SOLICITATION NOTICE
R -- Know-Net2 Subscription Svc.
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Center Acquisition Innovation Frederick;Department of Veterans Affairs;7485 New Horizon Way;Frederick MD 21703
- ZIP Code
- 21703
- Solicitation Number
- VA79810RQ0066
- Response Due
- 5/14/2010
- Archive Date
- 7/13/2010
- Point of Contact
- Center for Acquisition Innovation - Frederick
- E-Mail Address
-
ew
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation RFQ VA798-10-RQ-0066 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. It is the Offerors responsibility to ensure that the quote is received. The North American Industry Classification System (NAICS) number is 541618 and the business size standard is $7.0. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH RESPONSE. This action is Unrestricted, Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, Women Owned and Small Disadvantaged businesses are encouraged to submit offers. See below for list of services and or equipment required. The Department of Veterans Affairs, Center for Acquisition Innovation (CAI) - Frederick Office has a requirement for a system for VA to improve asset management of billions of dollars of property, with methods to improve performance in logistics operations and policy compliance. PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY. UNIT UNIT AMOUNT NO. SUPPLIES/SERVICES PRICE 0001 1.00 YR _______________ ________________ Subscription Services: Period of Performance: Base Period: From date of award - One year; 1500 Authorized Users Access through an On-line portal; to include all deliverables in accordance with the incorporated SOW 0001A 1.00 LT _______________ _______________ Travel: Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel must be pre-approved by the COTR Sub-Total: _______________ 0002 1.00 YR _______________ ________________ Subscription Services: Period of Performance: Option Period: (1) One; One year from the end of the previous period of performance 1500 Authorized Users; Access through an On-line portal; to include all deliverables in accordance with the incorporated SOW 0002A 1.00 LT _______________ ________________ Travel: Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel must be pre-approved by the COTR Sub-Total: _______________ 0003 1.00 YR _______________ ________________ Subscription Services: Period of Performance: Option Period (2) Two One year from the end of the previous period of performance; 1500 Authorized Users; Access through an On-line portal; to include all deliverables in accordance with the incorporated SOW 0003A 1.00 YR _______________ ________________ Travel: Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel must be pre-approved by the COTR Sub-Total: _______________ 0004 1.00 YR _______________ ________________ Subscription Services: Period of Performance: Option Period (3) Three; One year from the end of the previous period of performance; 1500 Authorized Users; Access through an On-line portal; to include all deliverables in accordance with the incorporated SOW 0004A 1.00 YR _______________ ________________ Travel: Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel must be pre-approved by the COTR. Sub-Total: _______________ 0005 1.00 YR _______________ ________________ Subscription Services: Period of Performance: Option Period (4) Four One year from the end of the previous period of performance; 1500 Authorized Users; Access through an On-line portal; to include all deliverables in accordance with the incorporated SOW 0005A 1.00 YR _______________ ________________ Travel: Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Travel must be pre-approved by the COTR. Sub-Total: _______________ _______________ GRAND TOTAL --- ================ Location: This requirement can be met through an online nationwide training program. Such a system needs to be equipped with all of the dynamics necessary to meet all of the program objectives. The Contractor is responsible for all freight charges if any. Procurement for Annual Subscription/Services for E-learning Logistics Training - Statement of Work 1.0 Background and Purpose: In order to improve asset management of billions of dollars of property, the Department of Veterans Affairs (VA) Office of Acquisition and Logistics (OAL) requires performance improvement in its Logistics operations and policy compliance. This important requirement has been addressed in recent audits, as well as noted as an objective in VA strategic planning initiatives, training initiatives, and asset management program reports. The Office of Acquisition and Logistics, has responsibility for policy, compliance and to ensure training is available that will provide cost efficient knowledge, e-learning and performance support to its personnel in the Logistics field. This requirement can be met through an online nationwide training program. Such a system needs to be equipped with all of the dynamics necessary to meet all of the program objectives. A training tool such as Know Net 2 or an equivalent system that will provide a training program, dual e-learning systems, a format for performance support and access through an on-line portal will facilitate the improvement of asset management within VA's Logistics operations and policy compliance. Since this is an initial deployment, project planning, presentation and reporting support services are also required. 2.0 Scope of Work: Provide a system for VA to improve asset management of billions of dollars of property, with methods to improve performance in logistics operations and policy compliance. Such a system shall be made available through an annual subscription or annual services that shall support VA strategic planning initiatives, training initiatives, and asset management program reports. This system shall house VA policy and compliance requirements for the VA field logistical personnel to be able to access at anytime. The contractor will provide a nationwide training program for VA users through a dual e-learning environment that also provides program support. Such training must be cost effective and knowledge efficient in support of VA logisticians and their designees. In addition to the aforementioned requirements, upon subscription/services, the contractor shall provide tools/mechanisms which support internal project planning, presentations and required agency reports. Since this is an initial deployment for VA, the contractor shall also provide implementation/project planning, presentation and reporting support services for obtaining/reaching VA's e-learning goals regarding logistics support. By May 31, 2010, the contractor shall provide an existing product ready for immediate deployment for 1500 authorized users, accessible through an online portal. The contractor shall provide an implementation plan with a timeline that demonstrates how all tasks and required services will be accomplished. The contractor will provide an electronic instructional content for Logistics at the Federal level and provide the capability to integrate VA specific Logistics policies such as directives, handbooks, information letters, catalogs and notices. The contractor will provide Help Desk support 24 hours a day 7 days per week to include account initiation (username and password issuance) and account termination for each authorized user within seven days of request receipt. The contractor will provide an option to deploy online assessments to include pre-tests, practice exercises, practice tests and final tests in Personal Property Management. The contractor will provide its agency's customization version which integrates VA Logistics policies (directives, handbooks, information letters, and notices) into the Federal Personal Property Management instructional content. Also, the contractor will meet with VA personnel to create a project plan for deployment of all systems and internal resources and activities necessary for successful deployment of all assessments. Additionally, the contractor will provide an onsite summary presentation and report to VA project management on project metrics. This presentation will include a hard copy and an electronic presentation suitable for formal for presentation to senior management. 2.1 Product Requirement Provide an implementation plan for this contract. Demonstrate how you will coordinate all tasks and required services and the timeline for accomplishing them. 2.1.1 Provide electronic instructional content for Logistics at the Federal level (i.e. Federal Fleet Management, Federal Materiel Management, Federal Personal Property Management, and Federal Transportation Management) which integrates with Federal law, regulation, policy and guidance, provided in a dual e-learning and performance support format. (Note: VA will deploy Federal Personal Property Management instructional content initially, but require all functional areas be available for augmentation throughout the annual subscription term.) 2.1.2 Provide capability to integrate VA specific Logistics policies (directives, handbooks, information letters, catalogs and notices). (Note: Contractor will have the capability of providing VA Cataloging services which includes providing field logisticians with a VA Category Stock Number {CSN}) 2.1.3 Provide Help Desk support 24 hours per day, 7 days per week to include account initiation (username and password issuance) and account termination for each authorized user within seven days of request receipt 2.1.4 Manage content currency to include overall content updates as well as quarterly content currency check offs and updates on VA specific Logistics policies (directives, handbooks, information letters, catalogs and notices) 2.1.5 Provide option to deploy online assessments to include pre-tests, practice exercises, practice tests and final tests in Personal Property Management 2.1.6 Allow access 24 hours per day 7 days per week with uptime meeting industry standards. 2.2 Integration Requirement The contractor will deliver its agency's customization version which integrates VA Logistics policies (directives, handbooks, information letters, catalogs and notices) into the Federal Personal Property Management instructional content. The contractor will perform quarterly currency checks with VA OAL during the term of the subscription/services to assure that the directives, handbooks, information letters, catalogs and notices integrated are complete, correct and current. 2.3 Project Plan Requirement The contractor will meet with VA personnel to create a project plan for deployment of all systems as referenced above as well as identify all internal resources and activities necessary for successful deployment of assessments. Provide additional existing instructional content in Federal Fleet Management, Federal Materiel Management and Federal Transportation Management (as referenced above) in a dual e-learning and performance support format via VA -wide subscription/services project metrics. 2.4 Presentations and Reporting The Contractor will provide an onsite summary presentation and report to VA project management on project metrics by May 31, 2010. This presentation will include a hard copy and an electronic presentation suitable for formal presentation to senior management. 3.0 Type of Contract: Firm Fixed Price 4.0 Period of Performance: Base period of one year from date of award, with four 12-month option periods. 5.0 Specific Tasks and Deliverables: The Contractor shall perform all tasks assigned to develop the prescribed deliverables. The Contractor shall work closely with the COTR and his or her designate(s) throughout the performance of the resultant contract. The COTR will review progress under the work plan and schedule for each deliverable prior to commencement to ensure work is in compliance with specifications. All interactions with VA will be coordinated through the COTR, and all actions will be within the scope of this contact. 5.1 Deliverables General: Attend Post Award meeting with CO, COTR, OAL Staff and other VA stakeholders within two (2) working days after contract award to discuss the salient tasks required and a plan for carrying out such tasks successfully. As a result of this meeting, the contractor shall provide an implementation plan with a schedule that lists detailed tasks and sub-tasks required for accomplishing the work, including task duration, milestone dates, task dependencies, resource requirements, and planned dates for initial and final deliverables. Activities shall be in accordance with the SOW, and deliverables as described below. The VA will have 15 days after each deliverable date to review such deliverable for acceptance. 5.2 Schedule of Deliverables: Deliverable: a. 2.1 Provide an implementation plan for this contract. Demonstrate how you will coordinate all tasks and required services and the timeline for accomplishing them. Due Date: 6/14/2010 b. 2.1.1 Provide an electronic instructional content for Logistics at the Federal level. Due Date: 6/14/2010 c. 2.1.2 Provide capability to integrate VA specific Logistics policies (directives, handbooks, information letters, and notices) Due Date: Ongoing through period of performance d. 2.1.3 Provide Help Desk support to include account initiation (username and password issuance) and account termination for each authorized user within seven days of request receipt. Due Date: Initially 6/14/2010 and throughout POP. e. 2.1.4 Manage content currency to include overall content updates as well as quarterly content currency check offs and updates on VA specific Logistics policies (directives, handbooks, information letters, catalogs and notices) Due Date: 6/21/2010 f. 2.1.5 Provide option to deploy online assessments to include pre-tests, practice exercises, practice tests and final tests in Personal Property Management. Due Date: Initially 6/14/2010 and throughout POP g. 2.2 Provide your agency's customization version which integrates VA Logistics policies (directives, handbooks, information letters, catalogs and notices) into the Federal Personal Property Management instructional content. Due Date: 6/31/2010 h. 2.3 Meet with VA personnel to create a project plan for deployment of all systems and internal resources and activities necessary for successful deployment of all assessments. Due Date: 6/14/2010 i. 2.4 Provide an onsite summary presentation and report to VA project management on project metrics. This presentation includes the companion document and a formal electronic presentation for senior management. Due Date: 6/14/2010 5.3 Schedule for Deliverables If for any reason, the contractor cannot satisfy the requirements of any deliverable, the contractor shall provide a written explanation to the Contracting Officer. This written transmittal shall include a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall project. The contracting Officer will then review the facts and issue a response in accordance with applicable regulations. Throughout the performance of this contract the contractor will provide on-line access to the materials 24 hours a day, 7 days per week. The contractor will provide at a minimum 24 hours prior notice of any downtime for system upgrades or maintenance. In the event of any service disruption the contractor will employ all reasonable efforts to minimize the length and effect of such downtime. 6. Contractor Travel: Travel will be required to VA central office, Washington, DC for meetings, presentations, coordination, etc. In addition, travel may be required to various field facilities in order to acquire research information for development purposes. Any travel requires prior approval by VA's COTR or CO. Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations. Each contractor invoice must include copies of all receipts that support the travel costs claimed in the invoice. Travel must be pre-approved by the COTR. Travel must be priced separately in the price schedule. Local travel within a 50-mile radius from the contractor's facility is considered the cost of doing business and will not be reimbursed. This includes travel, subsistence, and associated labor charges for travel time. Travel performed for personal convenience and daily travel to and from work at the contractor's facility will not be reimbursed. Travel, subsistence, and associated labor charges for travel time for travel beyond a 50-mile radius of the contractor's facility are authorized on a case-by-case basis and must be pre-approved by the Contracting Officer. 7. Government Furnished Equipment and Facilities There is no Government furnished equipment or facilities required for the performance of this contract. 8. Changes to Statement of Work Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 9. Section 508 - Electronic and Information Technology Standards All electronic and information technology deliverables rendered under this contract must comply with Section 508 of the Rehabilitation Act and the Access Board Standards. 10. Contract Administration The VA Office of Acquisitions and Logistics (OA&L) will retain all contract administration functions. After award of contract, all inquires and correspondence relative to the administration of the contract shall be addressed to the attention of the Contracting Officer: Contracting Officer (CO) Name: Burzie Baker, Department of Veterans Affairs, CAI - Frederick, 7485 New Horizon Way, Frederick, MD 21703; Email:Burzie.Baker@va.gov Contracting Office Technical Representative (COTR) Name: James Teal, Department of Veterans Affairs, 810 Vermont Avenue, NW Rm. 718J, Washington, DC 20420; Email: James.Teal@va.gov 11. Invoicing Information: Austin Financial Service Center, P.O. Box 149971, Station # 101, Austin, TX 78714-8971. Each contractor invoice for travel must include copies of all receipts that support the travel costs claimed in the invoice. Standard Invoice Format Requirements - Invoices shall be submitted on a yearly basis at the beginning of the period of performance. Invoice discrepancies shall be submitted within sixty (60) days from the last day of the invoice period. Invoices shall be submitted to the COTR on Standard Form 1034 (Public Voucher for Purchases and Services Other Than Personal) All invoices must be faxed to Austin for processing. Invoices shall specify the billing period, project title, IFCAP purchase order number, contract number, travel details and any other supporting information and documentation. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item. 52.213-2 Invoices (Apr 1984); 52.217-8 Option To Extend Services (Nov 1999); 52.217-9 Option To Extend The Term Of The Contract (Mar 2000); 52.233-3 Protest After Award (Aug 1996); 52.252-2 Clauses Incorporated By Reference (Feb 1998); VAAR 852.203-70 Commercial Advertising (Jan 2008); VAAR 852.237-70 Contractor Responsibilities (Apr 1984); VAAR 852.273-75 Security Requirements For Unclassified Information Technology Resources (Interim - October 2008); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); Solicitation Provisions: Addendum To Far 52.212-1 Instructions To Offerors --- Commercial Items - Sub-Part 13.5 Test Program; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008); VAAR 852.233-71 Alternate Protest Procedure (Jan 1998); VAAR 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (Jan 2008); VAAR 852.270-1 Representatives Of Contracting Officers (Jan 2008); VAAR 852.273-70 Late Offers (Jan 2003); VAAR 852.273-74 Award Without Exchanges (Jan 2003). The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. We reserve the right to make award without discussion. Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. This is a best value procurement. The following factors will be used to evaluate the offers: (1) Technical Evaluation - Each offeror is responsible for submitting a detailed description of how the requirement will be accomplished in accordance with the terms and conditions of the SOW. This is to be submitted as a separate document from the price quote. The Government shall be evaluating offerors on the basis of the material presented in the written quote. The offeror's quote shall contain: (A) responses tailored specifically to the evaluation factors listed in the solicitation; (B) written in plain language (VA prohibits the use of elaborate technical proposals); (C) limited to a total of 15 pages in 12-point font. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. (2) Past Performance - Demonstrating the same or similar service as service required in this solicitation. The past performance evaluation will consider reliability of past performance information, source of information, and the relevance of information. Offerors shall include sources for previous contract work for the same or similar services as specified in the statement of work. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. Describe your overall reputation for satisfying customers and your commitment to customer satisfaction. Describe problems encountered in past performance and corrective action taken to overcome such problems on contracts comparatively similar to the requirements of this solicitation. Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. Government evaluators reserve the right to contact any of the provided references to solicit additional information or clarification regarding the Offeror's past performance. The Contracting Officer and/or technical evaluators may also research Offeror performance on any federal, state, local or commercial contract performance of the Offeror that is known to the Contracting Officer and/or technical evaluators, but not included as a reference on a submitted proposal. Note that Government evaluators may also utilize various federal, state, and local past performance databases including, but not limited to, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), and DLA's Mechanization of Contract Administration Services (MOCAS) system. Where no Past Performance Questionnaire form is received the rating for that Questionnaire will be neutral. In the event that no Past Performance questionnaires are received for an Offeror, the Government will give the Offeror a neutral rating. 3. Socioeconomic Status - To the maximum extent feasible, the Contractor and any sub-Contractors will comply with VA's Service Disabled Veteran-owned Small Business (SDVOSB) and, Veteran-owned Small Business (VOSB) socio-economic and other small business goals, including, but not limited to 38U.S.C. 8127 and 8128 of Public Law (PL) 109-461. In an effort to achieve socioeconomic small business goals, VA will evaluate Offerors based on their SDVOSB or VOSB status, and their proposed use of eligible SDVOSB or VOSB as subcontractors. Eligible SDVOSB Offerors will receive full credit, and Offerors qualifying as VOSB businesses will receive partial credit for the SDVOSB or VOSB status evaluation factor, if included in the proposal. In order to receive credit an Offeror must be registered in VetBiz.gov Vendor Information Pages (https://www.VetBiz.gov). The VA shall accord extra evaluation credit or value to Offerors which are SDVOSB or VOSB. To receive credit an Offeror (if a prime) or a veteran firm used as a subcontractor must be registered and verified in VetBiz.gov Vendor Information pages. Non-veteran Offerors proposing to use SDVOSB or VOSB businesses as subcontractors in proportions which meet or exceed the VA subcontracting goals for these firms (regardless of business size) will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered in the VetBiz.gov vendor information pages (VIP) (http://www.vetbiz.gov). Evaluation Factor Commitments: The Offeror agrees, if awarded a contract, to use the service-disabled veteran owned small businesses or veteran owned small businesses proposed as subcontractors in accordance with the Service-Disabled Veteran owned and Veteran owned Small Business Evaluation factor or to substitute one or more service disabled veteran owned small businesses or veteran owned small businesses for subcontract work of the same or similar value. a. The Offeror is a prime, performing at least 51% of the work proposed and is a properly certified and registered SDVOSB. b. The Offer is a prime performing at least 51% of the work proposed and is a properly certified and registered VOSB. c. The Offeror is neither an SDVOSB or VOSB but has proposed to use SDVOSBs and or VOSBs as subcontractors in proportions that meet or exceed the VA subcontracting goals, identified intended SDVODSB and VOSB subcontractors by name, confirmed that they are registered in the VetBiz Vendor Information Pages, and provided a brief description of the proposed subcontracts and approximate dollar values. d. The Offeror is neither an SDVOSB or VOSB, nor has the Offeror proposed to use either as subcontractors in proportions that meet or exceed the VA subcontracting goals, indentified intended SDVOSBs and VOSBs by name, confirmed that they are registered in the VetBiz Vendor Information Pages, and provided a brief description of the proposed subcontracts. (3) Price - Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the services offered. The non-price evaluation factors of Technical Capability, Past Performance and Socio-economic status are in descending order of importance. The combined non-price factors are significantly more important than price. A completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items shall be submitted with the offer as applicable unless you have a current and valid registration in the Online Representation and Certification Application (ORCA) database. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses (b): 15,16,18,19,21,22,23,24,27,29,31,37 and (c) 6. 52.222-52 Exemption from Application of the Service Contract Act for Certain Services - Certificate. Attention: You must be registered in CCR to be considered for award. The offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Vets100 Registration is required via http://www.vets100.com. The Federal Contractor Program requires that any contractor receiving a contract from the federal government in the amount of $100,000 or more or any subcontractor receiving a contract in the amount of $100,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (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. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., small business, disadvantaged business or woman owned business). Offers must be received no later than 12:00 NOON, eastern daylight time on Friday, 14 May 2010. The point of contact is Wanda Y, Edwards, Contract Specialist at wanda.edwards@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/VA79810RQ0066/listing.html)
- Record
- SN02143674-W 20100509/100507234658-572de889e7d4f20eae470e0cae008633 (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 |