DOCUMENT
99 -- LGCB AIR SHELTER - WAWF REGISTRATION INSTRUCTIONS - Specifications
- Notice Date
- 9/3/2008
- Notice Type
- Specifications
- NAICS
- 624230
— Emergency and Other Relief Services
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
- ZIP Code
- 09824-0280
- Solicitation Number
- FA5685-08-T-0056
- Response Due
- 9/15/2008 4:30:00 PM
- Point of Contact
- Frank D. Boyce, Phone: 903223168075, George W Williams, Phone: 0090-322-3168076
- E-Mail Address
-
Frank.Boyce@incirlik.af.mil, george.williams@incirlik.af.mil
- Small Business Set-Aside
- N/A
- Description
- ATTENTION POTENTIAL OFFERORS: DUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY, THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY. THEREFORE, IF THERE ARE PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY THEY WILL ONLY BE CONSIDERED IF NO PROPOSALS ARE RECEIVED FROM INSIDE TURKEY (OR ARE DEEMED UNREASONABLE). (i) This is combined synopsis/solicitation number FA5685-08-T-0056 issued on 03 Sept, 2008 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 FA5685-08-T-0056 is issued as a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. NAICS Code 624230 (Emergency Shelters) applies to this procurement (For a full list please view attached Solicitation Document). (iv) This acquisition is Unrestricted from Small-Business Set-Asides due to the Overseas Location Exception. (v) This is a combined synopsis and solicitation for the following commercial items: LINE ITEM #0001 : QTY: 2; ZUMRO AIR SHELTER (PART # 216-7800- 16'X13'6" 216 SQ FT, See Attached Photo and Specs for further information) **NOTE** THIS COMBINED SYNOPSIS/SOLICITATION IS OR EQUAL FOR THESE PRODUCTS. HOWEVER, IF YOU PROPOSE A SUBSTITUTE PLEASE PROVIDE SPECIFICATIONS AND PICTURES. ADDITIONAL INFO: ALL DOCUMENTATION MUST BE TRANSLATED AND CERTIFIED IN ENGLISH IF THE ORIGINAL DOCUMENTS ARE IN ANY LANGUAGE OTHER THAN ENGLISH AND WILL BE KEPT AS AN ATTACHMENT IN THE FOLDER. THESE DOCUMENTS WILL NOT BE RETURNED BACK TO THE ORIGINATORS. Please ensure that your firm is registered with CCR and all information is current. If you are not registered or you information is not current you need to go to https://www.bpn.gov/CCR/scripts/index.html and fill out a web base application that take 30 to 40 minute to complete. You must have a DUNS number in order to start this process. If you don't have a Duns number you can obtain one at http://fedgov.dnb.com/. It takes two to three business days in order to receive a DUNS number and then two to three business day to receive a CAGE code. Please begin the process as soon as you receive this notice in order to speed up the contracting process in the event that you are the winning offeror. In addition, a new mandatory system called Wide Area Work Flow (WAWF) is now online. This system will speed up your payment processing time and allow you to monitor your payment status online. There are no charges or fees to use WAWF. To help familiarize yourself with this new system, a web based training site located at http://wawftraining.com is here to help you out. In order to get registered, see attachment for further instruction on how to get registered. Delivery will be to 39th Civil Engineering Squadron, Incirlik A.B., Turkey (viii) (xiv) The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. (xv) There are no numbered notes applicable. (xvi) Signed and dated offers, to include a complete listing of all items, must be submitted to 39th Contracting Squadron/LGCB, Attn: Frank D. Boyce., 39 TAAHHUT BOLUGU, BINA #485, 10cu TANKER US KOMUTANLIGI, ADANA no later than 1630 hrs, 15 September, 2008. Responsible sources may submit a proposal, or quote which shall be considered. Offers may be submitted via mail, facsimile, or e-mail. (xvii) POC: Frank D. Boyce at 0-322-316-8075, fax: 0-322-332-7609, or e-mail: frank.boyce@incirlik.af.mil. CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.246-1 Contractor Inspection Requirements APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1 - TECHNICAL CAPABILITY FACTOR 2 - PRICE FACTOR 1: TECHNICAL CAPABILITY In order to be considered for award, the offeror's technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must provide all information and/or requirements listed in Factor 1. Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. The standard is met when: A. The offeror provides written evidence of its registration and authorization to conduct business in the country of Turkey with the following required documentation. Required Documentation: • TAX PAYERS LICENSE - VERGI KAYDI SURETI • TRADE CHAMBER REGISTRATION - TICARET ODASI KAYIT SURETI • SIGNATURE CIRCULAR - IMZA SIRKÜLERI • COMPANY REGISTRATION IF APPLICABLE - VAR ISE SIRKET SÖZLESME SURETI • CERTIFIED/AUTHORIZED RETAIL/RESELLER DOCUMENTATION FROM MANUFACTURER AND OR IMPORTER FOR REQUESTED SUPPLIES - TALEP EDILEN MALLARIN ÜRETICISI VEYA YETKILI ITHALATCISINDAN TEMIN EDILECEK YETKILI/ONAYLI PAREKENDE/SATICILIK BELGELERI. • PHOTOCOPIES OF WRITTEN WARRANTY DOCUMENTS, IF APPLICABLE - GARANTI GEREKIYOR ISE GARANTI EVRAKLARI SURETLERI. • A COMPLETED COPY OF 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS. This is a once a year requirement, the information is kept on file at 39th Contracting for one year. KONTRAT SARTNAME Madde 52.212-3, TEKLIF SAHIBINE AIT TEMSIL VE BELGELENDIRME BILGILERI BOLUMUNU TAMAMLAYIP, IMZA VE KASELIYEREK TEKLIFINIZ EKINDE TESLIM EDINIZ. Bu bilgiler yżlda bir kere ilgili satżn alma bölümüne teslim edilecektir, 39 Taahhüt Bölügü bu bilgilerin asżllarini dosyalayarak kendi bünyesinde saklayacaktżr. The above documentation must be translated and certified in english and will be kept as an attachment in the folder. These documents will not be returned back to the originators. FACTOR 2: PRICE Only price proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. Award will be made to the lowest price, technically acceptable, responsible offeror with acceptable past performance. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 15.404-1(b) to determine price reasonableness. The standard is met when: The price is determined fair and reasonable in accordance with FAR 15.404-1(b). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2008) Contractors must submit with their offers, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Another system put into place to eliminate reoccurring submissions of Representations and Certifications, is the new ORCA system. Here you can input your information one time and only update on an as needed bases. However, the system will inform you to log-on and review your information at least once year, similar to the CCR website. You can access the site at https://orca.bpn.gov/login.aspx. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(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 paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)) flow down required for all subcontracts subject to the Service Contract Act of 1965 (41U.S.C. 351, et seq.). (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of provision 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): www.farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.229-7001 TAX RELIEF (JUN 1997) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: NAME OF TAX: (Offeror Insert) RATE (PERCENTAGE): (Offeror Insert) (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged. (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract. (End of clause) 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary: Paul R. Horst JR., Col, USAF HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: paul.horst@ramstein.af.mil Tel: (49)-6371-47-5910, Fax: (49)-6731-47-2025 Alternate: Mr. Dave Jones HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: dave.jones@ramstein.af.mil Tel: (49)-6371-47-5910, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) INCIRLIK INSTRUCTION The following instructions pertinent to this section are hereby incorporated by reference only unless text is provided directly underneath the specific reference. The provided text may be in full or partial text. Those incorporated by reference have the same force and effect as if they were given in full or partial text. Incirlik Instruction 08 DELIVERY TIMES 24 JAN 07 The following delivery times are established for delivery of item(s) for local vendors: MONDAY- THURSDAYS: 08:00 A.M. TO 3:00 P.M. FRIDAYS: 08:00 A.M. TO 2:00 P.M. All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of your payment. (End of Instruction) ADDENDUM ONE Addendum One 52.212-1, Instruction to Offerors - Commercial Add this information to the end of the clause ATTENTION POTENTIAL OFFERORS: IMPORTANT INFORMATION CONCERNING ELIGIBILITY FOR AWARD OF THIS SOLICITATION. 1. DUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY, THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY. THEREFORE, PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY WILL NOT BE CONSIDERED. 2. THIS SOLICITATION CAN BE ELECTRONICALLY ACCESSED AT THIS SITE. IT IS HIGHLY ENCOURAGED THAT YOU DOWNLOAD THE SOLICITATION DUE TO HARD COPY BEING UNAVAILABLE. 3. INTERESTED VENDORS MUST PROVIDE DETAILED INFORMATION INCLUDING THE FOLLOWING DOCUMENTATION STATING YOUR ABILITY TO PROVIDE THE REQUIRED SERVICES TO THE FOLLOWING INDIVIDUAL: Address for Vendors and Postal: 2Lt. Frank Boyce 39 TAAHHÜT BÖLÜGÜ BŻNA # 485 10cu TANKER ÜS KOMUTANLIGI, ADANA FAX: 011-90-322-316-1090 PHONE: 0-322-316-8075 (three lines) e-mail: frank.boyce@incirlik.af.mil REQUIRED DOCUMENTATION - GEREKLI BELGELER: a- TAX PAYERS LICENSE - VERGİ KAYDI SURETİ b- TRADE CHAMBER REGISTRATION - TİCARET ODASI KAYIT SURETİ c- SIGNATURE CIRCULAR - İMZA SİRKÜLERİ d- COMPANY REGISTRATION IF APPLICABLE - VAR ISE SIRKET SOZLESME SURETI e-CERTIFIED/AUTHORIZED RETAIL/RESELLER DOCUMENTATION FROM MANUFACTURER AND OR IMPORTER FOR REQUESTED SUPPLIES - TALEP EDILEN MALLARIN ÜRETICISI VEYA YETKILI ITHALATCISINDAN TEMIN EDILECEK YETKILI/ONAYLI PAREKENDE/SATICILIK BELGELERI. f-PHOTOCOPIES OF WRITTEN WARRANTY DOCUMENTS, IF APPLICABLE - GARANTI GEREKIYOR ISE GARANTI EVRAKLARI SURETLERI. g-A COMPLETED COPY OF 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS. This is a once a year requirement, the information is kept on file at 39th Contracting for one year. KONTRAT SARTNAME Madde 52.212-3, TEKLIF SAHIBINE AIT TEMSIL VE BELGELENDIRME BILGILERI BOLUMUNU TAMAMLAYIP, IMZA VE KASELIYEREK TEKLIFINIZ EKINDE TESLIM EDINIZ. Bu bilgiler yżlda bir kere ilgili satżn alma bölümüne teslim edilecektir, 39 Taahhüt Bölügü bu bilgilerin asżllarini dosyalayarak kendi bünyesinde saklayacaktżr. THE ABOVE DOCUMENTATION MUST BE TRANSLATED AND CERTIFIED IN ENGLISH AND WILL BE KEPT AS AN ATTACHMENT IN THE FOLDER. THESE DOCUMENTS WILL NOT BE RETURNED BACK TO THE ORIGINATORS. 5. FAILURE TO PROVIDE THE REQUIRED DOCUMENTS AND THE SOLICITATION PROPERLY FILLED, SIGNED, AND STAMPED MAY CAUSE YOUR OFFERS TO BE CONSIDERED, AND DETERMINED NON RESPONSIVE. 6. IF YOUR QUOTE IS OVER $25,000.00 PLEASE PROVIDE THE BELOW INFORMATION. YOUR COMPANY'S "DUNS" NUMBER:________________________________ If you do not have a DUNS number, you must contact "Dun and Bradstreet", at the numbers below to have one assigned, before your quotation will be considered: U.S.A. OFFICE: ISTANBUL OFFICE (Ms. Demet): Phone: 001 610-882-7741 Phone: 0-212-327-2238 FAX: 001 610-882-7140 FAX: 0-212-327-2243 WEBSITE: http://www.dbis/customer/custlist.htm
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2979f2b45ea2d5486e4937433a475264&tab=core&_cview=1)
- Document(s)
- Specifications
- File Name: WAWF INSTRUCTIONS (Vendor_Instructions_for_WAWF.doc)
- Link: https://www.fbo.gov//utils/view?id=9bdf3755eb126aa23cec6baa5b29cdc9
- Bytes: 40.50 Kb
- File Name: SPECIFICATIONS AND PHOTO (Zumro Specs AND Photo.doc)
- Link: https://www.fbo.gov//utils/view?id=3aadf7e9b3cf3ddce673b043e868a8e5
- Bytes: 33.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: WAWF INSTRUCTIONS (Vendor_Instructions_for_WAWF.doc)
- Place of Performance
- Address: Incirlik AB, Turkey, Adana, Turkey
- Record
- SN01659062-W 20080905/080903224916-2979f2b45ea2d5486e4937433a475264 (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 |