SOLICITATION NOTICE
R -- Video Metadata Schema
- Notice Date
- 5/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-NW-11-Q-0026
- Archive Date
- 7/2/2011
- Point of Contact
- Alice Keefe, Phone: 3018371821, Ann P Harrison, Phone: (301) 837-0772
- E-Mail Address
-
alice.keefe@nara.gov, ann.harrison@nara.gov
(alice.keefe@nara.gov, ann.harrison@nara.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation number is NAMA-NW-11-Q-0026 and is issued as a request for quotation (RFQ); quotations furnished are not offers. This request does not commit the government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Any representations and/or certifications attached to this RFQ must be completed by the vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 effective April 1, 2011. COMPETITION, EVALUATION, AND CONTRACT TYPE : This is a 100% small business set-aside requirement under NAICS 541618 with a size standard of $5,000,000. The Government reserves the right to issue an order based on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures of FAR Subpart 13.106, Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation. Award will be made to the vendor whose conforming quotation in response to the RFQ will provide the Best Value to the Government. TECHNICAL FACTORS. All technical factors are of approximately equal importance. Project Management and Communication Approach. An assessment will be made of the Vendor management approach to this project as it relates to the requirements of the solicitation. As part of the evaluation, the Government will consider the Vendor's draft Project Management Plan, proposed key personnel, overall technical understanding as well as ability to communicate clearly and effectively. Relevant Past Performance. The Vendor will be evaluated to assess the demonstrated quality of performance on similar, relevant work. Relevant past projects are those that have a similar scope, magnitude, nature and works as outlined in Section 4. Submissions must include documentation of previous relevant projects and a clear explanation of Vendor's participation in the projects. Vendors relevant past performance submissions shall be for recent and relevant performance on at least two (2) but no more than five (5) projects related to the tasks in the PWS and performed within the last five (5) years. If the Vendor has no relevant past performance, they shall so state in their proposal. Relevant Professional Participation. An assessment will be made of the Vendors past and current participation in professional organizations as outlined in Section 4. Vendor must provide documentation as evidence of membership and active participation on professional audiovisual organizations such as those listed in Section 4. If the Vendor has no relevant past/current membership or participation records and/or does not provide documentation related to membership or participation, the quotation will be considered incomplete and ineligible for consideration. PRICE. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Selection of the Vendor to receive this purchase order will be based on NARA's assessment of the best overall value to the Government. In order to be determined technically acceptable, all quotation submission requirements must be met including the required documentation submissions outlined below. Vendors must submit itemized specifications that address the enumerated requirements of the Performance Work Statement (attachment 1) for each proposed item to facilitate a comprehensive Government evaluation. AFFIRMATION STATEMENTS : It is the vendor's responsibility to ensure that NARA is not provided counterfeit products. Supplies furnished under this RFQ are of domestic origin unless otherwise indicated by vendor. Vendors must complete and return Enclosure 1, RFQ Information Sheet, in order for their quotations to be considered. The products comprising this requirement are not required to be compliant with Section 508. REQUIREMENTS : All delivery costs must be included in the total firm-fixed price quote. DELIVERY : Packaging must be in a manner that prevents damage to the products during shipment. Delivery must be undertaken during regular business hours, Monday through Friday, unless mutually agreed upon by NARA and the Contractor. Delivery will be made to the following location: NARA - A-II, 3301 Metzerott Road, College Park, Maryland 20740-6001 no later than six months after issuance of the order. Failure to deliver in a timely manner could result in termination. SUBMISSION OF QUOTATIONS : Two copies of each quotation should be mailed to National Archives and Records Administration (NARA), Attention: Alice Keefe, Contract Specialist, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: alice.keefe@nara.gov. Quotations should be received by 1:00 PM ET on June 17, 2011. Questions regarding this solicitation must be submitted in writing to Ms. Alice Keefe no later than 1:00 PM ET on June 8, 2011, to be considered. Please allow one extra business day for delivery and receipt if quotation is sent via e-mail, as the e-mail will need to pass through IT security. Telephonic responses will not be processed. SCHEDULE B NOTE: Insert unit prices proposed for each CLIN. The Total Contract Maximum Price will be determined by adding the CLIN prices for each year. CLIN = Contract Line Item Number; PWS = Performance Work Statement. Development of Video Technical Metadata Schema and Associated Tools Item Description Qty Unit Unit Price Total Price (Qty X Price) Development of Video Technical Metadata Schema and Associated Tools 0001 Development of an XML-compliant technical metadata schema for complex reformatted video objects including appropriate controlled vocabularies 1 EA 0002 Development and pilot testing of an XML metadata export/extraction tool that will organize and assemble data to meet the schema specification (CLN 0001) 1 EA 0003 Identification and evaluation of appropriate areas within the AVI file header to embed limited and controlled metadata for preservation purposes 1 EA 0004 Development and pilot testing of a tool that supports embedding, validating, and exporting of metadata in AVI files (CLN 0003) 1 EA 0005 Training: up to six hours total of in person training for up to ten (10) for the XML metadata export/extraction tool (CLN 0002) and the AVI metadata embedding tool (CLN 0004) 1 EA Total of all CLINs ATTACHMENT 1 PERFORMANCE WORK STATEMENT FOR Development of Video Technical Metadata Schema and Associated Tools •1. INTRODUCTION: STATEMENT OF NEED The Special Media Preservation Division (NWTS) has a documented need for the development of technical metadata standards for all formats of digitally reformatted video as well as software tools in service of the standards process to create and manipulate the metadata. Current NARA analog video holdings are estimated to be approximately one hundred eleven thousand videotapes and this number is expected to steadily climb with new acquisitions. In line with industry best practices and guidelines, the Special Media Preservation Division has adopted an analog-to-digital workflow for reformatting video records. These digital representations of records fulfill both access needs (through the OPA [Online Public Access] system, optical media in NARA Reading Rooms and other mechanisms) as well as preservation needs (digital surrogate files will shortly be added to ERA [Electronic Records Archive]). Existing technical metadata schemas developed by external groups do not address comprehensively the specific needs of these complex records in an archival context. Efforts to deal with this material currently are inadequate and unsuccessful. Defined, consistent and structured technical metadata is needed to document the technical aspects of the file for production, access, and long-term preservation needs. While the Special Media Preservation Division and NARA are the primary drivers and beneficiaries of this project, this work also benefits the wider archival community especially the Federal Agencies Digitization Guidelines Initiative Audio-visual Working Group (FADGI: http://www.digitizationguidelines.gov/audio-visual/ ) of which NARA is an active partner. The metadata schema and software tools will be made available to FADGI members as well as other interested parties via an open source mode such as SourceForge. The groundbreaking schema development and metadata embedding work, including chunk identification and data structuring, will form the basis for continued work with other formats of reformatted video aside from AVI. In short, the project deliverables will make a significant impact across the moving image reformatting community. Deliverables from this project will be adopted by the Special Media Preservation Division for production purposes and recommended to ERA for long term preservation purposes. Adoption by other federal agencies, however, will not be required for agencies submitting or transferring records to NARA. •2. PROJECT INFORMATION •2.1. PROJECT ORGANIZATION There are four major tasks to this project. Task One requires the analysis and evaluation of technical metadata schemas in current use as well as those under development in relevant communities; recommendations for the appropriate elements and structures; and ultimately the creation of an XML-compliant technical metadata schema that meets NARA's specific needs. Based on this analysis, Task Two calls for the development and pilot testing of an 'XML metadata export/extraction tool' that will organize and assemble data to meet the schema specification. Task Three requires the identification, structuring and evaluation of appropriate chunks/areas within the AVI file header to embed limited and controlled metadata for preservation purposes. Task Four is the development and pilot testing of a metadata embedding tool for AVI. •2.2. PROJECT MANAGEMENT •2.2.1. Project Management Plan. The Vendor shall prepare a project management plan (PMP) describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and schedule requirements throughout project execution. The PMP shall include reference to all Specific Tasks and Deliverables as enumerated in PWS section 3. •2.2.2. Monthly Status Report. The Vendor shall document and provide the POC a written monthly status report, outlining the work completed for each calendar month, as well as, the aggregate progress completed to-date. An electronic copy of the Monthly Status Report will be provided to the Contracting Officer and the Contracting Officer's Representative. •2.2.3. The specification, schema, and tool(s) developed in this consultancy are understood by all parties to be unconstrained by proprietary rights of any kind. NARA will have the option to freely share and distribute this tool with other interested parties, including FADGI members, and may also offer the tools to all interested parties in an open source mode, e.g., via SourceForge. •2.2.4. Vendor will perform needed research and provide recommendations to achieve project deliverables but all project decisions are the responsibility of NARA staff. Vendor shall supply all labor and equipment for all schema development and software development. NARA will provide an internal IT environment for evaluating all deliverables but not Internet access or access to NARA systems for the Vendor. •2.2.5. Vendor shall establish an online, password-controlled collaborative work space (or an equivalent mechanism) agreeable to NARA to support the exchange of tool-application elements, documentation, and test files between the Vendor and NARA on an as-needed basis. •2.2.6. Vendor shall propose services to meet the National Archives' requirements, including the number of people and number of hours to perform the work. The selected Vendor shall provide services to the final approved list and specifications. •3. SPECIFIC TASKS •3.1. DEPENDENCES AND RELATIONSHIPS OF PROJECT TASKS Development work on Tasks One through Four can be concurrent or staggered but the dependency of the Task deliverables must be respected and followed. Task Two deliverable is dependent upon the successful completion of the Task One deliverable. Task Four deliverable is dependent upon the successful completion of the Task Three deliverable. •3.2. TASK ONE SUMMARY The development of an XML-compliant technical metadata schema for complex reformatted video objects including appropriate controlled vocabularies. Review existing technical metadata schemas in current use as well as ongoing development in relevant communities and recommend appropriate elements and structures. Where there are unmet needs specific to the cultural heritage community which existing schemas do not sufficiently cover, it will be necessary to develop new structured elements with controlled vocabularies. The new schema will be adopted by the Special Media Preservation Division for production purposes and recommended to ERA for long term preservation purposes. •3.2.1. TASK ONE DETAILS •3.2.1.1. Vendor shall identify existing relevant technical metadata standards for reformatted video records from archival and broadcast communities as well as any other relevant communities. •3.2.1.2. Vendor shall provide a list of data elements selected from a wide range of existing relevant video technical metadata standards for inclusion into NARA's proposed technical metadata schema •3.2.1.3. Vendor shall identify needs which are not fulfilled by existing standards and establish new schema elements to satisfy those needs •3.2.1.4. Vendor shall establish controlled vocabularies for appropriate elements. •3.2.2. TASK ONE DELIVERABLES •3.2.2.1. Vendor must provide a technical metadata schema for complex reformatted video objects including appropriate controlled vocabularies. •3.3. TASK TWO SUMMARY The development and pilot testing of an XML metadata export/extraction tool that will organize and assemble data to meet the schema specification. This tool will be adopted by the Special Media Preservation Division for production purposes and recommended to ERA for long term preservation purposes. •3.3.1. TASK TWO DETAILS •3.3.1.1. Vendor must develop a software tool that extracts identified technical metadata elements from a variety of video formats, codecs and wrappers. The tool must organize and assemble data to meet the XML schema specification outlined in Task One, across a set of files or from individual files. •3.3.1.2. Vendor shall use file samples provided by NARA and other peer institutions (by invitation and FADGI group members) to build, test and evaluate the tool. •3.3.1.3. Vendor must provide pilot testing of developed tool and must include NARA as the primary tester. Up to two other test sites may be identified. •3.3.1.4. Vendor must resolve all issues identified during the testing and evaluation phase before handing the tool off to NARA. •3.3.1.5. Vendor must develop the tool for multiple operating environments including Windows XP and higher, Macintosh OS, and Linux. •3.3.2. TASK TWO DELIVERABLES •3.3.2.1. Vendor must provide a final working schema-compatible XML metadata export/extraction tool including development and pilot testing •3.3.2.2. Vendor must provide a GUI for the tool as well as command line interface. •3.3.2.3. Vendor must provide full and open documentation for the tool which must include all code. •3.3.3. TASK TWO REQUIREMENTS •3.3.3.1. Vendor must identify programming language on which all software products are built. •3.3.3.2. Vendor must provide software support by telephone or email for up to one month after initial installation at NARA. Requests should receive a response within eight (8) business hours. •3.3.3.3. Vendor must provide training: up to six hours total of in person training for up to 10 people for the XML metadata export/extraction tool (Task Two) and the AVI metadata embedding tool (Task Four). This training will take place at NARA and be directed at both tool operators and IT staff. •3.3.3.4. Training and technical support must be available as soon as the software is installed. •3.4. TASK THREE SUMMARY The identification and evaluation of appropriate areas within the AVI file header (audio video interleave format, a current preservation specification in use by the Special Media Preservation Division: http://www.nara-at-work.gov/archives_and_records_mgmt/archives_and_activities/preservation/products/products/vid-p1.html) to embed limited and controlled metadata for preservation purposes. This includes the evaluation of existing available chunks for these purposes and the development of a new chunk(s) if existing chunks will not serve this need. (NARA will work with the Federal Agencies Digitization Guidelines Initiative Audio-visual Working Group to determine data definitions to structure the metadata within this chunk as it did for the previous Broadcast Wave audio files project: http://www.digitizationguidelines.gov/guidelines/digitize-embedding.html ) •3.4.1. TASK THREE DETAILS •3.4.1.1. Vendor must identify existing or new header or footer chunk options within the AVI file container which could contain embedded metadata. •3.4.1.2. Vendor must demonstrate that the use of the identified chunk location will not interfere with popular file identification and characterization tools including DROID. •3.4.2. TASK THREE DELIVERABLES •3.4.2.1. Vendor must provide documented guidelines about the proposed chunk structure including byte size, location and chunk ordering limitations. •3.5. TASK FOUR SUMMARY The development and pilot testing of a tool that supports embedding, validating, and exporting of metadata in AVI files. This new tool will be adopted by the Special Media Preservation Division for production purposes and recommended to ERA for long term preservation purposes. •3.5.1. TASK FOUR DETAILS •3.5.1.1. Vendor must provide a software tool that will : •3.5.1.1.1. import, edit, embed, and export specified metadata elements in AVI digital moving image files •3.5.1.1.2. embed metadata in the specified chunks as defined in Task Three •3.5.1.1.3. evaluate, verify and embed MD5 checksums at the file level and data chunk level •3.5.1.1.4. enforce the embedded metadata guidelines to be developed by the Federal Agencies Audio-Visual Working Group, as well as AVI format specifications from Microsoft and IBM •3.5.1.1.5. reports on specified errors in the construction of AVI files •3.5.1.2. Vendor shall use file samples provided by NARA and up to two (2) other Federal agencies/ peer institutions (identified by invitation and FADGI group members) to build, test and evaluate the tool. •3.5.1.3. Vendor must resolve all issues identified during the testing and evaluation phase before handing the tool off to NARA. •3.5.1.4. Vendor must develop the tool for multiple operating environments including Windows XP and higher, Macintosh OS, and Linux. •3.5.1.5. Vendor must provide pilot testing of developed tool and must include NARA as the primary tester. Up to two (2) other Federal Agency test sites may be identified within the Washington DC metro area. •3.5.2. TASK FOUR DELIVERABLES •3.5.2.1. Vendor must provide an AVI Metadata Embedding Tool based which provides the functionality outlined in 3.5.1.1. •3.5.2.2. Vendor must provide full and open documentation for the tool which must include all code. •3.5.2.3. Vendor must provide a GUI for the tool as well as command line interface. •3.5.3. TASK FOUR REQUIREMENTS •3.5.3.1. Vendor must identify programming language on which all software products are built. •3.5.3.2. Vendor must provide software support by telephone or email for up to one month after initial installation at NARA. Requests should receive a response within eight (8) business hours. •3.5.3.3. Vendor must provide training: up to six hours total of in person training for up to ten (10) for the XML metadata export/extraction tool (Task Two) and the AVI metadata embedding tool (Task Four). This training will take place at NARA and be directed at both tool operators and IT staff. •3.5.3.4. Training and technical support must be available as soon as the software is installed. •4. EXPECTED EXPERTISE OF VENDOR PERSONNEL •4.1.1.1. Vendor must demonstrate extensive experience with developing, evaluating and implementing established audiovisual technical metadata schemas and technical audiovisual specifications. This must be evidenced by providing documentation of previous relevant projects and a clear explanation of Vendor's participation in the projects. •4.1.1.2. Vendor must demonstrate past and current active participation in audiovisual standards bodies and other professional audiovisual organizations such as Audio Engineering Society, Advanced Media Workflow Association, Association of Moving Image Archivists, Association for Recorded Sound Collections Technical Committee, International Association of Sound and Audiovisual Archives Technical Committee, and Society of Motion Picture and Television Engineers. •4.1.1.3. Vendor must demonstrate extensive experience with open source tool development addressing the specific needs of audiovisual file formats and preservation. This must be evidenced by providing documentation of previous relevant projects and a clear explanation of Vendor's participation in the projects. •4.1.1.4. Vendor must demonstrate project management experience including experience planning, initiating, coordinating, and executing a variety of studies or special projects related to audiovisual reformatting and preservation. •4.1.1.5. Vendor must demonstrate ability to communicate effectively both orally and in writing, including writing and editing technical and analytical products. •5. PLACE OF PERFORMANCE With the exception of possible in person testing and training, Vendor will provide its own work space and IT environment. The Vendor will not work on site at NARA. •6. PERIOD OF PERFORMANCE The period of performance will be for completion of deliverables listed in Section Three will be no more than six months from date of award. •7. HOURS OF OPERATION Communication with NARA staff must be undertaken during regular business hours - 8:00 AM until 5:00 PM -- Monday through Friday, unless mutually agreed upon by NARA Contracting Officer's Representative (COR) and the Vendor. CLAUSES AND PROVISIONS The following clauses and provisions are incorporated and are to remain in full force in any resultant firm-fixed price purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Item (Jun 08); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 11)--offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision--a copy of the provisions can be found at http://www.arnet.gov/far/ ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items ( Jun 10 ); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 11 ). Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jul 10), 52.222-21 Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (Mar 07), 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10), 52.222-50 Combating Trafficking in Persons (Feb 09), 52.225-1 Buy-American Act - Supplies (Feb 09), 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (Jun 09), 52.225-5 Trade Agreements (Aug 09), 52.225-13 Restriction on Certain Foreign Purchases (Jun 08), 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 03), and 52.239-1 Privacy or Security Safeguards (Aug 96). ENCLOSURE 1, RFQ Information Sheet Vendors that do not provide the required information will not be considered for receipt of the order. Statutory/Regulatory Compliance ENERGY STAR® OR FEDERAL ENERGY MANAGEMENT PROGRAM (FEMP) ENERGY USE REQUIREMENT COMPLIANCE, AS REQUIRED: YES_____ or NO_____? N/A_____ IPv6 COMPLIANT: YES____ or NO_____? N/A_____ SECTION 508 COMPLIANT: YES_____ or NO____? N/A_____ Specific Terms, Conditions, and Administrative information PAYMENT TERMS : DELIVERY DATE : NAME AND ADDRESS OF QUOTER : ________________________________________________________________________ TELEPHONE NO (INCLUDE AREA CODE) _____ FAX NUMBER : E-MAIL ADDRESS : ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? Yes____ No____ CAGE CODE NUMBER : DUNS : Contractor Certification : [By signing the Vendor acknowledges that the information provided in response to this RFQ is correct.] NAME AND TITLE OF SIGNER : DATE OF QUOTATION : SIGNATURE OF PERSON AUTHORIZED TO SIGN : ENCLOSURE 2, Additional NARA Terms and Conditions (Addenda to FAR clause 52.212-4) ADDITIONAL TERMS AND CONDITIONS I. GOVERNMENT CONTRACT SPECIALIST The Contract Specialist assigned to this contract is: Alice Keefe, Contract Specialist Telephone: (301) 837-1821 Email: alice.keefe@nara.gov II. MARK FOR INFORMATION Vendor must include the following information clearly on shipping container address label: Award Number: ____ (PIID) _____________ Accepting POC: Kate Murray Code: NWTS Room: B-810 III. INVOICE SUBMISSION REQUIREMENTS A. All original invoices submitted for payment shall be sent electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel Files are the preferred format; however, Adobe Acrobat Portable Document Format (PDF) and Microsoft Word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid B. If electronic invoices are not possible original invoices shall be sent to : (1) ARC/ASD/NAR Avery Street 3-F Bureau of the Public Debt P.O. Box 1328 Parkersburg, WV 26106-1328 (2) One copy to the Contract Specialist (identified above). (3) One copy to the COR/TPOC: TBD National Archives and Records Administration Attn: Kate Murray, Code: NWTS Room: B-810 8601 Adelphi Road College Park, MD 20740-6001 Email: kate.murray1@nara.gov For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 C. The Vendor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or delivery/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number(s); (4) Payment terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items D. All invoices for services must be submitted on a monthly basis. E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-NW-11-Q-0026/listing.html)
- Place of Performance
- Address: 8601 Adelphi Road, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02456736-W 20110527/110525234759-f3c449a8d059a95cf7034601f54a93f6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |