Logistics Civil Augmentation Program - PowerPoint PPT Presentation

1 / 55
About This Presentation
Title:

Logistics Civil Augmentation Program

Description:

... on http://www.amc.army.mil/dcs_logistics/lg-ol/index.html ... Command Post Exercise (CPX) Field Training Exercises (FTX) 24. Statement Of Work. continued ... – PowerPoint PPT presentation

Number of Views:223
Avg rating:3.0/5.0
Slides: 56
Provided by: HQO2
Category:

less

Transcript and Presenter's Notes

Title: Logistics Civil Augmentation Program


1
LOGCAP
Logistics Civil Augmentation Program
Welcome to Pre-Proposal Conference April 19,
2001
2
Agenda
1230-1300 Registration Administrative
Remarks MAJ Hirniak Contract Requirements Ms.
Watkins Break SOW Mr. Terhune Break
Proposal Submission/Evaluation Mr.
Bartholome Break Question Answer
Session 1600 Closing    
LOGCAP - A Flexible Alternative for Supporting
the Force
3
Rules of Engagement
  • Break Area
  • Restrooms
  • Cell phones and pagers in the silent mode
  • Questions Use 5 by 8 Cards
  • Sidebar Sessions Take Outside of Conference Area
  • Insure You Have Registered

LOGCAP-A Flexible Alternative for Supporting the
Force
4
Conference Purpose
  • Ensure Vendors are familiarized with
  • Solicitation Requirements
  • Proposal Documentation to be Submitted
  • How Proposals will be Evaluated
  • Site Visit of the Force Provider Training Module
    at Ft Polk, LA
  • More information on the LOGCAP program can be
    seen on http//www.amc.army.mil/dcs_logistics/lg-o
    l/index.html

LOGCAP-A Flexible Alternative for Supporting the
Force
5
Force Provider Site Visit
  • Dress Appropriate to the outside environment for
    this region
  • Walking Shoes are recommended
  • Bus Departure from Hotel
  • Expected Return
  • If you miss the bus, no POVs are allowed at the
    Force Provider Site.

6
Milestones
  • Issue Sources Sought 09 Jan 01
  • Issue Draft SOW 19 Jan 01
  • Industry Day 22 Feb 01
  • Issue Draft RFP 02 Mar 01
  • Pre-Proposal Conference 19 Apr 01
  • Force Provider Site Visit 20 Apr 01
  • Issue Final RFP 25 Apr 01
  • Proposals Due 06 Jun 01
  • Contract Award 14 Nov 01
  • Current Contract Expires 31 Jan 02

7
LOGCAP Logistics Civil Augmentation
Program Pre-Proposal Conference Contract
Requirements
Mary Beth Watkins PCO/AMSOS-CCS 309-782-6061 Watki
nsm_at_osc.army .mil
April 19, 2001
LOGCAP-A Flexible Alternative for Supporting the
Force
8
Solicitation Status
  • Documents posted on the OSC web site
  • www.osc.army.mil
  • Click through Business Employment
    Opportunities, AAIS (Selling to OSC),
    Solicitation Information, Draft Solicitations,
    LOGCAP
  • RFP will be released electronically
  • Email notification will be provided to all
    registered vendors

LOGCAP-A Flexible Alternative for Supporting the
Force
9
Contract Type
  • 1-year base with 9 one-year options
  • Indefinite Delivery-Indefinite Quantity
  • All contract requirements awarded by individual
    Task Order
  • Firm-Fixed Price
  • Plans, FP Management, Project Management
    Exercises/Missions
  • Cost Plus Award-Fee or Cost Plus Fixed-Fee
  • Plans, EVENT Execution, FP Training,
    Exercises/Missions
  • Govt right to convert to Firm Fixed Price

LOGCAP - A Flexible Alternative for Supporting
the Force
10
Solicitation DAAA09-01-R-0068
  • Return Original and 1 Signed copy of the Standard
    Form 33, Solicitation, Offer and Award
  • Proposals must be received NLT 1300, 06 Jun 01
  • Address Offers to
  • HQ, Operations Support Command
  • AMSOS-CCS
  • Building 390, Basement, NE Corner
  • Rock Island IL 61299-6000

LOGCAP-A Flexible Alternative for Supporting the
Force
11
MIN/MAX
  • Minimum requirement-
  • Worldwide Management and Staffing Plan (WMSP)
    including the Interim Brigade Combat Team (IBCT)
    Annex
  • CLINs 0001AA, 0001AB, and 0001AC
  • Maximum requirement-
  • While the locations and types of support
    required in a given year may be varied and may
    include a mix of Major Regional Contingencies
    (MRCs), small scale contingencies, or other
    efforts identified in the SOW, the Governments
    maximum level of support shall not exceed the
    equivalent of two (2) MRCs plus one (1)
    small-scale contingency per year for the life of
    the contract.

LOGCAP-A Flexible Alternative for Supporting the
Force
12
Contract Line Item Numbers (CLIN)Requirements
  • Worldwide Management Staffing Plan (WMSP)
  • WMSP w/IBCT Annex
  • Program Management
  • LOGCAP Database
  • Regional Management Plans
  • CINC/ASCC Support Plans
  • Exercise Participation
  • Event Execution/Support
  • AMC Directed Missions
  • Force Provider OM
  • Force Provider-Deployment
  • Army Oil Analysis Program (AOAP)
  • Test Measurement Diagnostic Equipment (TMDE)
  • Fly Away Communications Package
  • Other Missions

LOGCAP - A Flexible Alternative for Supporting
the Force
13
CLIN Submission
  • To be Determined CLINs will be awarded at a
    later date per Individual Task Order
  • Prices must be submitted for CLINs
  • Basic LOGCAP Support 0001AA, 0001AB, 0001AC,
    Total for CLIN 0001 for Base Year and ALL Option
    Years
  • Force Provider OM 0006AA for Base Year and ALL
    Option Years
  • CPAF 0009AA, 0009AB, and Total for Base Year
    ONLY
  • CPFF 0010 for Base Year ONLY

LOGCAP-A Flexible Alternative for Supporting the
Force
14
Award Fixed Fee CLINs
  • 0009 Award Fee 
  • 0009AA Base Fee __________
  • Contractor to propose fee to be used for the
    life of the
  • contract for CLINs pertaining to Award Fee (Not
    to Exceed 0 to 2)
  • 0009AB Earned Fee __________
  • Contractors to propose fee to be used for the
    life of the
  • contract for CLINs pertaining to Award Fee (Not
    to Exceed 0 to 8)
  • Total Award Fee __________
  • (Base and Earned Fee combined can not Exceed
    8)
  •  
  •  0010 Fixed Fee __________
  • Contractor to propose fee to be used for the
    life of the
  • contract for CLINs pertaining to Fixed Fee (Not
    to Exceed 5)

LOGCAP-A Flexible Alternative for Supporting the
Force
15
Full Text Clauses
  • Full Text Clauses no longer included
  • Same Force and Effect
  • Where text has been removed, replaced with 3
    asterisks ()
  • Have 6 or 7 as 3rd digit of clause (AS7000)
  • View or Copy Clauses/Provisions at
  • www.osc.army.mil/ac/aais/ioc/clauses/index.htm

LOGCAP-A Flexible Alternative for Supporting the
Force
16
Section H-Special Provisions for Peacetime
Contracts
  • Management
  • Logistics Support Element
  • Risk Assessment Mitigation
  • Force Protection
  • Central Processing and Departure Point
  • Standard Identification Cards
  • Medical
  • Clothing and Equipment Issue
  • Weapons and Training
  • Vehicle and Equipment Operation
  • Passports, Visas and Customs
  • Reception, Staging Onward Movement and
    Integration
  • Living under Field Conditions
  • Morale, Welfare Recreation
  • Status of Forces Agreement
  • Pay
  • Tour of Duty/Hours of Work
  • On Call Duty or Extended Hours
  • Health and Life Insurance
  • Next of Kin Notification
  • Return Procedures
  • Purchasing Resources
  • Special Legal

LOGCAP-A Flexible Alternative for Supporting the
Force
17
Section H-Award Fee
  • Non-Fee Bearing Costs
  • Material Cost Option
  • Criteria
  • Delivery Adherence to Schedule, Response to
    Govt changes, Coordination and Inspection
  • Quality of Performance Contractor Compliance,
    Utilization of Personnel, Initiative
  • Cost Cost Control, Performance to Cost Estimate,
    Cost Avoidance Measures

LOGCAP-A Flexible Alternative for Supporting the
Force
18
Points of Contact
 
  • Questions and Comments Submit in Writing to
  • Mary Beth Watkins watkinsm_at_osc.army.mil
    309-782-6061
  • Dick Terhune terhuned_at_osc.army.mil
    309-782-8589
  • Address U.S. Army, Operations Support Command
  • ATTN AMSOS-CCS
  • Rock Island, IL 61299-6000 Fax
    309-782-2673
  • OSC Web Site www.osc.army.mil
  • Click through Business Employment
    Opportunities, AAIS (Selling to OSC),
    Solicitation Information, Draft Solicitations,
    LOGCAP

LOGCAP-A Flexible Alternative for Supporting the
Force
19
Logistic Refurbishment
Take 15 Minutes
20
LOGCAP Logistics Civil Augmentation
Program Pre-Proposal Conference Contract
Requirements
Dick Terhune AMSOS-CCS 309-782-8589 Terhuned_at_osc.a
rmy .mil
April 19, 2001
21
LOGCAP Capabilities
Section 1 General Requirements Contractor
Augmentation May Include, But Is Not Limited To
Combat Support/Combat Service Support
Supply Operations
Field Services
Other Opns Services
Maintenance Transportation Medical
Services Engineering and Construction Signal Retro
grade Operations Power Generation
Distribution STAMIS Operations Equipment Recovery
Class I (Rations Water) Class II
(Organizational Clothing , Equipment Admin
Supplies) Class III (POL- Bulk Packaged) Class
IV (Construction Materials) Class V
(Ammunition) Class VI (Personal Demand
Items) Class VII (Major Items) Class VIII
(Medical Supplies) Class IX (Repair Parts)
Laundry Bath Clothing Exchange Clothing
Repair Food Service Mortuary Affairs Sanitation Bi
lleting Facilities Management Information
Management
LOGCAP - A Flexible Alternative for Supporting
the Force
22
LOGCAP Execution
  • Ready to Provide Support 24/7/365!
  • Develop ROM Detailed Plan of Execution within
    24 hours from receipt of EVENT SOW
  • Deploy Advance Party within 72 hours of issuance
    of Task Order
  • CS/CSS within 15 days for an initial 180 days and
    25,000 troops
  • Other support as necessary such as engineering
    and construction

LOGCAP - A Flexible Alternative for Supporting
the Force
23
Statement of Work
  • Section 1- General Requirements
  • Section 2- Worldwide Management and Staffing Plan
    2.2
  • IBCT Annex 2.2.2
  • Program Management
    Staffing 2..2.7
  • LOGCAP Data Base 2.2.8
  • Regional Management Plans
    2.3
  • CINC/ASCC Support Plans
    2.4
  • Standard Plan Content
    2.5/General Service Support Criteria
    2.2.10
  • Section 3- Exercise Participation and Contractor
    Evaluation 3.0
  • Command Post Exercise
    (CPX)
  • Field Training Exercises
    (FTX)

24
Statement Of Workcontinued
  • Event Execution 4.0
  • AMC directed Missions 5.0
  • Army Oil Analysis Program 5.2
  • Test,Measurement, Diagnostic Equipment 5.3
  • Fly Away Communications Packages 5.4
  • Other AMC Missions 5.5

LOGCAP - A Flexible Alternative for Supporting
the Force
25
Statement Of Workcontinued
  • Force Provider Operations and Maintenance 5.1
  • Force Provider Deployment 5.1.2.
  • Armys premier base support system.
  • Containerized, highly deployable city of
    climate controlled billeting, dining, latrines,
    laundry, showers and MWR facilities.
  • Management Oversight Responsibilities
  • Operate and Maintain the Training Module at Ft
    Polk
  • Provide Technical Expertise
  • Train Personnel in FP Operation

LOGCAP - A Flexible Alternative for Supporting
the Force
26
Statement Of Workcontinued
  • Government Furnished Services and Information 6.0
  • Reports 7.0
  • Submittals and Schedule 8.0

LOGCAP - A Flexible Alternative for Supporting
the Force
27
Section J -attachments
  • Exhibit A Contract Data Requirements List
  • 0001 Statement of Work
  • 0002 DD254 Security
  • 0003 DOL Wage Determination (Ft. Polk)
  • 0004 Defense Priorities and Allocation Systems
  • 0005 SFLLL
  • 0006 Standard Cost Price Data Formats
  • 0007 Prag Form 1
  • 0008 Prag Form 2
  • 0009 Scenario

LOGCAP - A Flexible Alternative for Supporting
the Force
28
Submission of Proposal
  • Each proposal will consist of 4 Volumes in a 3
    ring binders
  • Introductory Folder with Executive Summary (5
    page limit) original plus 2 copies
  • Volume 1- Technical Approach (original plus 9
    copies) 100 page limit
  • Volume 2- Management Approach (original plus 6
    copies) 65 page limit
  • Volume 3- Past Performance (original plus 6
    copies) 25 page limit excluding Prag Forms and
    consent letters
  • Volume 4- Cost/ Price (original plus 6 copies) no
    page limitation
  • Any volume that exceeds the page limit, those
    will be REMOVED and NOT EVALUATED.

LOGCAP - A Flexible Alternative for Supporting
the Force
29
Submission of Proposalscontinued
  • Format Instructions
  • Pages single sided, 8 ½ x 11, 56 lines to a page
  • Font New Times Roman
  • Pitch no smaller than size 10
  • Headers contain name on left, solicitation
    number on right
  • Footers date of proposal on left, page number on
    right

LOGCAP - A Flexible Alternative for Supporting
the Force
30
Submission of Proposalcontinued
  • Cover sheet in each Volume to consist of
  • Proposal for LOGCAP Support Contract,Solicitation
    DAAA09-01-R-0068
  • Volume number and Title
  • Name and Address of Offeror
  • Identify of either original or copy number___
    of_____ with copies identified
  • Date of submission
  • Point of Contact and Phone Number

LOGCAP - A Flexible Alternative for Supporting
the Force
31
Proposal Submittals
  • Prag Forms 30 days after RFP issued
  • All volumes as required
  • Executive Summary
  • SF33 signed with acknowledgement of amendments
  • Completed Section K with certifications
  • All Clin pricing for all years in Section B
  • Subcontracting Plan
  • Fill-in Section H clauses
  • Documentation of Facility Clearance to SECRET
    level

LOGCAP - A Flexible Alternative for Supporting
the Force
32
LOGCAP Related Web Links
DoD Directive 5220.22, NISPOMReference
Paragraph 1.5.4.1,1.5.4.2, 1.5.5http//web7.whs.o
sd.mil/html/522022m.htm  Joint Publication
4-04, Joint Doctrine for Civil Engineering
SupportReference Paragraph 2.2.10.3.1http//www.
dtic.mil/doctrine/jel/new_pubs/jp4_04.pdf DOD
Manual 4525.6Reference Paragraph
2.2.10.11http//web7.whs.osd.mil/html/45256mv1.ht
mhttp//web7.whs.osd.mil/html/45256mv2.htm Army
Material Command Supplemental Publicationshttp/
/www.amc.army.mil/amc/ci/pub_index.html Entry
joint Service Publicationshttp//www.dtic.mil/doc
trine/jel/service_pubs.htm
  USAPPA Reference Library http//books.army.mil/c
gi-bin/bookmgr/Shelves   Joint Operations,
Air/sea lift http//www.dtic.mil/doctrine/jel/logi
stics.htm   Operations Field Manuals http//www.dt
ic.mil/doctrine/jel/army.htm   Department of
Defense Publications http//web7.whs.osd.mil/dodis
s/publications/pub2.htm   Army Regulations http//
www.usapa.army.mil/gils/   Technical Manuals
Secure Access Required http//www.logsa.army.mil/e
tms/welcom1.htm Federal Acquisition
Regulations Reference Paragraph
1.3 http//www.arnet.gov/far/ Joint Travel
Regulations Reference Paragraph 1.5.5
http//www.dtic.mil/perdiem/jtr.html  
33
Logistics Reconstitution
Take 15 Minutes
34
LOGISTICS CIVIL AUGMENTATION PROGRAM
(LOGCAP)Pre-Proposal ConferenceProposal
Evaluations
April 19, 2001
Randy Bartholome Team LOGCAP
35
PURPOSE
Present Information on What the Government Wants
you to Submit, and How it will Evaluate that
Information HOW Summarize Sec L and M of
RFP DISCLAIMER If statements or charts
conflict with RFP, RFP has precedence.
36
Relative Order of Importance
  • Tech is more important than Past Performance
  • Past Performance is more important than
    Management
  • Management is more important than Cost/Price
  • The Tech, Past Performance and Management areas
    when combined are significantly more important
    than Cost/Price.

37
Relative Order of Importance
Technical
Past Performance
Experience
Management
Cost Price
Technical Performance
Scenario
Corp Capability
Scenario MPC CPAF CPFF
FFP CLINs
Management Oversight
Cost Containment
Planning
Cost Control
Program Control
Database
Customer Sat
Financial Capability
38
Relative Order of Importance
  • Under Tech, Experience is more important than the
    Scenario or Planning which are equal in relative
    importance Planning is more important than the
    LOGCAP Database.
  • Under PRAG, all factors are equal in relative
    importance.
  • Under Management, Corp Capability, Cost
    Containment, and Program Control are equal in
    importance each is more important than Financial
    Capability.
  • Under Cost/Price FFP CLINs is significantly more
    important than either Scenario MPC, CPFF , and
    CPFF , which are equal in importance

39
SSEB Technical Section L
  • Tech Proposal NTE 100 Pages
  • Experience how it will help meet SOW
    requirements how it demonstrates ability to
    execute rapid deployments, sustain forces how it
    lends itself to innovation, problem resolution,
    better performance.
  • Technical Scenario your written tech
    approach/capability in executing that approach to
    meet scenario mission requirements.
  • Planning Capability your approach to meet
    planning requirements in SOW discuss planning
    steps, required planning resources, expected
    issues-problems in preparing SOW plans, your
    approach to resolve planning problems.
  • LOGCAP Database capabilities of current auto
    systems, data collection methodology, proposed
    approach to meet SOW database requirements.

40
SSEB Past Performance Section L
  • Past Performance Proposal NTE 25 Pages
  • Identify relevant contracts in last 3 years and
    Points of Contacts (PRAG FORMS 1 and 2)
  • Relevant Contracts last 3 yrs to date prior to
    closing date over 5M and at least 2 of the
    following contingency planning, rapid
    deployment, provided logistics support, or
    participated in military exercises.
  • Technical Performance how proposed contracts
    are relevant to RFP requirements in contingency
    planning, short notice deployments, providing
    logistics support, managing GFP, doing equipment
    maintenance, meeting contract schedules.

41
SSEB Past Performance Section L
  • Management Oversight discuss Corp support that
    improved on site operations, bus practices that
    resulted in exceeding Government requirements,
    performance in managing subcontractors/joint
    ventures to meet schedules, control costs, meet
    quality requirements, meet small bus
    subcontracting goals, meeting security
    requirements, any show cause/cure
    notice/terminations for default.
  • Cost Control bar chart showing negotiated cost
    baseline versus actual costs each of last 3
    years on cost contracts/projects, address any
    causes for actual exceeding negotiated costs by
    more than 2 percent and actions to reduce
    overruns, how business practices resulting in
    under runs are relevant to this RFP.
  • Customer Satisfaction Government will get this
    information.

42
SSEB Past Performance Section L
  • Consent Statements Provide signed consent
    letters from subcontractors, on their letterhead,
    allowing Government to discuss that
    subcontractors past performance evaluation with
    the offeror.
  • New Corporate Entities May submit previous
    contracts and Points of Contacts for
    officers/employees, predecessor companies, or
    subcontractors performing key parts of the
    requirement. Compare role of people on previous
    contract to role they will play on this one.
  • NOTE not part of page count.

43
SSEB Management Section L
  • Management Proposal NTE 65 Pages
  • Corporate Capability resumes of key people with
    employment commitment letters staff plan for
    Program Management Office, Force Provider at Ft
    Polk address your mgt plan to surge
    requirements.
  • Cost Containment your procedures and processes
    to track costs, tying costs spent to performance
    achieved how you will provide detailed and
    timely cost reporting to the subcontract level.
  • Program Control org chart and descriptions to
    manage LOGCAP program including subs, showing
    lines of authority and responsibility your
    program control for 6 areas listed.
  • Financial Capability various financial reports.
  • Security SECRET Level Security Clearance
    Information.

44
SSEB Cost/Price Section L
  • Cost/Price Proposal
  • Various spreadsheets and limited explanation as
    called for in RFP.
  • Information explaining data flow from summary to
    detailed information.
  • Explanation of calculations (pivot tables, lookup
    tables, cell name definitions)

45
SSEB Evaluations Section M
  • Sources
  • Proposals
  • Discussions, if Held
  • Information from Outside Sources
  • DCAA, Past Performance Interviews,
    Questionnaires,
  • Databases, etc
  • IAW Section M of the RFP

46
SSEB Technical and Management Evaluation Ratings
  • Excellent RFP requirements thoroughly addressed
    proposal offers significant strengths, innovative
    approaches lead to improved performance highly
    qualified personnel superior approach and
    understanding of requirement low proposal risk.
  • Acceptable RFP requirements are addressed with
    some strengths, innovation average to above
    average personnel thorough understanding of
    requirements and commendable approach below
    average proposal risk.

47
SSEB Technical and Management Evaluation Ratings
  • Marginal RFP requirements addressed but
    proposal has many more weaknesses than strengths
    little/no innovation potential average to below
    average personnel weak understanding of
    requirements and/or weak approach average to
    above average proposal risk.
  • Unacceptable RFP requirements addressed but
    multiple, significant weaknesses high risk
    practices lack of understanding requirements or
    below average personnel unacceptable approach
    high proposal risk.

48
SSEB Past Performance Evaluation Ratings
  • Low Risk performance meets contract
    requirements and exceeds several to Government
    benefit few minor problems with highly effective
    corrective actions.
  • Moderately Low Risk performance meets contract
    requirements some minor problems with effective
    corrective actions.
  • Moderate Risk performance meets contract
    requirements more than routine problems with
    significant effort to correct.

49
SSEB Past Performance Evaluation Ratings
  • High Risk performance does not meet contract
    requirements significant problems with
    corrective actions not identified, not in place,
    or not effective.
  • No History Not rated favorably or unfavorably.
    An offeror with good history will have a lower
    performance risk than one with no history an
    offeror with poor performance history will have a
    higher performance risk than one with no history.

50
SSEB Cost/Price Evaluation
  • All factors will be separately considered.
  • FFP dollars will not be added to scenario CR
    dollars.
  • Will be evaluated for reasonableness and realism,
    based on offerors proposed approach.
  • Most Probable Cost adjustments made as necessary.
  • Scenario Cost Proposal should include award fee
    dollars

51
SSEB GO/NO GO CRITERIA
  • Go/No Go Criteria
  • Small Business Subcontracting Plan (Approved by
    the PCO)
  • Facility Clearance to SECRET Level NLT than RFP
    Close Date
  • Offeror Must Be Determined Acceptable in All of
    These Criteria to Be Considered for Award.
  • No Comparative Strengths/Weaknesses Will Be
    Derived From These Criteria

52
Proposed Source Selection
  • Source Selection Authority (SSA)
  • Award Decision Maker
  • Source Selection Advisory Council (SSAC)
  • Provide Oversight and Ensure Quality Assurance
  • Perform Proposal Comparative Analysis
  • Source Selection Evaluation Board (SSEB)
  • Functional Area Specialists from Various CINCs
  • Supported by Mitretek (Non-Voting)
  • Compare Proposals to the Evaluation Criteria

53
Final Thoughts
  • Evaluators Will Not Impute Knowledge of Offerors
    Into the Evaluation Process. Evaluations Will Be
    Based on Written Proposals.
  • There Will Be No Discussions on the Scenario
    Proposal There May be Discussions on the Other
    Written Proposal Information.
  • Good Luck!

54
See You In the Morning!
Ft Polk
Hamton Inn
55
Points of Contact
 
  • Questions and Comments Submit in Writing to
  • Mary Beth Watkins watkinsm_at_osc.army.mil
    309-782-6061
  • Dick Terhune terhuned_at_osc.army.mil
    309-782-8589
  • Address U.S. Army, Operations Support Command
  • ATTN AMSOS-CCS
  • Rock Island, IL 61299-6000 Fax
    309-782-2673
  • OSC Web Site www.osc.army.mil
  • Click through Business Employment
    Opportunities, AAIS (Selling to OSC),
    Solicitation Information, Draft Solicitations,
    LOGCAP

LOGCAP-A Flexible Alternative for Supporting the
Force
Write a Comment
User Comments (0)
About PowerShow.com