SECTION 2.0: STATEMENT OF WORK



Advisory and Consulting Services Federal Retirement Thrift Investment Board*Note that this sample has been revised from the source document on the Government Point of Entry as necessary to align formatting and applicable FAR procedures.* SECTION 2.0: STATEMENT OF WORKBACKGROUNDThe Federal Retirement Investment Board (FRTIB) is an independent Federal government agency in the Executive Branch created by the Federal Employees’ Retirement System Act of 1986 (FERSA). The Thrift Savings Plan (TSP) is a retirement savings and investment plan for Federal civilian employees and members of the uniformed services that offers its participants the same type of savings and tax benefits that many private corporations offer their employees under I.R.C.§401(k) plans. The TSP is the largest participant- directed defined contribution plan in the world. The mission of the FRTIB is to administer the TSP solely in the interest of the participants and beneficiaries.The FRTIB is a self-funded agency with independent budgetary authority that receives no annual appropriations from Congress. FRTIB procurements adhere to the FAR, unless doing so would be inconsistent with the Agency’s fiduciary obligations under Federal Employees’ Retirement System Act (FERSA). FRTIB has adopted the FAR as its primary contracting policy and procedures for procuring its goods and services.The Thrift Federal Acquisition Supplement (T-FAS) specifies when the Agency’s policies and practices deviate from the FAR. See link to T-FAS below. Federal Retirement Thrift Investment Board (FRTIB) Office of the Executive Director requires Advisory and Consultation services to enable achievement of its mission. The requirement for advisory and consultation services allows for ongoing improvement to operations supporting FRTIB’s Goal C – Optimize business processes allowing continuous improvement of TSP and Agency Operations.SCOPE OF WORKThe scope of the work is to provide advisory and consultation services for compliance and gap analysis and recommendation of solutions to FRTIB’s program offices processes in satisfying requirements outlined in laws, regulations, and other authorities.The Contractor in an advisor and consultant capacity must provide personnel capable of delivering clear, concise, complete, and timely analyses, recommandations, and reports allowing FRTIB to undertake appropriate actions to address gaps in processes related to comply with laws, regulations and other authorities. The Contractor personnel delivering these services must possess experience, as identified below in the Contractor Qualifications, enabling them to communicate orally and in writing with all staff level of FRTIB. The primary services sought include: review agency processes, procedures, and other artifacts and identify gaps where documentation of compliance is required.The work shall be performed in accordance with all sections of this Request for Quote (RFQ) and the Quoter’s contract awarded under General Services Administration - The Professional Services Schedule (PSS) – Financial and Business Solutions (FABS), Special Item Number (SIN): 520-17 “Risk Assessment and Mitigation Services”. Any reference to “The Professional Services Schedule (PSS)” hereafter shall also mean the equivalent Schedule Consolidated SIN. Quoters shall either use the below job titles in their quote, or provide a matrix that ties their GSA PSS labor categories to the job titles to those shown titles identified below:Project ManagerSenior Regulatory SpecialistSenior AnalystContractors supporting this requirement are expected to work independently and collaborate with FRTIB program office personnel in reviewing business processes for compliance gaps and recommending solutions to address those gaps.TASKS/WORK REQUIREMENTSThe Contractor shall assist FRTIB Office of the Executive Director (OED) and staff by providing expert technical and subject matter expertise and consulting services in the following capacities:Identify what programs, processes, procedures, reports or other artifacts are needed to demonstrate compliance.Review agency processes, procedures, reports and other artifacts currently in place that demonstrate compliance.Identify gaps where processes, procedures, reports or other artifacts are needed to demonstrate compliance.The Contractor shall conduct a gap analysis of the Agency’s compliance with applicable laws, regulations, and other authorities to determine whether additional evidence of compliance (e.g, documentation or other artifacts) is necessary.PERIOD OF PERFORMANCEThe Period of Performance (PoP) for this requirement is for three (3) years. The POP will begin upon award date of the contract. The POP shallbe a one-year base period and two (2) subsequent one-year option periods. Periods are as follows:Base Period – Twelve (12) months from awardOption Period 1 – Twelve (12) months from the end of the Base PeriodOption Period 2 - Twelve (12) months from the end of Option Period 1PLACE OF PERFORMANCEWork must be performed primarily at the offices of the FRTIB located at 77 K Street, NE, Suite 1000, Washington, DC 20002. The FRTIB reserves the right to identify secondary locations depending upon the specific requirements of a call orders and the needs of the FRTIB. Performance location details will be defined in individual call orders.If extended hours are required, the contractor must make this request to the FRTIB a minimum of two (2) business days before the expected extension. Work will be performed Monday through Friday, except for Federal Holidays during an eight-hour principle period of maintenance (PPM) between 7:00AM until 5:00PM which is consistent with FRTIB standard office hours. Telework is permissible at the discretion of the Contracting Officer Representative. Telework is the movement of contract performance from FRTIB’s headquarters at 77K Street NE Washington, DC to a Contractor’s residence or alternate work site that is not stated in the contract. The Contractor's organizational decision to participate in telework is optional and telework shall not increase contract costs. The Contractor shall submit telework requests to the Contracting Officer Representative (COR) in writing. The COR has the authority to approve telework requests. The Contractor shall ensure the continuity of performance by Teleworkers and the monitoring of Teleworkers' time. If the COR has determined that telework has adversely impacted contract performance, the COR may suspend telework arrangements upon the COR’s written notification to the Contractor.QUALIFICATIONS AND SKILLSLabor CategoriesThe Contractor shall provide personnel in the following labor categories that meet the specified qualifications for this project. The Contractor may propose the labor mix it determines to be necessary to perform at the individual task, but at a minimum, FRTIB considers the below staff descriptions and qualifications detailed below to be necessary to perform the work throughout this requirement. Evaluation will be based on the offeror’s demonstrated ability to recruit, retain, and hire qualified personnel. Below is the minimum list of staff titles and qualifications FRTIB considers necessary to accomplish requirement:LABOR CATEGORYMinimumEducationMIN YEARS OF EXPERI ENCEREQUIRED SKILLS AND QUALIFICATIONSProject ManagerBachelor’s Degree6Directs and manages a team of consultants and provides technical advice as needed. Has experience in audit advisory services. Serves as a focal point of contact with the customer on project activity. Ensures staff compliance to assigned tasks, schedules, budgeted costs, and deliverables.Subject Matter Expert/Senior Regulatory Specialist or equivalentBachelor’s Degreeor Advanced Degree preferred10Provides subject matter expertise to support client requirements in compliance. Evaluates demonstration of compliance to applicable requirements. Performs compliance audits and reviews to determine gaps in operations and how to best capture compliance-related evidence. Has a deep understanding of relevant laws, regulations, rules and guidance, policies, and procedures related to executive branch agencies. Comprehensive Background in government audit advisory and/or compliance preferred.Senior AnalystBachelor’s Degree4-6Assists project team members with data gathering and research, documenting work performed, organizes project documents.Personnel may be required to be knowledgeable in one or more of the following subject areas (the representative list below is not intended to be comprehensive):Federal Human Resources (e.g., discrimination)Federal Technology (e.g., cybersecurity)Federal Accounting and Procurement (e.g., payments); andFederal Risk Management (e.g., internal controls)Key PersonnelThis RFQ was not formed as nor is it to be administered or performed as a personal services call orders. Accordingly, the Contractor must designate a SME as key personnel for each call order. to meet deliverables. The SME will provide day-to-day supervision of all contract personnel including, but not limited to, work assignments and performance monitoring, payroll records, leave approval and monitoring, etc. At no time, will the Contractor personnel be supervised by FRTIB managers or other FRTIBpersonnel. The FRTIB will provide, as needed by the Contractor and its employees, limited assistance in the form of technical and policy guidance through the assigned COR.SECTION 3.0: PRICING3.1BPA/BPA CALL PRICINGAll BPA calls resulting from this BPA will be firm fixed price or time and materials. The BPA unit prices are ceiling prices. Pricing on orders may end up lower than established unit pricing, but cannot be higher. Please complete this chart for each order year.Base PeriodCLINLABOR CATEGORYESTIMATEDHOURSLABOR RATEPRICE0001Project Manager830 NTE$0002Subject Matter Expert1435 NTE$0003Senior Analyst1435 NTE$0004Travel/Materials and ODCs (Cost Reimbursement)NTE $5,000TOTAL44291395250Option Period 144291395250CLINLABOR CATEGORYESTIMATEDHOURSLABOR RATEPRICE1001Project Manager830 NTE$1002Subject Matter Expert1435 NTE$1003Senior Analyst1435 NTE$1004Travel/Materials and ODCs (Cost Reimbursement)NTE $5,000TOTALOption Period 2CLINLABOR CATEGORYESTIMATEDHOURSLABOR RATEPRICE2001Project Manager830 NTE$2002Subject Matter Expert1435 NTE$2003Senior Analyst1435 NTE$2004Travel/Materials and ODCs (Cost Reimbursement)NTE $5,000TOTALThe CLINs for this BPA will be the basis for each call order. Each call order will be based on offices within FRTIB and will be either firm fixed price or time and materials depending on terms of theindividual requirements. FRTIB would like vendor to propose additional GSA labor categories that could be used to meet this requirement.The following are FRTIB focus areas and tentative time frames for which a call order may be issued: Base PeriodFinancial-related focus area.Option Period 1Office Technology-related focus areaOption Period 1 or 2Human resources-related focus area. Strategic & project-related focus area.Risk mitigation and audit-related focus area.Customer support-related focus area.Legal-related focus munications-related focus area.SECTION 4.0: BPA TERMS AND CONDITIONSBPA INFORMATIONAUTHORITY: This Blanket Agreement is entered into under the authority of 10 USC 2304 and the Federal Acquisition Regulation Part 8.405-3, Blanket Purchase Agreement. A BPA is an agreement, not a contract, between the government and the contractor in which neither party is under contractual obligation until an authorized call (order) is received and accepted. The act of receiving and accepting an authorized call creates a contract obligation which will remain in effect for the duration of work required under the accepted call. Calls are authorized when they are placed against this BPA by authorized personnel, against authorized line items.DESCRIPTION OF AGREEMENT: The contractor shall provide all services at the offices of FRTIB located at 77 K Street, NE, Suite 1000, Washington, DC 20002.A Blanket Purchase Agreement wil be awarded with an ordering period of three (3) years.EXTENT OF OBLIGATION: A BPA is an agreement, not a contract, between the government and the contractor in which neither party is under contractual obligation until an authorized call (order) is received and accepted. The act of receiving and accepting an authorized call creates a contract obligation which will remain in effect for the duration of work required under the accepted call. Calls are authorized when they are placed against this BPA by authorized personnel, against authorized line items. Additionally, all call orders will be placed over the phone or via email. The Government reserves the right to cancel this BPA at any time, and is bound only to the extent the Contractor must be given thirty (30) days written notification prior to exercising this right.AUTHORIZED BPA USERS: All BPA call orders will be generated from the contracting office.PRICE LIST: The contractor shall submit to the Contracting Officer for approval a basic price list to establish firm unit prices. Subsequent changes in prices shall be submitted at least thirty (30) days prior to the effective date of the requested change. All price lists must be approved by the Contracting Officer prior to incorporation into this agreement, and updated annually. The contractor may offer voluntary price reductions for previously approved items without written approval. These reductions shall be shown as 'VPR' (voluntary price reductions) on the invoice.PRICING: The prices charged to the Agency shall be as low as those charged to the supplier’s most favored customer for comparable quantities under similar terms and conditions. Prices to the Agency are in accordance withthe price submittedbythe Contractor and approved bythe Contracting Officer. Prices shal be updated yearly by the anniversary of the BPA issuance, as needed, and evaluated for fair and reasonableness by the Contracting Officer. Prices shall not escalate during the term of the BPA. FRTIB reserves the right to add new products or additional services to the BPA during the term of this Agreement. If at any time during the period of performance a new item should be added, new prices shall be submitted. Please allow up to 5 calendar days grace period between submissions of the new prices, if any.PURCHASE LIMITATION: With exception to calls placed by the Contracting Officer, the limitation for each individual purchase under this BPA shall not exceed $250,000.00.DELIVERY TICKETS (if applicable): The Contractor shall ensure all services under the agreement, shall be accompanied by delivery tickets that shall contain the following minimum information:Name of supplierBPA number.BPA call number.Date of purchase.Purchase number.Itemized list of supplies or services furnished.Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).Date of delivery or shipment.INVOICES: Electronic Invoicing and Payment Requirements – Invoice Processing Platform (IPP) Payment request must be submitted electronically through the U.S. Department of Treasury’s Invoice Processing Platform (IPP) system using the “Bill to Agency” of Interior Business Center – FMD.“Payment request” means any request for contract financing payment or invoice payment by the Contractor. Any changes to submitted invoice (short-pay or withhold) will require resubmission of invoice with revised amount. 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 include in commercial item contracts. The IPP website address is: Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor must attach invoices in IPP. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve prior to the contract award date, but no more than 3 – 5 business days of the contract award date.Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email or phone.OBLIGATION OF FUNDS: Funds will be obligated on individual BPA Call Orders placed against the respective BPA(s). In accordance with FAR 13.303-3(a)(2), the Government is obligated only to the extent of authorized purchases actually made under the BPA.CANCELLATION OF BPA: Either party may unilaterally cancel this BPA by providing written notification. Cancellation notice should be given 30 days prior to effective cancellation date.SECTION 5.0: FRTIB TERMS AND CONDITIONSPACKAGING AND MARKINGThe Contractor’s packaging, handling, and transportation procedures may be used, in whole or in part, subject to the written approval of the Contracting Officer (CO), provided the Contractor’s procedures do not conflict with any requirements of the award and the requirements of this award take prec edence in the event of any conflict with the Contractor’s procedures. All shipments under the agreement, except as specified in FAR 13.303-3(a)(5), shall be accompanied by delivery tickets or sales slips that contain the minimum information specified in FAR 13.303-3(a)(5).INSPECTION AND ACCEPTANCEThe basis for acceptance shall be in compliance with the requirements set forth in the award of this contract. The Contracting Officer Representative (COR) will have the right to reject or require correction of any deficiencies found in deliverables. In the event of rejection of any deliverable, the Contractor will be notified in writing by the COR of the specific reasons the deliverable was rejected. If no comments from the COR are provided within ten (10) business days of receipt, the deliverable will be deemed to have been accepted by the Agency. Documents not approved by the FRTIB must be resubmitted with changes within 10 business days and the FRTIB will have another 10 business-day review period. If after the third submission the deliverable is unacceptable to FRTIB, the Project Manager, COR, and CO will meet to discuss corrective actions.PERFORMANCE/DELIVERABLESContractor Performance ReportThe Contractor Performance Report Instructions (Attachment 005) lists the instructions for completing the Contractor Performance Report Template (Attachment 006). Provide a report of Contractor performance during the performance of the contract in monthly intervals using Attachment 006. The report shall be submitted to the Contracting Officer and Contracting Officer’s Representative by the 5th (fifth) business day of each month during contract performance.DeliverablesThe Contractor shall submit an electronic copy of all deliverables. Deliverable due date shall be captured in a project schedule. If a due date falls on a weekend or holiday, the Contractor shall submit the deliverable on the last business day prior to the due date, unless otherwise agreed to by the FRTIB. The Contractor shall make a reasonable attempt to contact the COR to discuss the deliverables. Deliverables shall be submitted to the COR and the CO using the required versions and types of software that are compatible with the FRTIB software (FRTIB currently uses Microsoft Office Suite 10). The required deliverables are as follows in the chart below:DeliverablesPerformanceStandardAcceptable QualityLevel (AQL)Deliverable FormatMethod ofMonitoringOverall agreement kick-off meetingHeld within 5 days after awardAttendance of Contractor Program Manager and/orProject LeadParticipate in-person, telephonically, or video communicationIn person meeting withCO and CORIndividual Task Order Kick-off meetings / Agenda and NotesHeld within 5 days after awardInclusion of agenda and notes of meetingAttendance of Contractor Program Manager and/orProject Lead Agenda delivered by email at least 48 hours prior to meetingMeeting Notes delivered by email no more than 48 hours after kick-offParticipate in-person, telephonically,or video communication; Microsoft Product (i.e., Word, Excel, PowerPoint, etc.)In person meeting withCO and CORStaffing Plan5Business Days after Award; Complete plan identifying members of the task order team and when they would be available to support the effortComplete plan identifying members of the task order team and when they would be available to support the effortMicrosoft Product(i.e., Word, Excel, PowerPoint, etc.)Review by the CO and CORStatus Reports (for each Task Order)/ Draft Summary Report of each taskBi-Weekly (Everyother week) as agreed to during task kickoff meetingAgreed upon format at task kickoff meeting Minimally includes: starts dates for activities; projected end dates for activities; and assigned individuals working activitiesDraft of summary report included with status report.Example of summary report to be provided at kick-off meeting.Microsoft Product (i.e., Word, Excel, PowerPoint, etc.)Review by the CO and CORContractor Monthly Performance Reportincludes: personnel/ financial info on theoverall agreementMonthly as agreed upon during theagreement kick-off meetingAdhere to the template provided by FRTIB oragreed upon during the agreement kick-offmeetingMicrosoft Product (i.e., Word, Excel,PowerPoint, etc.)Review by the CO andCORSummary Reportsfor Task OrdersSubmitted within 10 business days of the completion of each analysis plete summary ofanalysis organized by Regulation, statute, orguidance.Microsoft Product(i.e.,Word, Excel, PowerPoint, etc.)Review bythe CO and CORDelay of DeliverablesThe Contractor shall not be in default because of any failure to perform this contract under its terms if the failure arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of causes beyond the control of the Contractor include acts of God or of the public enemy, acts of the Government in either its sovereign or contractual capacity, fire, floods, epidemics, quarantine restrictions, or strikes. If the Contractor believes there is an FRTIB caused potential or actual delay in completing the tasks and deliverables stated herein, the CO and COR are to be notified immediately verbally and in writing (via e-mail). All delays that the Contractor believes are caused by the FRTIB shall be sufficiently documented so as to provide adequate proof of the cause of delay (e.g., dates, subjects).Notice Regarding Late DeliveryAs soon as the Contractor knows that a deliverable won’t be submitted on time, but always in three weeks advance of a deadline, the Contractor shall notify the CO in writing and request a revision to the schedule. This notification shall include:Rationale for late deliveryProposed date for the deliveryProject impact of the late deliveryImpact on related tasks and the overall project.A request for a revised schedule must be reviewed and approved by the CO four weeks before placed in effect. Contract terms and conditions may dictate penalties, costs and other consideration based on the facts related to the request for a revised schedule. The CO will review the new schedule and provide guidance to the Contractor. Such notification in no way limits any Government contractualrights or remedies, including but not limited to termination.Note: Any request to modify the award’s terms and conditions, (including the schedule) must not be discussed with the COR, but instead submitted to the CO in writing.Delivery AddressAll deliverables shall be submitted electronically to the designated COR after contract award and the Contracting Officer (CO).Method of DeliveryElectronic copies shall be delivered using Microsoft Office suite of tools (for example, MS WORD, MS EXCEL, MS POWERPOINT, MS PROJECT, or MS ACCESS format), unless otherwise specified by the COR. Electronic submission shall be made via email, unless otherwise agreed to by the COR.MeetingsFor all meetings, the Contractor shall be responsible for providing meeting materials, and administrative and facilitation support. Meetings will be conducted at either the FRTIB facilities, or through an alternative method of communication (such as a teleconferencing), as approved by the Contracting Officer.Post-award Kickoff Meeting: Within five (5) business days of contract award, the Government will conduct a post-award kickoff meeting at the FRTIB facility (specific date and time to be mutually agreed-upon).Intermittent Project Status Reviews: At the sole discretion of the Government, intermittent project status reviews may be conducted on an informal basis (by telephone or teleconference) or in person at FRTIB facility upon two (2) days advance notice as approved by the Contracting Officer or COR or Project Manager.Weekly Project Status Reviews: Weekly status meetings to be conducted on a day to be determined by the Contracting Officer Representative. The Contractor is responsible for reporting the previous week’s activities (including any risks, issues, or concerns, and actual or recommended actions for their mitigation), and projected activities for the following week.Program Management Review: FRTIB will conduct monthly program management reviews at the FRTIB facility, to review the progress of the program, identify any risks, issues, or concerns, and provide feedback on the Contractor’s progress and performance. The Contractor shall provide written data and verbal presentations as to the financial status of the Compliance Assessment (projected vs. incurred costs), any identified any risks, issues, or concerns (and their mitigation or its plans for their ERNMENT FURNISHED PROPERTY AND INFORMATIONFRTIB will provide reasonable accommodations at its FRTIB Headquarters, located at 77K Street NE, Washington, DC, to support Contractor staff. Reasonable accommodations will consist of an office space with a telephone, and appropriate physical and cyber access privileges. The FRTIB will also provide access to existing system documentation, configuration diagrams, operational procedures, installation guides and practices and other technical documentation or information in whatever existing form as soon as the contractor has been approved by FRTIB Personnel Security to receive such information.SECTION 6.0: CONTRACT ADMINISTRATIONORACLE SUPPLIER REQUEST FORMAll contractors who have not previously provided the “Oracle Supplier Request Form” (Attachment 007) to the FRTIB must fill in the highlighted items on the form and submit it to the Contracting Officer within three (3) business days after Contract Award.CONTRACTING OFFICER (CO)Responsibility for contracting activities rests solely with the FRTIB CO. The CO is responsible for directing any changes in the terms, conditions, or amounts cited in the contract. No conversation, recommendations, or direction, whether given directly by, or implied by FRTIB personnel, that will affect the scope, schedule, or price of this contract, shall be acted upon by the Contractor unless specifically approved by the FRTIB’s CO. In the event that the Contractor implements changes to the contract at the direction of any person other than the CO, the Contractor will not receive reimbursement for work performed pursuant to those unauthorized changes.Contractual interpretation and assistance may be obtained by contacting the CO. The Government may unilaterally change its COR designation.Contracting OfficerName: Phone Number: Email Address: CONTRACTING OFFICER’S REPRESENTATIVE (COR)The CO shall designate a COR, who is responsible for administering the performance of work under this contract by:Monitoring the Contractor’s progressAssessing performanceRecommending to the CO changes in requirementsInterpreting the scope of workPerforming inspections and acceptances of data items required by this order, andAssisting the Contractor in the resolution of technical problems encountered during theperformance of the contract.Contracting Officer’s RepresentativeName: TBD Phone Number:Email Address:WORK DAY AND LEGAL HOLIDAYSWork DayThe Contractor may have access to FRTIB offices during normal business hours on ALL Government business days during the period of performance. Normalbusiness hours are 8:00 AM to 5:00 PM Eastern Standard Time, Monday through Friday, excluding Federal holidays and official Federal Government closures in the Metropolitan DC area.Legal HolidaysThe following Federal holidays are observed by the FRTIB:HolidayDateNew Year's DayJanuary 1Inauguration Day – National Capital Region onlyJanuary 20, as observedMartin Luther King’s BirthdayThird Monday in JanuaryPresident’s DayThird Monday in FebruaryMemorial DayLast Monday in MayIndependence DayJuly 4, as observedLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberVeterans DayNovember 11, as observedThanksgiving DayFourth Thursday in NovemberChristmas DayDecember 25TRAVELIn the event that travels occurs all travel costs associated with the performance of the contract resulting from this RFQ will be reimbursed in accordance with the Federal Travel Regulations (FTR). Costs incurred for transportation and per diem (lodging, meals and incidental expenses) will be billed in accordance with the regulatory implementation of Public Law 99-234, FAR 31.205-46 Travel Costs, and the Contractor’s cost accounting system. These costs are directly reimbursable by the ordering agency if specifically authorized in the contract resulting from this RFQ. Local travel is not reimbursable.The Contractor shall notify the CO of the requirement for reimbursement of transportation and per diem expenses, prior to traveling. As such, the CONTRACT shall include a “not to exceed” limit on these quoted costs. The Agency shall NOT be charged G&A fees for any travel, unless other procedures are specified in the underlying GSA contract.Contractors shall be reimbursed only for work that the CO authorized and approved incurred travel costs at or below the “not to exceed” amount specified on the contract resulting from this RFQ, prior to travel. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download