MODIFICATION
54 -- Amendment 1- The U.S. Army Program Executive Office for Simulation, Training and
- Notice Date
- 12/11/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK-15-T-0001
- Response Due
- 12/24/2014
- Archive Date
- 2/9/2015
- Point of Contact
- Jason Jerome, 407-208-5868
- E-Mail Address
-
PEO STRI Acquisition Center
(jason.jerome3.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 13.5 prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation W900KK-15-T-0001 is issued as a Request for Quote (RFQ). Offerors can submit more than one quote in response to the solicitation if different items are quoted. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-76 August 2014. (iv) The NAICS code for this acquisition is 332311 with a small business size standard of 500 employees. This acquisition is being solicited as a total Small Business (SB) Set-Aside. (v) ITEM NOSUPPLIES/SERVICES QUANTITYUNITUNIT PRICEAMOUNT 0001 1Each Relocatable Simulation Shelter FFP Design, Develop, Inspect, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination St Joseph, Missouri 64503 FOB: Destination ITEM NOSUPPLIES/SERVICES QUANTITY UNITUNIT PRICEAMOUNT 0002 1Each Relocatable Simulation Shelter FFP Design, Develop, Inspect, Deliver and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Meridian, Mississippi 39307 FOB: Destination ITEM NOSUPPLIES/SERVICES QUANTITY UNITUNIT PRICE 0003 0 Lot NSP Technical Data and Information FFP As required by RSS Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NOSUPPLIES/SERVICES QUANTITY UNITUNIT PRICE AMOUNT 0004 1 Each OPTIONRelocatable Simulation Shelter FFP Design, Develop, Inspect, and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Louisville, KY FOB: Destination ITEM NOSUPPLIES/SERVICES QUANTITY UNITUNIT PRICEAMOUNT 0005 1 Each OPTIONRelocatable Simulation Shelter FFP Design, Develop, Inspect, and Assemble a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). Destination Portland OR FOB: Destination ITEM NOSUPPLIES/SERVICES QUANTITY UNITUNIT PRICE AMOUNT 0006 1 Each OPTIONHVAC Package FFP Inspect and Assemble an additional HVAC assembly on a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 00071Each OPTIONHVAC Package FFP Inspect and Assemble an additional HVAC assembly on a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICE AMOUNT 00081Each$ OPTIONHVAC Package FFP Inspect and Assemble an additional HVAC assembly on a Relocatable Simulation Shelter (RSS) IAW the Statement of Work (PEO-STRI-14-W062). FOB: Destination (vi) A detail description of the requirement is contained in the attached SOW (PEO-STRI-14-W062). The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager Combined Arms Tactical Trainers (PM CATT) intends to procure Relocatable Shelters to house Air National Guard simulation systems, including, but not limited to, the Advanced Joint Terminal Attack Controller (JTAC) Training System (AAJTS) and the C-130 Multi Mission Crew Trainer (MMCT). The contract for this effort will include the design, fabrication, production, delivery, and setup of the Relocatable Shelters at Government designated military installations. Each Shelter shall be a prefabricated metal building that provides a weatherproof, electrically powered, durable, climate-controlled, protected environment for the human occupants and installed training device(s). The Enclosure shall include self-contained environmental control through integral air conditioning/heating units, humidity control, fire detection and fire extinguishing equipment, and integral lighting. Each Shelter shall be transportable using conventional commercial vehicles and shall meet the road and street size and weight restrictions. Each Shelter needs to be durable and ease of relocation will be a major factor in selection. Each shelter shall consist of the following major components: Enclosure structure Environmental Control Unit (ECU) Electrical System Lighting System Communications Interface Panel Lightning Protection Power Distribution System Fire/Smoke Detection System Fire Suppression System (Portable Fire Extinguishers) Intrusion Detection Equipment The RSS shall meet the following minimum internal length, width, and height requirements: Length: 30 feet Width: 28 feet Height: 15 feet The exterior surface of each enclosure shall be a color that is chosen by the Government and that is intended to match the architectural color scheme of the surrounding permanent buildings. The interior color of the enclosure will be a grey or flat black. The final interior and exterior colors shall be approved by the Government during design review. All enclosure assembly hardware shall be selected or designed to minimize corrosive deterioration and shall comply with all applicable sections of Air Force Instruction 32-1054, Corrosion Control. The RSS shall be constructed with insulated and finished walls, ceiling, and floor. The RSS shall include static control flooring in accordance with UFGS-09 62 38, Static Control Flooring. The interior walls shall be covered with a fire/smoke retardant Class A rating coating. Enclosure walls shall comply with applicable sections of UFC 3-600-01, Fire Protection Engineering for Facilities, with Chg. 3. The interior walls shall be constructed of a rigid material that is resistant to damage from ordinary contact with personnel, furnishings, and equipment. Considerations for the durability of the interior design during relocation must be identified and specifically detailed in the technical portion of the proposal. The enclosure shall include a minimum of two exterior doors. One exterior door shall be designed to facilitate ingress and egress for both normal and emergency access. This door shall be equipped with both a programmable push button cipher lock and a combination lock that complies with FF-L-2740B: Federal Specification Locks, Combination, and Electromechanical. This door shall also support the addition of Common Access Card (CAC) Reader Hardware for controlling enclosure access. The CAC Reader will be provided by the Government and installed by the Government. An interphone - intercom system shall be provided to allow audio communications between inside and outside of the RSS access controlled door. All interior audio access from the interphone - intercom system shall only be accessible with permission and knowledge of the interior station for security purposes. The second exterior door may be designed for only emergency egress of the shelter; no other access controls are required for this door. The door design and all door exit hardware shall conform to the National Fire Protection Association (NFPA) 101 standard. Exterior doors shall provide protection from the environment for personnel entering or exiting the structure. The protective cover shall extend out from the structure at least three feet. All door locks are to be accessible from within the protected area. Exterior doors shall be constructed of standard metal, and shall be standard dimensions (36 inches wide and 80 inches high). Attached or detached steps and/or a raised platform with handholds may be provided at each access door to facilitate enclosure entry or exit. The enclosure shall be equipped with a removable access panel for transferring hardware and equipment into and out of the enclosure. The access opening shall meet the following minimum dimensional requirements: Height: 83 inches Width: 72 inches The access panel / doors shall meet the security requirement for open storage DoDM 5200.01-V3 (Doors other than those secured with locks meeting FF-L-2740 shall be secured from the inside with deadbolt emergency egress hardware, a deadbolt, or a rigid wood or metal bar that extends across the width of the door). The enclosure roof design shall conform to the guidance in UFC 3-110-03, Roofing for the Elimination, Prevention or Control of Fall Hazards. The enclosure roof shall meet the minimum slope requirement for positive drainage specified in UFC 3-110-03. The enclosure shall include permanent handholds and footholds on the structure exterior to provide access to the roof. The enclosure's walls and ceiling shall be acoustically designed to absorb noises that are generated by installed training devices. Interior noise sound pressure level (SPL) of the enclosure shall not exceed 90 decibels. Max estimated level of simulator and instructor work station is approximately 90 db. The enclosure floor shall be capable of supporting 250 lb/ft2. The RSS shall be designed for placement on a hard surface and shall include attachable tie down cables for securing the shelter to tie down points on the site hard surface. The shelter will need to be capable of point bearing support in lieu of continuous support. Due to the relocation capability the structure point being requirement is essential. The RSS shall comply with the Physical Security Standards specified in DoDM 5200.01-V3, February 24, 2012, Appendix to Enclosure 3, 1.b (Open Storage Area). Environmental Control Units (ECU) The Environmental Control Units (ECU) shall provide for cooling, heating, and humidity control of the structure enclosure and shall conform to National Fire Protection Association (NFPA) Standard 90A. The ECU shall be powered from an interior Power Distribution Panel. The ECU's performance shall meet the Sheet Metal and Air Conditioning Contractors' National Association (SMACNA) Testing and Balancing (TAB) conformance standards. The ECU shall be thermostatically controlled and shall be capable of maintaining an ambient temperature range inside the enclosure at any temperature between 65 F and 72 F with relative, non-condensing humidity of 45% to 55% during normal operational usage of the installed training device. The ECU shall be capable of maintaining the specified temperature and humidity parameters with an installed fully operational training device producing up to 20,000 BTUs while simultaneously containing up to 10 human occupants within the enclosure walls and when the shelter external temperature is at any point between 0 and 120 degrees Fahrenheit. The shelter shall be designed to accommodate a single ECU that satisfies the requirements identified above, and shall be capable of accommodating an additional ECU of equal or greater capacity to support operation of training devices producing up to 40,000 BTUs. Electrical The electrical system of the RSS shall meet the requirements of NFPA standard 70E and shall follow the guidance provided in all applicable sections of UFC 3-520-01. The Electrical System shall include wiring for utility power, a trainer power distribution panel, and Emergency Power-Off (EPO) switches. The RSS shall include an Uninterruptable Power Supply (UPS) system that provides a minimum of 8 hours operating power for the facility infrastructure and Intrusion Detection Equipment (IDE) in accordance with DoDM 5200.01-V3, February 24, 2012, Appendix to Enclosure 3, Paragraph 2 (Intrusion Detection Standards). The internal infrastructure consists of the Instructor Operating Station computer and the electrical outlet at that station. The UPS shall protect against abnormal operating conditions including voltage spikes, over or under voltage conditions, frequency transients or oscillations, and harmonic distortions. The Electrical System shall provide a minimum of 2 external connections that can accommodate typical facility power. The Power provisions at each location are site specific and final electrical interface requirements shall be definitized before or immediately following the site survey at each fielding location. Power supplied to external connections shall be allocated to two internal enclosure Power Distribution Panels; one Trainer/UPS Power Panel to distribute power to installed training devices and ancillary equipment, and one Utility Power Panel to distribute power to shelter infrastructure components including lighting, IDE, utility receptacles, etc. A minimum of 10 utility receptacles shall be installed throughout the enclosure interior and a minimum of two exterior mounted 20-Amp weatherproof GFI receptacles (with covers) shall be provided. The RSS shall be delivered with an electrical wire harness, minimum 50 feet long, with suitable connectors for interfacing the shelter electrical system with the site power supply. The Electrical System shall include a Monitor and Alarm panel that will monitor voltage and current, as well as Phase Rotation, Reversal, and Loss of Phase for the Main Trainer Power Panel circuits. The Monitor and Alarm panel shall be integrated with the Emergency Power Off system for both the Main Power Panel circuits and the Utility Power circuits. The enclosure grounding system shall meet the requirements of Article 250 of NFPA 70. All enclosure structural steel components shall be connected to the grounding system. Maximum resistance to ground shall be in accordance with NFPA 70e and will not exceed 10 Ohms. All electrical wiring shall conform to NFPA 70e. The enclosure shall include an electrical cabling method to safely accommodate all enclosure wiring cables. The final design of the electrical system shall be developed through a joint Contractor/Government Integrated Product Team process and presented/approved at the Critical Design Review. The simulator that will be installed in each shelter has varied power requirement and will be available for analysis after contract award. The installation of the simulator to the power system will be the responsibility of the Government. Lighting The Lighting System shall provide for both interior and exterior lighting as well as an emergency lighting capability. Fluorescent or LED fixtures shall be provided for all enclosure general-purpose lighting. Interior lighting shall provide sufficient brightness levels for conducting training and for performing maintenance on installed training systems. All non emergency interior lighting shall have the capability of being dimmed for simulator usage. Internal light switch must have a dimmer capability for interior lighting. The enclosure shall be equipped with exterior lighting by each entry door. Interior lighting switches shall be available near each entry door. A lighted sign capable of displaying the operational status of an installed training device shall be permanently affixed to the external surface of the RSS near the main entrance. The sign shall be controllable via a wall mounted switch located inside near the Instructor Operating Station. The exact verbiage of the sign will be identified after award of the contract. Communications Panel The enclosure will include a communications interface panel and wiring to accommodate external telephone (voice) and LAN connections. The interface shall accommodate a minimum of three (3) RJ-11 (voice) jacks and a minimum of two (2) RJ-45 CAT 5e or CAT 6 network jacks. The Communications panel shall be capable of interfacing with site security and fire alarm monitoring stations and site emergency Public Address communication lines. The Communications Panel shall be located in the same area of the RSS as the electrical input connectors to present a single access point for all external structure connections. The single access point shall be designed with controls to prevent tampering and the compromise of data transmissions. Intrusion Detection Equipment (IDE) The shelter shall include a Government approved IDE which complies with the applicable Physical Security Standards specified in DoDM 5200.01-V3, February 24, 2012, Appendix to Enclosure 3, Paragraph 2 (Intrusion Detection Standards). The IDE shall include motion detection sensors and perimeter door sensors. The IDE Premise Control Unit shall interface to the shelter communications panel to allow transmission of data to a site specific monitoring station. Installation of the IDE's will be the responsibility of the Government; the contractor will only perform the wiring and testing of the wiring. The installation of the Government supplied intrusion devices and internal - external security measures will be discussed after award for security purposes. Life safety and Habitability The enclosure shall include Emergency Power-Off (EPO) buttons at each exit door. The EPO buttons shall be installed in locations that are easily accessible, shall be clearly visible, and shall be protected from inadvertent actuation. When an EPO is depressed, all enclosure power except for emergency lighting power shall be shut down. The EPO system shall accommodate connection to EPO buttons installed on simulator equipment. The enclosure will include Underwriters Laboratory-approved rechargeable-battery powered emergency lights to facilitate safe egress in the event of an emergency. The emergency lights will be actuated automatically in the event of a power failure. The emergency lighting system will be designed in accordance with Article 700, Emergency Systems, of the NFPA 70 standard. The emergency and exit lights will be equipped with a battery disconnect switch for deactivation during transportation. The Enclosure will include a fire, smoke, and heat detection system in accordance with NFPA 72. Fire suppression shall be achieved through the installation of portable fire extinguishers in accordance with UFC 3-600-01, Section 4-9. Lightning protection will be provided and conform to NFPA 780. The RSS shall meet fire and safety requirements in accordance with Unified Facilities Criteria (UFC) 3-600-01, applicable antiterrorism requirements in accordance with UFC 4-010-01, and applicable construction standards in accordance with UFC 3-301-01. CLIN Destination Delivery NLT Date Early Delivery 0001 St Joseph, Missouri 6 months after award4 Months after award 0002 Meridian, Mississippi 9 months after award6 months after award 0004-option Louisville, Kentucky TBD if exercised TBD if exercised 0005-option Portland Oregon TBD if exercised TBD if exercised All inspection and acceptance shall be at destination by the Government. Final inspection to be performed at the delivery site will be directed and witnessed by the technical representative of the Procuring Contracting Officer (PCO). Final acceptance of this Contract Line Item will be evidenced by signature of the PCO or his/her duly authorized representative. (viii) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. In addition to the instruction in this clause, Offeror's must submit the following quote content: Statement of Compliance: The offer shall include a statement indicating complete compliance with the solicitation, or detailed analysis of any objections, exceptions, contingencies, or additions. Any objection, exception, contingency, or addition shall be cross-referenced to the applicable solicitation paragraph(s). Price: Offeror's shall provide completed pricing for all CLINS. This is to include any travel needed for site surveys, installation and delivery. Each shelter CLIN is all inclusive and all costs associated with each shelter must be priced and this must be identified completely in the Price Section of the proposal. All CLIN priced to include option CLINS will be priced and have a period of performance of 12 months. Option CLIN's may have a price adjustment after award due to increased shipping and transportation cost only. That increase is only valid if the option CLIN's are not awarded within (6) months after contract award. The price adjustment will be identified after award through mutual agreement if the option CLIN's are not exercised within (6) months. Technical Approach: The Offeror shall provide product literature, specification information cross-indexed to applicable parts of the SOW and warranty provisions. The Offeror's quote shall clearly demonstrate its ability to meet or exceed the SOW specifications. Statements that the Offeror understands and will meet the SOW requirements are inadequate. Paraphrasing or reiteration of the SOW or parts thereof is similarly inadequate, as are phrases such as quote mark standard procedures will be employed quote mark or quote mark well-known techniques will be used. quote mark The Technical Approach section of the proposal will contain evaluated information within it. This portion of the proposal is limited to 100 pages. Please contact the Contracting Specialist at (407) 408-5868 if additional pages are required for the Technical Approach portion of the proposal. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed in the attached SOW and minimum design layout. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. All quotes shall be subject to evaluation by a team of Government personnel. Support contractors will not participate as members of or advisors to the source selection team. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Arithmetic Discrepancies; For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote - clearly meets the minimum requirements of this solicitation, attached SOW, design layout, and information contained in the Question and Answer attachment. The commercial product design shall be deemed acceptable only if it is considered to be durable, easily relocatable for the Government, meets all criteria listed in the SOW, Solicitation, attached Specification, and any additional information and guidance listed in the question and answer in this solicitation. Unacceptable Quote- does not clearly meet the minimum requirements of this solicitation, attached SOW or is consider non relocatable, non durable, or the design does not meet the Governments need for ease of relocation during the technical evaluation. (x) The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) applies to this acquisition. (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.222-54, Employment Eligibility Verification (Jul 2012). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002) The following clauses are incorporated by reference: 52.209-9 - Updates of Publicly Available Information Regarding Responsibility Matters 52.232-39 Unenforceability of Unauthorized Obligations 252.204-7012 Safeguarding of Unclassified Controlled Technical Information The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (xiii) The Government requires a standard commercial warranty for each shelter and all related items. The warranty coverage needs to be addressed in the quote and any item not covered needs to be specifically identified in the proposal. (xiv) N/A (xv) Quotes are due no later than 4:00 PM, EST on 24 December 2014. Please send your quote via email to our Contract Specialist, Jason Jerome at jason.jerome3.civ@mail.mil. The Government anticipates a contract award on or around 22 January 2015. The Government reserves the right to request additional information after receipt of Offeror's response to the RFQ. The quote shall be valid for not less than 30 calendar days from the quote due date. If your quote is not able to be transmitted electronically, either mail or hand-deliver to: 12350 Research Parkway, Orlando FL 32826-3276. Please refer in the subject line of your email the solicitation number, W900KK-15-T-0001 and your firm's name. Attachments in Microsoft Office or PDF files are acceptable, please have all documents unlocked for evaluation. Late submissions will not be accepted. (xvi) This is a Request for Quote only. Do not proceed with this work until you have received a contract document signed by the Contracting Officer. Please address questions in this matter to our Contract Specialist, Jason Jerome at (407) 208-5868, or e-mail at jason.jerome3.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-15-T-0001/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN03593526-W 20141213/141211234336-1989ddac22c73f98c820ade0006f2684 (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 |