DOCUMENT
Q -- 534-18-1-025-0018 Rapid Molecular Testing (VA-17-913931) - Attachment
- Notice Date
- 11/14/2017
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- 36C24718Q0079
- Response Due
- 11/28/2017
- Archive Date
- 3/7/2018
- Point of Contact
- Michael Giffon
- E-Mail Address
-
9-6682<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: 36C24718Q0079 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24718Q0079 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued with no set aside. The North American Industry Classification System (NAICS) code is 334516, Analytical Laboratory Instrument Manufacturing and the size standard is 1000 employees. (v) This requirement is for one base year and four option years. Vendors are therefore asked to completed price list for each year in their response, and to include a Grand Sum Total for Base year and 4 Option Years. BASE YEAR: 12/01/2017-11/30/2018 Item Description Qty Unit of Unit Total Measures Price Price 001 Strep A Molecular Reagents, 360 strep A tests per year. 360 EA 002 Infl A/B, 480 Molecular tests per year. 480 EA BASE YEAR TOTAL $_________ OPTION YEAR 1: 12/01/2018-11/30/2019 Item Description Qty Unit of Unit Total Measures Price Price 001 Strep A Molecular Reagents, 360 strep A tests per year. 360 EA 002 Infl A/B, 480 Molecular tests per year. 480 EA OPTION YEAR 1 TOTAL $_________ OPTION YEAR 2: 12/01/2019-11/30/2020 Item Description Qty Unit of Unit Total Measures Price Price 001 Strep A Molecular Reagents, 360 strep A tests per year. 360 EA 002 Infl A/B, 480 Molecular tests per year. 480 EA OPTION YEAR 2 TOTAL $_________ OPTION YEAR 3: 12/01/2020-11/30/2021 Item Description Qty Unit of Unit Total Measures Price Price 001 Strep A Molecular Reagents, 360 strep A tests per year. 360 EA 002 Infl A/B, 480 Molecular tests per year. 480 EA OPTION YEAR 3 TOTAL $_________ OPTION YEAR 4: 12/01/2021-11/30/2022 Item Description Qty Unit of Unit Total Measures Price Price 001 Strep A Molecular Reagents, 360 strep A tests per year. 360 EA 002 Infl A/B, 480 Molecular tests per year. 480 EA OPTION YEAR 4 TOTAL $_________ GRAND SUM TOTAL FOR BASE YEAR AND 4 OPTION YEARS $___________ (vi) The following is a detailed description of the requirements for this solicitation: Ralph H. Johnson VA Medical Center MBOPC Lawn Maintenance Statement of Work STATEMENT OF WORK RAPID MOLECULAR TESTING FOR FLU AND STREP 1. INTRODUCTION/BACKGROUND: The purpose of this activity is to acquire Rapid Molecular Testing Services for the Clinical Laboratory at the Ralph H. Johnson VAMC. 2. OBJECTIVE: Obtain a Rapid Molecular Test System, Reagents, and Service, for testing Clinical Laboratory specimens on a reagent rental agreement(Cost Per Test/Cost Per Reportable). Provide two(2) Rapid Molecular Test Instruments, Reagents, and Service for performing Influenza A/B and Strep Group A on a base year plus four(4) option years fixed price contract. 3. MAJOR REQUIREMENTS: Influenza A/B and Strep Group A tests must be performed by molecular methods. Influenza A/B and Strep Group A tests must both be CLIA waived tests, and both tests must be performed on the same instrument system/platform. The preferred instrument set up and run time for the Influenza A/B and Strep Group A test(s) is twenty(20) minutes or less. The vendor shall provide two(2) instruments for performance of test services. Instruments should be table top models; a one cubic foot or less footprint is preferable. The vendor shall provide instrument service/repair and routine maintenance. Vendor response for unscheduled instrument downtime should be less than 48 hours. All cost associated with instrument service/repair and routine maintenance shall be included in the reagent rental pricing. The vendor shall provide reagents for: ~480 Flu Tests per year ~360 Strep A Tests per year The vendor shall provide training to clinical laboratory staff for use of the test system. All cost associated with staff training shall be included in the reagent rental pricing. 4. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: There are no Government furnished materials in support of this contract activity. 5. MEETINGS AND REVIEWS: The vendor shall meet with Pathology and Laboratory Service Personnel on an as needed basis. Pathology and Laboratory Service may request meetings to occur by telephone or in person at the Ralph H. Johnson VAMC. 6. TRAVEL REQUIREMENTS: All cost associated with travel for instrument service/repair, routine maintenance, meetings, or employee training shall be included in the reagent rental pricing. 7. CONTRACTING OFFICER'S REPRESENTATIVE (COR): a. The COR is Robert Haynes, phone 843-789-7531. No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification. 8. REPORTS/DELIVERABLES: Deliverables Two(2) Rapid Molecular Testing Instrument Platforms. Deliverables Reagents/Controls on an as needed or quarterly basis. Deliverables Training for Laboratory Staff. Deliverables Technical Service for Periodic Maintenance and Repairs. 9. PERIOD OF SERVICE: Periods of service will be performed in base year plus 4 Option years. 10. CONTRACTOR QUALIFICATIONS: The successful contractor shall be able to provide an FDA approved, CLIA waived test system to fulfill the test requirements listed in the Statement of Work. 11. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: The contractor shall provide/submit any national security requirements requested by the Information Security Officer(ISO), Privacy Officer(PO), Contracting Officer(CO), or other VA Authority.. -----END OF SOW----- (vii) The estimated Performance Period is as follows: Base Year: 12-01-2017 through 11-30-2018 Option Year One: 12-01-2018 through 11-30-2019 Option Year Two: 12-01-2019 through 11-30-2020 Option Year Three: 12-01-2020 through 11-30-2021 Option Year Four: 12-01-2021 through 11-30-2022 Delivery FOB Destination to Ralph H Johnson, VA Medical Center109 Bee Street, Charleston, SC 29401. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-70 Late offers. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 25 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms at least 3 years of satisfactory and relevant experience/past- performance performing the same type and kind of services specified in this solicitation; 2. Documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of services specified in this solicitation; 3. Quote MUST be good for 120 calendar days after submission and the offered price should include delivery; 4. All offerors must be registered in the System for Award Management (SAM); 5. All questions regarding this solicitation should be sent Michael.giffon@va.gov. (x) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. These pages will not be counted against the 25 page limitation of the submitted offer. Alternately, the offeror may submit a statement that their Reps and Certs are visible at SAM.GOV. (xi) 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS--apply to this solicitation with the following addendum; VAAR 852.203-70 Commercial Advertising, VAAR 852.232-72 Electronic Invoice Submission of Payment Requests. (xii) 52.212-5 CONTRACTS TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS--the following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-17, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-50, 52.222.55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Additional Clauses and/or Provisions: 52.203-98-- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (FEB 2015)-- (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. 52.209-5-- REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) -- (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that (1) Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2) Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. 52.216-1-- TYPE OF CONTRACT (APR 1984) -- The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. 52.217-5 --EVALUATION OF OPTIONS --Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 -- OPTION TO EXTEND SERVICES--The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT-- (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. 52.222-52-- EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR CERTAIN SERVICES CERTIFICATION (MAY 2014) -- (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that (1) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (2) The contract services are furnished at prices that are, or are based on, established catalog or market prices. An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. An "established market price" is a current price, established in the usual course of ordinary and usual trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; (3) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (4) The offeror uses the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the offeror uses for these employees and for equivalent employees servicing commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(d)(3) that the Service Contract Labor Standards statute (1) Will not apply to this offeror, then the Service Contract Labor Standards clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements, in this solicitation will not be included in any resultant contract awarded to this offer, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision (1) The clause of this solicitation at 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements, will not be included in any resultant contract to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible if the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. 52.237-3-- CONTINUITY OF SERVICES (JAN 1991)-- (a) The Contractor recognizes that the services under this contract are vital to the Government and must be continued without interruption and that, upon contract expiration, a successor, either the Government or another contractor, may continue them. The Contractor agrees to (1) furnish phase-in training and (2) exercise its best efforts and cooperation to effect an orderly and efficient transition to a successor. (b) The Contractor shall, upon the Contracting Officer's written notice, (1) furnish phase-in, phase-out services for up to 90 days after this contract expires and (2) negotiate in good faith a plan with a successor to determine the nature and extent of phase-in, phase-out services required. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the plan, and shall be subject to the Contracting Officer's approval. The Contractor shall provide sufficient experienced personnel during the phase-in, phase-out period to ensure that the services called for by this contract are maintained at the required level of proficiency. (c) The Contractor shall allow as many personnel as practicable to remain on the job to help the successor maintain the continuity and consistency of the services required by this contract. The Contractor also shall disclose necessary personnel records and allow the successor to conduct on-site interviews with these employees. If selected employees are agreeable to the change, the Contractor shall release them at a mutually agreeable date and negotiate transfer of their earned fringe benefits to the successor. (d) The Contractor shall be reimbursed for all reasonable phase-in, phase-out costs (i.e., costs incurred within the agreed period after contract expiration that result from phase-in, phase-out operations) and a fee (profit) not to exceed a pro rata portion of the fee (profit) under this contract. 52.246-4 Inspection of Services. Fixed-Price. Inspection of Services. Fixed-Price (Aug 1996) (a) Definition. Services, as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may. (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may. (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. 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): http://acquisition.gov/far/index.html or, http://farsite.hill.af.mil/search.htm. These addresses are subject to change. If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Dept. of State Acquisition Website at http://www.statebuy.state.gov to see the links to the FAR. You may also use an Internet search engine (e.g., Yahoo, Google, Bing, etc.) to obtain the latest location of the most current FAR. FEDERAL ACQUISITION REGULATION (48 CFR CH. 1)-Clause Title and Date: 52.204-9 PERSONAL IDENTIFICATION VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011); 52.222-1 Notice to the Government of Labor Disputes (FEB 1997); 52.228-5 Insurance - Work on a Government Installation (JAN 1997); 52.233-1 Disputes (JUL 2002) Alternate I (DEC 1991); 52.243-1 Changes -- Fixed-Price (AUG 1987); 52.244-6 Subcontracts for Commercial Items (DEC 2010); 52.246-4 INSPECTION OF SERVICES - FIXED PRICE AUG 1996; 52.249-2 Termination for Convenience of the Government (Fixed-Price) (MAY 2004) Alternate I (APR 1984). http://www.wdol.gov/sca.aspx (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than November 21, 2017 at 1:00 pm EST to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: NA. (xviii) QUOTES/OFFERS ARE DUE November 28, 2017 at 3:00 pm eastern standard time (EST). Only electronic offers (email) will be accepted. Submit quotes Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. Please include the following information in your email subject line: RAPID MOLECULAR TESTING FOR FLU AND STREP (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Michael Giffon, Contract Specialist Michael.giffon@va.gov Phone: 843-789-6682
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0079/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0079 36C24718Q0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904964&FileName=36C24718Q0079-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904964&FileName=36C24718Q0079-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0079 36C24718Q0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3904964&FileName=36C24718Q0079-000.docx)
- Record
- SN04740096-W 20171116/171114231506-bcc663799790c9d8b34b9663513edd9b (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 |