including general procedural requirements, information security requirements, contractor employee suitability requirements, identification card requirements, site security requirements, vessel exclusion barriers, and information technology security requirements. Within this clause, COR means Contracting Officer's Representative. If there is no COR appointed and identified to the Contractor, the term instead will mean the Program Manager or any other authorized individual responsible for technical oversight under the contract. "Work site" means the Government facility, office, construction site, and any other area within the Government office or facility that the Contractor must access to accomplish work under this contract. (2) The work performed under this contract shall only be accomplished by individuals (in the employment of the Contractor or any subcontractors) whose conduct and behavior is consistent with the efficiency of the Federal Service and the requirements of this contract, and who are acceptable to the CO. If Reclamation finds a Contractor employee to be unsuitable or unfit for his or her assigned duties, the CO will direct the Contractor to remove the individual from the contract and access to the Federal facility at which the contract activities are occurring. (3) The Contractor's employees governed by this contract may need access to sensitive information and/or sensitive areas. The Federal Government (Government) reserves the right, in its sole discretion, to determine suitability of Contractor personnel and deny access to any sensitive information or project specific area to any personnel for any cause. (4) The Contractor is responsible for informing and ensuring compliance by its employees with any applicable security procedures of the Government facility where work may be performed under this contract. (5) Any Contractor employee that will have access to a Federally-controlled facility or information system will be required to have a Government-issued identification card, consisting of a Personal Identity Verification (PIV) Card, a temporary identification card, or a visitor badge. (Note: within the Department of the Interior this card is known as a DOI Access Card.) During performance of the contract, the Contractor shall keep the COR apprised of any changes in personnel, or changes in personnel access or duration, to ensure that performance is not delayed by compliance with credentialing processes. (6) A Contractor employee will not be provided access to a Government facility or information system until a Government PIV Card, temporary identification card, or visitor identification badge has been issued to the Contractor employee. For those individuals that will be receiving a PIV Card, the Government may, at its discretion, issue a temporary identification card or visitor identification badge after the electronic background investigation forms have been received and the investigation is initiated. (7) All Contractor employees shall access the facility via the facility's entry screening system and visibly display the Government-issued PIV Card, temporary identification card, or visitor identification badge at all times. Contractor employees must visibly wear the Government-issued identification card at all times they are on Government facilities. Contractor employees are responsible for the safekeeping of all Government-issued identification cards, whether on-site or off-site. Cards that have been lost, damaged, or stolen must be reported to the COR and DOI Access Sponsor within 24 hours. The Contractor shall return all identification cards and card keys and any other Government property and information upon completion of performance or when personnel depart permanently or for a period of 7 days or more. The Contractor may be required to turn in access control cards or identification cards on a daily basis. (8) Misuse or loss of access control or identification cards, or failure to comply with required surrender of such cards may, at Government discretion, result in Contractor personnel being denied access to the work site, at no cost to Government. The Contractor may be charged up to $500 for each occurrence for any required replacement of Government-issued access control or identification cards due to loss or misuse. At the end of contract performance, or when a Contractor employee is no longer working under this contract, the Contractor shall ensure that all access control and identification cards are returned to the COR. (9) All Contractor personnel, including subcontractor personnel, with access to the work site shall be U.S. citizens or foreign individuals legally residing in, or legally admitted to, the U.S. For all non-U.S. citizens working under this contract, irrespective of length of time working on the contract, the Contractor shall provide to the COR, legible and valid copies of the individual's passport and visa (unless individual is on the Visa Waiver Program) a minimum of 14 calendar days prior to beginning work or arriving at the facility. A driver's license is not acceptable identification. In addition, a completed form I-94 shall be submitted to the COR upon the individual's arrival at the work facility and prior to beginning work. (10) The Contractor shall report all contacts with entities, individuals, and counsel/representatives (including foreign entities and foreign nationals) who seek in any way to obtain unauthorized access to sensitive information or areas. The Contractor shall report any violations of contract provisions, laws, executive orders, regulations, and guidance to the Contracting Officer (CO). The Contractor shall report any information raising a doubt as to whether an individual's eligibility for continued employment or access to sensitive information is consistent with the interests of National Security and the Public Trust. (11) Unsanctioned, negligent, or willful inappropriate action on the part of the Contractor (or its employees) may result in termination of the contract or removal of some Contractor employees from Reclamation facilities at no cost to the Government. These actions include, but are not limited to, exploration of a sensitive system and/or information, introduction of unauthorized and/or malicious software, inappropriate release of sensitive information, or failure to follow prescribed access control policies and/or security procedures. Failure to comply with Reclamation policies, procedures, or other published security requirements may result in termination of the contract or removal of some contracted employees from Reclamation buildings and/or facilities at no cost to the Government. (12) All provisions of this clause shall equally apply to all subcontractors. The Contractor shall incorporate the substance of this clause in all subcontracts. (13) These security requirements apply to all sections of this Contract including Contract Drawings and other Contract Specifications as applicable. Related documents include other general provisions of Construction or Operations and Maintenance type Contracts, including FAR clauses by reference or as amended by related documents. (b) Information Security Requirements. (1) Sensitive Information. The term "sensitive information" means any information which warrants a degree of protection and administrative control as defined by Reclamation or that meets the criteria for exemption from public disclosure set forth under Sections 552 and 552a of Title 5, United States Code: the Freedom of Information Act and the Privacy Act. Sensitive information is generally categorized as FOR OFFICIAL USE ONLY (FOUO) information or CONTROLLED UNCLASSIFIED INFORMATION (CUI), but in some cases may include other unclassified information. (The protection of National Security information is beyond the scope of this clause. If any work on National Security information is required under this contract, it is addressed under other contract clauses.) The Contractor shall protect this type of information from unauthorized release into public domain, or to unauthorized persons, organizations, or subcontractors. Information which, either alone or in aggregate, is deemed sensitive by Reclamation shall be handled and protected in accordance with Reclamation directives and standards for identifying and safeguarding sensitive information (SLE 02-01), which is available from the COR or at http://www.usbr.gov/recman/DandS.html#sle. (i) Any Government-furnished information or material does not become the property of the Contractor and may be withdrawn at any time. Upon expiration or termination of the contract, all documents released to the Contractor and any material created using data from such documents shall be returned to the COR for final disposition. Government-furnished information residing on any electronic systems (laptops, servers, desktops, media) shall be deleted from those systems using a COR-approved data erasure solution. Only with prior authorization from the CO may the Contractor retain the material. The Contractor or subcontractor shall not disclose or release the materials provided to the Contractor to any individuals of the Contractor's organization not directly engaged in providing services under the contract or that do not have a valid need-to-know. All technical data provided to the Contractor by the Government shall be protected from public or private disclosure in accordance with the markings printed on them. All other information relating to the items to be delivered or the services to be performed under this contract shall not be disclosed by any means without prior approval of the CO. Prohibited dissemination or disclosure includes, but is not limited to: permitting access to such information by foreign nationals or by immigrant aliens who may be employed by the Contractor, publication of technical or scientific papers, advertising, disclosure to Contractor staff not investigated and deemed acceptable at the appropriate information sensitivity level, and any other public release. The Contractor shall maintain, and furnish upon request of the CO, records of the names of individuals who have access to sensitive material in its custody. All questions regarding information security, access, and control shall be referred to the COR. (ii) The Contractor shall not release to anyone outside the Contractor's organization any sensitive, or otherwise protected information, regardless of medium in which it is contained (for example, film, tape, document, electronic), pertaining to any part of this contract or any Reclamation program or activity, unless the CO has given prior written approval. This includes, but is not limited to, news releases, marketing promotions, articles, interviews, reports, social media posts, and any other media releases. Requests for approval shall identify the specific information to be released, the medium to be used, the purpose for the release, and a description of the need-to-know. The Contractor shall submit its request to the CO ten business days before the proposed date for release. Subcontractors shall submit requests for authorization to release through the prime Contractor to the CO. (iii) The Contractor shall notify the COR immediately when known or suspected loss/compromise of sensitive information or other documents, notes, drawings, sketches, reports, photographs, exposed film or similar information which may affect the security interests of Government has occurred. This requirement extends to employees and other personnel working on behalf of the Contractor, and expands responsibility to include prompt reporting of security issues, including observed or subsequently discovered efforts by unauthorized persons to gain unauthorized access to sensitive information. (2) Classified Information. (i) The disclosure of U.S. Government documents by third parties can result in damage to our national security. While this contract may not deal directly with classified information, each contractor is obligated to protect classified information pursuant to all applicable laws and to use Government information technology systems in accordance with agency procedures so that the integrity of such systems is not compromised. (ii) Unauthorized disclosures of classified documents (whether in print, on a blog, or on websites, or other electronic or non-electronic media) do not alter the documents' classified status or automatically result in declassification of the documents. To the contrary, classified information, whether or not already posted on public websites or disclosed to the media, remains classified, and must be treated as such by Federal employees and contractors, until it is declassified by an appropriate U.S. Government authority. Executive Order 13526, Classified National Security Information (December 29, 2009), Section 1.1.(c) states, 'Classified Information shall not be declassified automatically as a result of any unauthorized disclosure of identical or similar information.' Although the Department has taken steps to prevent access to publicly disclosed classified materials from Departmental computers, it is important to understand our continuing duties and responsibilities in this regard. (iii) Contractors (which include all employees of the contractor, as well as subcontractors and its employees performing work for the contractor) are reminded of the following obligations with respect to the treatment of classified information and the use of unclassified government information technology systems: (v) For contracts that require access to classified information, the contractor is responsible for obtaining the required national security clearance through the Department of the Defense National Industrial Security Program Operating Manual (NISPOM). Any classified contracts will be coordinated through the Reclamation Chief Security Officer, or for IT requirements, the Bureau Chief Information Security Officer. No contractor shall access classified information unless proper clearances have been obtained and transmitted to Reclamation. For further information, refer to 443 DM 1 or DOD NISPOM 5220.22-M dated February 28, 2006 (incorporating change 2 dated May 18, 2016). \ (vi) Classified information shall not be removed from official premises. (vii) Classified information shall not be disclosed without proper authorization. (c) Contractor Employee Suitability and Issuance of Government Identification Cards: (1) Performance of this contract requires Contractor personnel to have a Federal Government-issued HSPD-...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »