DOCUMENT
V -- FURNITURE MOVING - Attachment
- Notice Date
- 3/22/2018
- Notice Type
- Attachment
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- 36C10E18Q0129
- Response Due
- 3/30/2018
- Archive Date
- 7/7/2018
- Point of Contact
- Gregory Stevens
- E-Mail Address
-
gregory.stevens@va.gov
(gregory.stevens@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items 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. The Simplified Acquisition Procedures of FAR Subpart 12.6 and FAR part 13 are being used to conduct this procurement. 36C10E18Q0129 The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-97 This solicitation is set-aside exclusively for Service Disabled, Veteran-Owned Small Business (SDVOSB) concerns. To be considered for award prospective offerors must be a verified SDVOSB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAICS Code for this solicitation is 484210 Used Household and Office Goods Moving, Business Size Standards $27.5 Million. The Contractor shall provide Furniture Relocation services in accordance with the attached Statement of Work (SOW). BIDDERS SHALL COMPLETE THE ATTACHED PRICE SCHEDULE Description of Requirement STATEMENT OF WORK The Detroit Regional Office of the U.S. Department of Veterans Affairs Veterans Benefits Administration (VBA), 477 Michigan Ave., Detroit, MI has a requirement for professional office relocation services for a renovation project currently scheduled for April 23, 2018 through May 25, 2018. The Contractor shall be required to provide the following services: 1. SCOPE OF WORK The Contractor shall provide Move Planning Services (including documents) to address the Swing Phase 1 tasks to complete the Phase 1 13th and 14th floors renovation project. The Contractor shall be part of the renovation construction team and shall follow the construction team s schedule. The Contractor shall be required to work directly with construction team and the primary VBA Point of Contact as designated by the Contracting Officer. The Contractor shall provide a Move Plan Project Manager on site for duration of the reconfiguration. The Contractor shall accommodate any changes in the dates of performance listed herein as said dates are subject to change slightly as the renovation project progresses, although the duration of the project should remain consistent. The Contractor s schedule shall be determined by the renovation construction schedule. a. The Government will provide the Contractor with floor plans showing the current furniture and equipment layout of the areas to be relocated. (see the inventory list attached to this solicitation which lists miscellaneous furniture and equipment for the 14th floor, and the 13th floor) b. At the Government s discretion, the Contractor shall be required to attend a post award initial site visit to verify inventory of furniture and equipment, and review the construction schedule of the renovation project. The move plan for Swing Phase 1 is to be completed within 25 business days of award. Disassembly and reassembly of the workplaces on the 14th floor shall be performed over the weekend of April 27-29, 2018. c. The successful Contractor shall disassemble and reinstall furnishings on the 14th floor, Support Service Division (SSD) area, and disassemble furnishings on the 13th floor and move product to a designated storage to be determined. The Contractor shall include all costs associated with this effort in their price quote. The Detroit Regional Office will be responsible for removing all excess furniture to be disposed. d. For all phases of the renovation project of the physical move the freight elevator will be available on a first come first serve basis. The Contractor is not permitted to use passenger elevators. The dimensions of the freight elevator are as follows: Freight elevator door opening: 5 W x 7 6 H (1.52mW x 2.28mL) Freight elevator Cab: 6 x 4 W x 9 L x 8 6 H (1.93mW x 2.74mL x 2.59mH) Capacity: 6,000lbs (2720Kg) The Contractor shall use the freight elevator to move disassembled furnishings to be retained and stored as well as for removal of debris upon completion of the project. Freight elevators have a lock-out function for uninterruptable transport of material. The Contractor shall provide a dumpster or truck to be used for the removal of debris from the floors. 2. The Contractor shall provide physical move services as follows, noting that these are close estimates, approximations and assumptions. The Contractor shall be required to create a professional move plan, as well as professionally manage and execute said plan: Swing Phase 1- (14th floor SSD) April 23, 2018-April 30, 2018 The Contractor shall provide and distribute 450 boxes; one (1) roll of 500 color coded removal labels, and 50 black Sharpie markers to the Support Services Division (SSD). The Contractor shall provide the relocation of mail room furniture and equipment as directed by the VA Point of Contact designated by the Contracting Officer. The Contractor shall complete the following tasks including moving all employee boxes necessary for: the disassembly and relocation of 8 Haworth cubicles, 8 x 8 ; the disassembly of 2 Haworth 9 x 12 cubicles; the disassembly of one freestanding modular furniture private office; the installation of 7 cubicles in vacated forms/supply room; the installation of 1 freestanding modular workplace in the vacated secure supply room; the installation of one cubicle in the mail room; the partial installation of 1 cubicle in mail room; the miscellaneous moving of 12 empty 42 wide by 5 tier high lateral files; the move of 450 loaded boxes to new location; clearing the floor of all debris; Swing Phase 1 (13th Floor East VSC) April 23, 2018-April 26, 2018, and May 1, 2018-May 16, 2018 the disassembly and relocation of 48 Haworth cubicles, 8 x 8, to a 27th floor designated storage area, and provide staging of the components for reuse; the disassembly and relocation of two (2) freestanding modular furniture private offices, 9 x 9 to designated storage on the 27th floor for possible reuse; the miscellaneous moving of furniture to be retained in swing space west; and clearing the floor of all debris. 2. PERIOD OF PERFORMANCE Swing Phase 1 April 23, 2018 May 25, 2018 Dates subject to shift based upon physical construction schedule. 3. SPECIFICATIONS a. Necessary Components: i. The Contractor shall accept that on-site conditions may include: narrow hallways/stairs/access to building/ loading dock and that said conditions, including location of elevators, may affect the execution of the move. If furniture or other property is at origin and is already boxed the Contractor can move the furniture in those boxes; however, the Contractor assumes all responsibility for damage of the contents of anything moved in boxes which is not inspected first by the Government. Failure or neglect in becoming familiar with conditions at all move locations shall not relieve the Contractor from performing the services specified herein. The Contractor shall identify to the Government all existing damage to buildings and property on a walkthrough prior to the start of work by the Contractor. The Government and the Contractor shall utilize a method of marking or noting existing damage such as colored tape, a prepared list, or some other mutually agreeable means. The Contractor shall be responsible for any damage not previously noted which is caused as a result of the move. The Contractor shall verify freight elevator size during initial walkthrough of the buildings. ii. Moving Services: The Contractor shall perform all services required to remove existing office furniture, equipment, and related supplies (at times hereinafter called "property") from the existing location(s), transport the property to the designated areas within the new location and place them in accordance with the direction and timelines provided by the VA Point of Contact designated by the Contracting Officer. iii. The Contractor shall provide a project manager for the duration of any move. The Contractor s project manager shall be responsible for directing the daily activities of the workers provided for the move and installations. This individual shall also be responsible for coordinating phases of the move/installations on a daily basis with the VA Point of Contact designated by the Contracting Officer. iv. The Contractor shall perform packing and/or crating necessary for the protection and safe transport of the property to be moved. v. Computer and hi-tech equipment shall not the responsibility of the Contractor. vi. The Contractor shall ensure lateral filing cabinets can only have the bottom drawer full. vii. The Contractor shall ensure the contents of file areas are labeled and maintained in proper sequence. viii. The Contractor shall not be responsible for packing. ix. Appropriate packing materials and labeling shall be provided by the Contractor, and no deductions will be taken for packing performed by the Government. x. The Contractor shall be responsible for removing moving and packing materials from the premises once items are unpacked and placed in their final locations and as directed by the ordering agency. xi. Disassembling, Reassembling, and Special Handling of Property 1. The Contractor shall disassemble property when necessary for safe and efficient transportation, as determined by the Government. The Contractor shall reassemble property after transporting to the new location. 2. The Government will arrange to have electronic equipment disconnected and disassembled at origin then reconnected and reassembled at the destination. xii. Materials and Equipment 1. The Contractor shall furnish all packing containers and related supplies including boxes, crates, cartons, crating material, padding material, marking material, sealing tape, and color-coded marking tags to the moving activity. It shall be the responsibility of the Contractor to determine the number and size of packing containers to be utilized for individual relocations. The Contractor shall make delivery of same at no extra cost to the Government and shall provide for up to 10% additional supplies. 2. The Contractor shall use materials and supplies that contain recovered environmentally preferable and bio-based products feasible. 3. The Contractor shall ensure supplies, materials and/or equipment shall be delivered to the Detroit Regional Office far enough in advance of the move to guarantee timely start and completion of the move. The Contractor shall verify the timeframe during the post-award initial walkthrough. 4. The Contractor shall ensure all materials are of a quality sufficient to ensure protection of the property. 5. The Contractor shall remove all related padding, packing, empty containers, crating materials and related rubbish from the premises of as directed by the Government. The Contractor shall ensure all contractor generated trash is removed from both origin and destination locations on the day of the move to include pick up of empty containers within two (2) business days after the move date unless previous arrangements have been made. The Contractor shall pick up all left behind packing materials for use in future moves. 6. The Contractor shall furnish dollies, hand trucks, book-carts, typewriter/computer carts, and glass packing/cartons, and any other type of equipment commonly used for relocation services and shall ensure hand trucks, dollies and book carts have soft rubber wheels. NO metal or hard rubber wheels shall be used in the performance of this contract. xiii. Vehicles: The Contractor shall furnish clean and mechanically sound, closed-type vehicle(s) of sufficient size to accommodate the shipment and properly licensed personnel to operate such vehicle(s). Vehicle(s) shall be in good repair and in compliance with all federal, state, and local laws and regulations for operation. All vehicles shall be equipped sufficiently with clean pads, covers, and other protective equipment to ensure safe transit and delivery of property. The Government may reject any vehicle that is determined to be mechanically incapable of adequately protecting the government's property. However, failure to do so shall not release the Contractor from liability and from any damage caused by usage of such. The Contractor shall obtain necessary clearances or permits, if any, which may be required by the local municipality. xiv. Drivers: The Contractor shall ensure personnel are properly licensed and insured. The Contractor is responsible for all traffic tickets, parking violations, fines or citations received. xv. Scheduling and Protection: The Contractor shall: 1. Make all arrangements for all services and facilities needed to accomplish the move(s) at original site(s) and new site location(s). This may include elevator service, access to building, and parking and loading facilities. This may be done through the building owner/manager and/or VA Point of Contact designated by the Contracting Officer. The Government will not be liable for the Contractor's failure to make adequate arrangements for any or all services and facilities needed for a move. 2. Coordinate moving hours with the VA Point of Contact designated by the Contracting Officer. 3. Obtain necessary clearances or permits, if any, which may be required by the local municipality for parking on streets during loading or unloading phases of the relocation. 4. Furnish padding, plywood, Masonite, heavy gage plastic and/or other protective material for the protection of the interior of the buildings and floors. The freight elevator being used is unfinished and protected w/plywood. The Contractor shall take care not to damage the car, doors, control panel, etc. A walkthrough of the areas, stairwells, floors, and elevators will be conducted to record the condition before any moving takes place. Note: When moves are taking place in buildings designated as historically significant, special care shall be taken by the Contractor to ensure that the building interior and items such as irreplaceable works of art (statues, murals, paintings, carving, etc.) are protected from damage. 5. The Contractor shall transport filing equipment in an upright position with file cabinet drawers secured against opening by strapping or other means and shall use suitable padding between the cabinets to prevent rubbing or chafing. 6. The Contractor shall be responsible for the day-to-day inspection and monitoring of all work performed to ensure compliance with the contract requirements and shall provide a daily status report (when work is performed) to the VA Point of Contact designated by the Contracting Officer. b. Standard Components i. The Contractor shall furnish all planning documents, lists, procedures and perform all services necessary to provide office relocation planning services. ii. The Contractor shall provide commercial office relocation services by providing all planning, oversight, labor, materials, and equipment necessary to accomplish the work. iii. The Contractor shall furnish all vehicles, insurance, fuel, driver, supervision, maintenance, equipment, and operating supplies/ services, and perform all services necessary to provide office relocation services. iv. The Contractor shall ensure that its firm and staff maintain any generally required professional certification, accreditation, license, and proficiency relative to their area of expertise. The Contractor shall retain documentation of such records. The Government will not pay any expenses to meet this requirement. v. The Contractor shall furnish and maintain, in a fully functional manner, a mobile cellular communication system. This telephone system shall be used by the Contractor's on-site supervisors to instantly communicate with the Project Manager, the VA Point of Contact designated by the Contracting Officer, and other parties 24 hours a day, 7 days per week. Mobile telephone numbers shall be provided to the VA Point of Contact designated by the Contracting Officer five days after award. The contractor shall immediately notify the VA Point of Contact designated by the Contracting Officer of any changes in any of these telephone numbers. 4. PLACE OF PERFORMANCE The place of performance shall be the Detroit Regional Office of the Veterans Benefits Administration, Department of Veterans Affairs located in the McNamara Federal Building, 477 Michigan Avenue, Detroit, MI 48226. Loading dock hours are 7:30 am 3:00pm M-F. Loading dock specifications are as follows: 14 Clearance; only a 40 or shorter trailer will fit; no 53 trucks allowed: (The truck cannot exceed 40 ft. (12.19 meters) to navigate around staggered concrete barriers on the street approach to the dock entrance. The truck cannot exceed 12 feet, 10 inch (3.66 meters) high, which is the height of the shipping door); Availability is on a first come first serve basis and the area is not for private parking or storage Building hours are 7am until 5pm, although there can be some flexibility with building hours in order to complete moving in the most expeditious manner. This will be determined by mutual agreement of the Contractor and the VA Point of Contact designated by the Contracting Officer. 5. SECURITY REQUIREMENTS a. The Contractor shall comply with all security requirements and directions provided by the Contracting Officer and/or the VA Point of Contact designated by the Contracting Officer. All supervisory or management contractors must receive a favorable suitability determination, security clearance, and/or meet all security requirements, as required by Homeland Security Presidential Directive -12 (HSPD-12) prior to reporting to work or performing work under this contract. During the initial site visit by the Contractor s project manager and any other Contractor personnel, government personnel will escort the Contractor personnel during the visit. Upon Contractor personnel s first visit to the Detroit Regional Office the Contracting Officer or VA Point of Contact designated by the Contracting Officer will escort the Contractor to the VBA HR office where HR will take fingerprints and complete the required paperwork w/ the contractors. In approximately three (3) business days each Contractor personnel will then receive an email at the email account they provided during the initial HR visit. The email will come from the VBA s centralized HR office. This email will ask the Contractor personnel to each complete an eQip questionnaire. Within seven (7) business days the Contractor personnel will need to complete their eQip questionnaire. Contractor personnel who receive favorable fingerprint results will be issued temporary badges to access the Detroit Regional Office and will be permitted to begin work while their background investigation progresses. b. The Contractor s project manager and/or supervisor shall be responsible for the behavior and whereabouts of their employees while on site. All Contractor personnel to be onsite shall complete the VA s training on the current rules of behavior/regulations applicable to the premises. These rules and regulations shall apply to all Contractor personnel while working on the premises. (see the TRAINING section below) The Contractor shall be responsible for confining their personnel and their work to the designated project areas. The Contractor shall also be responsible for ensuring their personnel are always wearing their temporary badges in plain sight. d. The Contractor shall ensure each temporary badge shall be signed out by the offeror and subsequently turned into the Detroit Regional Office upon completion of the project. 6. ASBESTOS AWARENESS REQUIREMENTS: a. The Contractor shall sign an Asbestos Contractor Awareness Form. The Contractor can also look at the buildings ACM report in the maintenance office before they sign the form. The Contractor shall take all precautions necessary not to damage federal property. 7. POINTS OF CONTACT: a. VBA Project Manager: Contact info to be released to winning bidder b. VA Point of Contact as designated by the Contracting Officer: Contact info to be released to winning bidder All work is to be coordinated through the Detroit Regional Office POC. Period of Performance: Base: April 23, 2018 May 25, 2018 FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) FAR 52.212-2, Evaluation Commercial Items, applies to this solicitation. 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: price, past performance and technical capability. Offerors shall provide past performance references for past contracts in which they performed the same or similar type requirement as defined in the Statement of Work above. Past performance references shall include the date of the contract, the approximate dollar value and contact information for a reference who has knowledge of the Contractor s performance. In order to demonstrate technical capability, Contractors shall submit a brief statement detailing their firm s experience assembling and disassembling cubicles and in particular, any experience with Haworth Incorporated s UniGroup Series. FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Offerors shall submit a completed copy of FAR 52.212-3 with its Offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this solicitation. The following provisions and clauses are added as addenda: 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-18 Commercial and Governmental Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service Disabled, Veteran-Owned Small Business Set-Aside (DEVIATION) (JUL 2016) Limitations on Subcontracting - Monitoring and Compliance This solicitation includes VAAR Clause 852.219-10, VA Notice of Service Disabled, Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) 52.212-5, Terms and Conditions Required to Implement Executive Orders Commercial Items, applies to this solicitation. The following provisions and clauses are selected as appropriate to this solicitation: Paragraph b clauses applicable: (22) 52.219-28 Post-Award Small Business Program Representation (DEC 2015) (25) 52.222-3 Convict Labor (June 2003) (E.O. 11755) (27) 52.222-21 Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26 Equal Opportunity (APR 2015) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50 Combating Trafficking in Persons (MAR 2015) (42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (55) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (57) 52.232-36 Payment by Third Party (MAY 2014) (31 U.S.C. 3332). Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (5) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) (9) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). N/A N/A Offers are due not later than March 30 by 3:00 PM Eastern Time. Offers shall be submitted electronically to email address gregory.stevens@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation 36C10E18Q0129. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above section x. (unless already completed when registering at www.SAM.gov) along with your quote. Offerors shall ensure the following information is also on their written quote: Unit Price, Extended price, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNs Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award For additional information, please contact the Contracting Officer, Gregory Stevens at gregory.stevens@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18Q0129/listing.html)
- Document(s)
- Attachment
- File Name: 36C10E18Q0129 36C10E18Q0129_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169106&FileName=36C10E18Q0129-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169106&FileName=36C10E18Q0129-000.docx
- File Name: 36C10E18Q0129 Price Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169107&FileName=36C10E18Q0129-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169107&FileName=36C10E18Q0129-001.xlsx
- File Name: 36C10E18Q0129 Inventory List.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169108&FileName=36C10E18Q0129-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169108&FileName=36C10E18Q0129-002.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10E18Q0129 36C10E18Q0129_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4169106&FileName=36C10E18Q0129-000.docx)
- Record
- SN04864424-W 20180324/180322231856-23ef91b67a98930d288eacba91c8b1a6 (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 |