BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

Department of Defense

DOD AWARDED CONTRACTS

CONTRIBUTING SOURCE: U.S. Department of Defense

AIR FORCE

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a not to exceed $564,700,000 modification (P00273) to FA8625-11-C-6597 to fund six India foreign military sales C-130J-30s, field service representatives and three years of post-delivery support after the first aircraft delivery. The total cumulative face356px-Seal_of_the_US_Air_Force.svg value of the contract is $2,067,370,707. Work will be performed at Marietta, Georgia, and is expected to be completed by April 30, 2020. This contract is 100 percent FMS for India and $50,900,000 will be obligated at time of award. Air Force Life Cycle Management Center/WLNNC, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., doing business as Northrop Grumman Information Systems, Chantilly, Virginia, has been awarded a $300,000,000 indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee contract for systems engineering, management, and sustainment (SEMS) III. Contractor will provide systems engineering, systems/program management, and sustainment services for the Air Force Weather Agency’s enterprise information systems which produce and disseminate real-time weather services and products worldwide. Work will be performed primarily at the Headquarters Air Force Weather Agency, Offutt Air Force Base, Nebraska, and is expected to be completed by July 31, 2019. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2014 operations and maintenance, research and development and procurement funds will be obligated with each task order. The 55th Contracting Squadron at Offutt AFB, Nebraska, is the contracting activity (FA4600-14-D-0004).

University of Dayton Research Institute (UDRI), Dayton Ohio, has been awarded an indefinite-delivery/indefinite-quantity contract and one initial task order with an estimated ceiling of $9,900,000 to meet specific research objectives to bridge the gaps and accelerate the initial development of selected nondestructive technology to a level of full-feasibility demonstration, to conduct studies of the applicability of selected technologies to a wide variety of potential applications, or development of new technologies to address specific needs. Research is contemplated to address current operational or maintenance needs. Work will be performed primarily at Wright-Patterson Air Force Base, Ohio, and the ordering period will run through July 31, 2019. All effort is expected to be completed on July 30, 2021. The award to UDRI is the result from proposals submitted in response to research and development broad agency announcement BAA-RQKM-2014-0012. Three competitive offers were received. Fiscal 2014 research and development funds in the amount of $225,000 for task order 0001 will be obligated at time of award. Air Force Research Laboratory/RQKMC, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-D-5224, TO0001).

Raytheon Co., Tucson, Arizona, has been awarded a $8,527,198 modification (P00026) to a firm-fixed-price contract (FA8675-13-C-0003) for Advanced Medium-Range Air-to-Air Missile (AMRAAM) Production Lot 27. The total cumulative face value of the contract is $564,772,594. The contract modification provides for integration and testing for AMRAAM contract line item numbers 0008, 0009, and 0010 being produced under the basic contract. Work will be performed at Tucson, Arizona, and is expected to be completed by June 30, 2016. Foreign military sales contract funds in the amount of $8,527,198 are being obligated at the time of the award for Australia. This Air Force Life Cycle Management Center/EBAK, Eglin AFB, Florida, is the contracting activity.

600px-US-DeptOfNavy-Seal.svgNAVY

Donald L. Mooney Enterprises LLC, doing business as Nurses Etc Staffing,* San Antonio, Texas (N62645-14-D-5032); Loyal Source Government Services LLC,* Orlando, Florida (N62645-14-D-5033); Magnum Opus Technologies Inc.,* San Antonio, Texas (N62645-14-D-5034); and Vesa Health & Technology Inc.,* San Antonio, Texas (N62645-14-D-5035), are each being awarded a 36-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award task order contract for various ancillary services that include the labor bands of Allied Health, Technologist, Technician and Assistant. The aggregate not-to-exceed amount for these multiple award contracts combined is $130,430,320. The four contractors will have the opportunity to bid on each individual task order. Work will be performed at the following military treatment facilities in the Pacific region of the U.S.: Naval Hospital Camp Pendleton, California (25 percent); Naval Hospital Lemoore, California (15 percent); Naval Hospital Twenty-Nine Palms, California (15 percent); Naval Medical Center, San Diego, California (10 percent); Naval Hospital Bremerton, Washington (10 percent); Naval Hospital Oak Harbor, Washington (10 percent); Naval Health Clinic Hawaii (10 percent); Naval Hospital Guam (2 percent) and any associated branch clinics (3 percent). Work is expected to be completed on Sept. 30, 2017. Availability of Fiscal 2015 Defense Health Program funds in the amount of $1,156,230 will be obligated at the time of award under initial task orders, and the funds will expire at the end of the Fiscal 2015. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent service disabled veteran-owned small business set-aside, with 26 offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity.

Advanced Crane Technologies LLC,* Reading, Pennsylvania, is being awarded a maximum amount $31,184,365 requirements contract for the service life extension program to modernize 14 60-ton portal cranes at Norfolk Naval Shipyard, Norfolk, Virginia; Puget Sound Naval Shipyard, Bremerton, Washington; and Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed is for the modernization for all cranes and will include replacing the existing drives, modifying the operator’s controls, replacing/modifying the electric control system, replacing the crane’s diesel engine generator set, adding a rail lubrication system (as an option), adding new limit switches, replacing whip hoist wire rope and replacing outdoor conduit. Additionally, the addition of a caliper disc brake mounted on the drum and associated caliper disc brake control system will be required on the whip hoist on seven of the fourteen cranes. Task order 0001 is being awarded at $2,485,769 for modernization of crane P-82 in the Puget Sound Naval Shipyard, Bremerton, Washington, and task order 0002 at $1,992,626 for modernization of crane DC-41 in the Norfolk Naval Shipyard, Norfolk, Virginia. Work for these task orders is expected to be completed by April 2016. Work on this contract will be performed in Portsmouth, Virginia (72 percent); Bremerton, Washington (21 percent); and Kittery, Maine (7 percent), and the term of the contract is not to exceed 60 months with an expected completion date of July 2019. Fiscal 2014 other procurement (Navy) contract funds in the amount of $4,478,395 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two proposals received. The Naval Facilities Engineering Command, Norfolk, Virginia, is the contracting activity (N62470-14-D-5001).

Communications & Power Industries LLC, Palo Alto, California, is being awarded an $18,841,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair and remanufacture of AN/SLQ-32 output, driver and sidekick output traveling wave tubes (TWTs) to support the repair and refurbishment of Navy ships. The AN/SLQ-32 output, driver, and sidekick output TWTs are an integral part of the AN/SLQ-32 electronic countermeasures system and are used to amplify radiofrequency energy to defeat anti-ship missile systems. Work will be performed in Palo Alto, California, and is expected to be completed by July 2019. Fiscal 2014 working capital funds in the amount of $390,252 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-14-D-GR37).

Detyens Shipyards Inc.,* North Charleston, South Carolina, is being awarded an $11,631,622 firm-fixed-price contract for a 75-calendar day regular overhaul and dry-docking of USNS Arctic (T-AOE 8). Work will include opening, cleaning and purging gas from tanks, voids and cofferdams; repairing and replacing various sections of weather deck handrails on the forward main mast, replenishment-at-sea and fueling-at-sea kingposts and access ladders; modifying the main reduction gear lube oil purifier; inspecting the auxiliary boiler; inspecting and weight testing the accommodation ladder; performing maintenance on gallery/scullery equipment; dry-docking and undocking; refurbishing sea valves; cleaning and painting the underwater hull; and blasting and coating tanks. Arctic’s primary mission is to deliver petroleum products, ammunition, food and other cargo to ships at sea. The contract includes options, which, if exercised, would bring the cumulative value of this contract to $15,240,367. Work will be performed in North Charleston, South Carolina, and is expected to be completed by October 2014. Navy working capital funds in the amount of $11,631,622 are being obligated at the time of award and will expire at the end of the current fiscal year. This contract was procured as a 100% small business set-aside with proposals solicited via the Federal Business Opportunities website, with two proposals received. The U.S. Navy’s Military Sealift Command, Washington, District of Columbia, is the contracting activity (N32205-14-C-2003).

Watts Constructors LLC, Honolulu, Hawaii, is being awarded a $9,395,000 firm-fixed-price contract for construction of an integrated water treatment system at Puget Sound Naval Shipyardand Intermediate Maintenance Facility, Bremerton, Washington. The work to be performed provides for infrastructure improvement to the existing system that collects and treats industrial process water at Drydock 3 and Drydock 4. This project will integrate the existing oily water treatment system with the existing process water collection system to provide increased capability and capacity for on-site collection, containment, and treatment of process water from the drydock floor. Work will be performed in Bremerton, Washington, and is expected to be completed by February 2016. Fiscal 2014 military construction (Navy) contract funds in the amount of $9,395,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5000).

ARMY

BAE Systems Land & Armaments, York, Pennsylvania, was awarded an $88,330,859 modification (P00081) to contract W56HZV-09-C-0550 to extend the existing M109A7 and M992A3 engineering and manufacturing development contract to incorporate low rate initial production test support. Research, development, testing, and evaluation funds for fiscal 2014 ($12,295,000) and fiscal 2013 ($1,805,000) were obligated at the time of the award.Department of the Army Estimated completion date is March 31, 2017. Work will be performed in York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

UPDATE: Global Engineering LLC, Renton, Washington, has been added as an awardee to the multiple-award contract announced June 24, 2014 for construction services supporting the U.S. Army Corps of Engineers, Southwestern Division. (W91278-14-R-0030)

Defense_Logistics_AgencyDEFENSE LOGISTICS AGENCY

The Hariford Provision Company,** South Windsor, Connecticut, has been awarded a maximum $83,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for prime vendor subsistence support. This contract was a competitive acquisition, and three offers were received. Location of performance is Connecticut with a July 18, 2016, performance completion date. This is a two-year base contract with one two-year option period. Using military services are the Navy, Air Force, Marine Corps, Coast Guard, and National Oceanic and Atmospheric Administration. Type of appropriation is Fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3025).

Sysco Baraboo, Baraboo, Wisconsin, has been awarded a maximum $16,500,000 fixed-price with economic-price-adjustment contract for prime vendor food and beverage support. This contract was a competitive acquisition and two offers were received. Location of performance is Wisconsin with a July 13, 2019 performance completion date. This is a two-year base contract with one one-year and one two-year option periods. Using military services are Army and Air Force. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-14-D-3029).

URS Federal Services Inc., Germantown, Maryland, has been awarded a maximum $11,767,117 modification (P00029) exercising the second option period on a one-year base contract (SP3300-12-C-5003) with three one-year option periods. This is a fixed-price, incentive-firm-target contract for material distribution services to include receipt, storage and issue of material. Locations of performance are Maryland and Utah with a July 31, 2015 performance completion date. Using service is Defense Logistics Agency. Type of appropriation is fiscal year 2014 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

DEFENSE MEDIA ACTIVITY

Bluewater Communications Group, Hauppauge, New York (HQ0516-12-D-0001); Globecomm Systems, Hauppauge, New York (HQ0516-12-D-0002); and TVC Communications LLC, Annville, Pennsylvania (HQ0516-12-D-Defense Media Activity0003) are each being awarded $15,000,000 modifications to multiple-award, firm-fixed-price contracts to exercise the second option year to provide Cisco satellite decoders and HD encryption systems for the Defense Media Activity. Funding and work location will be determined with each order. The Defense Media Activity, Fort Meade, Maryland is the contracting activity.

*Disabled veteran-owned small business

600px-US-DeptOfNavy-Seal.svgNAVY

Insight Pacific LLC,* Anaheim, California (N62478-14-D-4000); Bethel-Webcor JV-1,* Anchorage, Alaska (N62478-14-D-4001); Dawson-Hawaiian Builders I,* Honolulu, Hawaii (N62478-14-D-4002); JSR-ECC LLC,* Schertz, Texas (N62478-14-D-4003); CT JV,* Bargerville, Indiana (N62478-14-D-4004); and Environet Inc.,* Kamuela, Hawaii (N62478-14-D-4005) are being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command Hawaii area of responsibility. The maximum dollar value including the base period and four option years for all six contracts combined is $240,000,000. The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration, and related demolition of existing infrastructure based on design-build or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii area of responsibility. The term of the contract is not to exceed 60 months, with expected completion date of July 2015 (base period). Navy working capital funds in the amount of $60,000 are being obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 22 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contracts. The Naval Facilities Engineering Command, Pearl Harbor, Hawaii, is the contracting activity.

Geographic Information Services Inc., Birmingham, Alabama, was awarded a $29,884,815 firm-fixed-priced, indefinite-quantity/indefinite-delivery contract to provide software maintenance, database development, engineering support, integration services, and training for foreign military sales purchasers to use the Weapon Danger Zone Tool. Work will be performed in Birmingham, Alabama, and is expected to be completed by July 1, 2017. This contract will be funded with foreign military sales funds. No contract funds will expire by the end of the current fiscal year. No funds were obligated at the time of award. Funds will become available on individual task orders. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-14-D-9501). (This contract was awarded on July 2, 2014.)

EDO Professional Services Inc., Alexandria, Virginia, is being awarded $24,864,130 for one-year modification (P00012) to a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-09-D-0032) for continued technical services in support of Space and Naval Warfare Systems Center Pacific unmanned maritime systems. An accelerated timeline and increased operational requirements for unmanned maritime systems performing fleet mine countermeasures and force protection necessitated this modification to increase the cost ceiling. EDO Professional Services Inc., will provide engineering, logistics, configuration management, research, depot maintenance, system administration, and tactical and strategic management. Work will be performed in Manama, Bahrain (65 percent) and San Diego, California (35 percent), and is expected to be completed by July 21, 2015. No funds will be obligated at the time of award. Fiscal 2014 and 2015 operations and maintenance, (Navy) and research, development, test and evaluation funds will be incrementally obligated at the task order level. Fiscal 2014 operations and maintenance, (Navy) funds in the amount of $16,000,000 will expire at the end of the current fiscal year. This is a modification to a contract competitively procured via Space and Naval Warfare Systems Center Pacific solicitation N66001-09-R-0032 and published on the Federal Business Opportunities website, with one offer received. Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $23,499,948 modification to previously awarded contract (N00024-13-C-2402) for early industry involvement associated with the LHA(R) Program Flight 1 (LHA 8) ship design to initiate an affordability design phase. The early industry involvement contracts were awarded to U.S. shipyards that have the facilities and resources to build a large deck amphibious assault ship without major re-capitalization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2015. Fiscal 2014 research, development, test & evaluation contract funds in the amount of $19,740,760 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $15,178,728 modification to previously awarded cost-plus-award-fee contract (N00024-10-C-4407) for USS New Orleans (LPD 18) fiscal 2014 selected restricted availability (SRA). An SRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship’s military and technical capabilities. Work will be performed in San Diego, California, and is expected to be completed by December 2014. Fiscal 2014 operations and maintenance (Navy) and fiscal 2014 other procurement (Navy) funding in the amount of $15,178,728 will be obligated at the time of award. Contract funds in the amount of $14,689,549 will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $65,256,769 modification (P00010) to foreign military sales contract W56HZV-13-D-0015 for specialized training, contractor logistics support, and base life support for the Iraq M1A1 Abrams program. Funding and work location will be determined with each order. Estimated completion date is Feb. 28, 2015. Army Contracting Command, Warren, Michigan, is theDepartment of the Army contracting activity.

Kongsberg Defence & Aerospace, Kongsberg, Norway, was awarded a $43,000,000 modification (P00115) to contract W15QKN-12-C-0103 for depot support for the Common Remotely Operated Weapon Station. Fiscal 2014 operations and maintenance (Army) funds in the amount of $43,000,000 were obligated at the time of the award. Estimated completion date is July 15, 2016. Work will be performed in Johnstown, Pennsylvania. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Watts Constructors LLC, Honolulu, Hawaii, was awarded a $36,441,000 firm-fixed-price contract with options for designing and building the Special Operations Forces Battalion Operations Facility Complex. Work will be performed at Fort Carson, Colorado, with an estimated completion date of June 15, 2016. Bids were solicited via the Internet with fifteen received. Fiscal 2013 military construction funds in the amount of $36,441,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0024).

Walsh Federal JV St., Chicago, Illinois, was awarded a $34,748,000 firm-fixed-price multi-year contract with options for new construction for the Marshall Elementary School at Fort Campbell, Kentucky. Work will be performed at Ft. Campbell, Kentucky, with an estimated completion date of April 1, 2016. Bids were solicited via the Internet with five received. Fiscal 2014 military construction funds in the amount of $34,748,000 are being obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-14-C-0025).

AAR Allen Services, Garden City, New York, was awarded a $23,507,990 firm-fixed-price contract for 60-520 gas turbine power units for the Blackhawk weapon system. Funding and work location will be determined with each order with an estimated completion date of July 30, 2019. Bids were solicited via the Internet with four received. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-14-D-0089).

Aerojet Rocketdyne, Camden, Arizona, was awarded an $18,507,839 firm fixed-price contract with options for Stinger flight motors, 1,000 each. Base Option: Stinger flight motors, 1-1,500 each. Option 1: Stinger flight motors, 1-505 each. Option 2: Stinger flight motors, 1-545 each. The Stinger flight motor contract is required to support the Service Life Extension Program (SLEP) of 850 Stinger Block I Missiles at McAlester Army Ammunition Plant, McAlester, Oklahoma. The SLEP will replace all Stinger missile components susceptible to degradation due to aging (to include the flight motor) providing a missile with a 10 year shelf life. Work will be performed in Camden, Arizona, with an estimated completion date of Dec. 31, 2016. One bid was solicited with one received. Fiscal 2014 other procurement funds in the amount of $18,507,839 are being obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-14-C-0090).

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded a $9,859,646 modification (P00002) to contract W9124E-14-C-0003 to continue key and essential logistics requirements at the Joint Readiness Training Center and Fort Polk, Louisiana. Fiscal 2014 operations and maintenance (Army) funds in the amount of $9,859,646 were obligated at the time of the award. Estimated completion date is Dec. 29, 2014. Work will be performed at Fort Polk, Louisiana. Army Contracting Command, Fort Polk, Louisiana, is the contracting activity.

Intelligent Decisions Inc., Ashburn, Virginia, was awarded an $8,569,058 firm-fixed-price contract with options for information technology operations and maintenance support for U.S. Southern Command Joint Task Force-Guantanamo Bay. Work will be performed in Cuba with an estimated completion date of July 22, 1019. Bids were solicited via the Internet with 13 received. Fiscal 2014 operations and maintenance (Army) funds in the amount of $7,969,059 are being obligated at the time of the award. Army Contracting Command, Fort Sam Houston, San Antonio, Texas, is the contracting activity (W912CL-14-C-0018).

356px-Seal_of_the_US_Air_Force.svgAIR FORCE

Northrop Grumman Systems Corp., Information Systems Sector, Defense Systems Division, C2S, Herndon, Virginia, has been awarded a $9,922,486 modification (P00020) to cost-plus-fixed-fee FA8750-13-C-0120 for software enhancements, testing, integration and maintenance. The contract modification is to provide support to the National Air and Space Intelligence Center to operate, maintain, and enhance the databases, tools, dynamic web-based products, and related systems and capabilities. Work will be performed at Beavercreek, Ohio, and is expected to be completed by June 12, 2015. Fiscal 2014 operations and maintenance funds in the amount of $6,439,147 are being obligated at the time of the award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity.

Vision Systems International LLC, Fort Worth, Texas, has been awarded a $7,768,862 firm-fixed-price task order (0024) to FA8522-09-D-0012 for F-15 and F-16 sustainment in support of the Joint Helmet Mounted Cueing System. Work will be performed at Wilsonville, Oregon, and is expected to be completed by July 15, 2015. This award is the result of a sole source acquisition. Funds in the amount of $7,768,862 from Fiscal 2014 Consolidated Sustainment Activity Group Working Capital Funds under the Fiscal 2014 Contract Depot Maintenance Direct Cite Funds Program Authority are being obligated at time of award. This contract is not multiyear. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

CORRECTION: The contract announced on July 14, 2014, for AvKare Inc.,** Pulaski, Tennessee (SPE2D2-14-D-Defense_Logistics_Agency0004), for $9,728,923 was announced with an incorrect award date. The correct award date is July 17, 2014.

PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS

, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , ,

Trackbacks/Pingbacks

  1. BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS | beenetworknews - July 31, 2014

    […] PREVIOUS BUSINESS AND CAREER OPPORTUNITIES DOD AWARDED CONTRACTS […]

Au'Pearce

Headed in the Right Direction

Keith Warren Justice Site

"What is it that the systems doesn't want me to know about my child's life and or death?"- Mary Couey

Truth- A Right to Fight For...

My Words & Random Videos Exposing TRUE History & Facts, Current News and Info Mainly Relating to Amerikkkan Racism & the Government, Especially Police & the Black Community... RBG...MakaveliTrained