Friday, April 30, 2010

DOD CONTRACTS for April 30, 2010

DOD CONTRACTS for April 30, 2010
April 30, 2010

U.S. SPECIAL OPERATIONS COMMAND
Harris Co., Rochester, N.Y., was awarded a modification to contract H92222-07-D-0008 on April 25, increasing the contract not-to-exceed funding ceiling from $422 million to $464 million. This 10-year indefinite delivery/indefinite quantity contract, with a five-year base period and one five-year option period, is for the procurement and sustainment of improved special operations forces high-frequency manpack radio systems in support of U.S. Special Operations Command. Work under this contract will continue to be performed in Rochester, N.Y., and is expected to be completed by April 30, 2012 for the base period, or April 30, 2017 if the five-year option period is exercised. U.S. Special Operations is the contracting activity.

Raytheon Co., Fort Wayne, Ind., was awarded a modification to contract H92222-08-D-0003 on April 26, increasing the contract not-to-exceed funding ceiling from $53,640,000 to $61,140,000. This three-year indefinite-delivery/indefinite-quantity contract is for the procurement and sustainment of multiband/multimission radio systems in support of U.S. Special Operations Command. Work under this contract will continue to be performed in Fort Wayne, Ind., and Largo, Fla., and is expected to be completed by Sept. 24, 2011. U.S. Special Operations is the contracting activity.

NAVY
Northrop Grumman Shipbuilding, Inc., Pascagoula, Miss., is being awarded an $184,000,507 modification to previously awarded contract (N00024-06-C-2222) for the procurement of materials in support of LPD 26, the 10th ship in the LPD 17 amphibious transport dock ship class. Work will be performed in Pascagoula, Miss., and is expected to be completed by August 2012. Contract funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Applied Physics Laboratories at the University of Washington, Seattle, Wash., is being awarded a $120,411,131 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity task order contract for up to 657,115 staff hours to provide research, development, and engineering in seven core competency areas to maintain essential core capabilities. The seven core areas are: experimental oceanography; acoustic propagation; underwater instrumentation and equipment; marine corrosion; acoustic and related systems; simulations and signal processing; and mission related research and development. These capabilities are determined to be essential to support a variety of specific programs managed by different technical sponsor organizations. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $257,437,031 for up to 1,314,230 staff hours. Work will be performed in Seattle, Wash., and is expected to be completed by April 2015. Contract funds will not expire at the end of the current fiscal year. No funds are obligated by award of this contract. Funds are obligated on individual task orders. Multiple appropriation types will be utilized throughout contract performance. This contract was not competitively procured. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-10-D-6618).

J. Perez Construction, Inc.*, Davison, Mich. (N40083-10-D-0029); Old Veteran Construction, Inc.*, Chicago, Ill. (N40083-10-D-0030); A&D Powerline, JV*, Gallup, N.M. (N40083-10-D-0031); and Federal Construction Group, Inc.*, San Antonio, Texas (N40083-10-D-0032), are each being awarded an indefinite-delivery/indefinite-quantity design-build fire protection multiple-award construction contract for fire protection installation, repairs, new construction, and renovations with design capabilities at Naval Station Great Lakes and Department of Defense facilities in the Naval Facilities Engineering Command (NAVFAC), Midwest area of responsibility (AOR). The maximum dollar value for all four contracts combined is $30,000,000. Work will be performed in the NAVFAC Midwest AOR including Arkansas (6.25 percent), Illinois (6.25 percent), Indiana (6.25 percent), Iowa (6.25 percent), Kansas (6.25 percent), Kentucky (6.25 percent), Michigan (6.25 percent), Minnesota (6.25 percent), Mississippi (6.25 percent), Nebraska (6.25 percent), North Dakota (6.25 percent), Ohio (6.25 percent), Oklahoma (6.25 percent), South Dakota (6.25 percent), Tennessee (6.25 percent), and Wisconsin (6.25 percent). The term of the contract is not to exceed 60 months, with an expected completion date of April 2015. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured as an 8(a) set-aside via the Navy Electronic Commerce Online Web site, with 13 proposals received. These four contractors shall compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Midwest, Great Lakes, Ill., is the contracting activity.

Hensel Phelps Construction Co., Inc., Chantilly, Va., is being awarded a $27,739,490 modification under a previously awarded firm-fixed price contract (N40080-08-C-0020) for furnishing and installing furniture, fixtures, and equipment in the co-located military department investigative agencies at Marine Corps Base Quantico. The total contract amount after exercise of this modification will be $356,681,004. Work will be performed in Quantico, Va., and is expected to be completed by December 2010. Contract funds in the amount of $27,349,824 will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

L3 Services, Inc., Mount Laurel, N.J., is being awarded a $15,147,985 modification to a previously awarded cost-plus-award-fee contract (N00421-05-C-0009) to exercise an option for engineering and technical services and supplies to design, develop, procure, prototype, modify, integrate, test and evaluate, install, and provide logistics support for telecommunication and related communication-electronic systems. These services are in support of the Naval Air Warfare Center Aircraft Division, Special Communications Requirements Division. The estimated level of effort for this modification is 147,067 man-hours. Work will be performed in Lexington Park, Md. (80 percent), and St. Inigoes, Md. (20 percent), and is expected to be completed in October 2010. Contract funds will not expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Md., is the contracting activity.

Northrop Grumman, Annapolis, Md., is being awarded an $8,478,582 modification (P00002) under a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00189-08-D-P002) to exercise option year two for engineering and technical services supporting the Advanced SEAL Delivery System planning yard in Kittery, Maine. Work will be performed in Annapolis, Md. (95 percent), and Pearl Harbor, Hawaii (5 percent), and is expected to be completed by April 2011. Contract funds will expire before the end of the current fiscal year. This contract was not competitively procured. The Fleet and Industrial Supply Center Portsmouth Naval Shipyard Annex, New Hampshire, is the contracting activity.

JLG Industries, Inc., McConnellsburg, Pa., is being awarded a $6,002,484 modification to a previously awarded firm-fixed-price contract (N68335-07-C-0451) to exercise an option for the procurement of 38 T-56 engine installation and removal vehicles. Work will be performed in McConnellsburg, Pa., and is expected to be completed in August 2010. Contract funds in the amount of $4,284,416 will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

Shaw Environmental & Infrastructure, Inc., San Diego, Calif., is being awarded a $5,697,748 a firm-fixed-price, estimated indefinite-delivery/indefinite-quantity contract for environmental laboratory services (sampling, analytical, and laboratory management) at the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR). The work to be performed provides for all labor, materials, equipment, supervision, and transportation necessary to perform environmental sampling, field testing, and laboratory testing services to support environmental programs that ensure compliance with applicable federal, state and local statutes and regulations, and Department of Defense policies, instructions and guidance. The maximum dollar value, including the base period, four option periods, and two award option periods, is $45,617,801. Work will be performed primarily in San Diego, Calif., and the NAVFAC Southwest AOR, including California (75 percent), Hawaii (20 percent), and Washington (5 percent), and is expected to be completed by April 2017. Contract funds will expire at the end of the current fiscal year. This contract was competitively procured via the NAVFAC e-solicitation Web site, with three proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, Calif., is the contracting activity (N62473-10-D-4003).

Contracting Systems, Inc., II*, Quakertown, Pa., is being awarded a $5,584,000 firm-fixed-price contract for construction of an addition to the Navy Marine Corps Reserve Center Lehigh Valley. The work to be performed provides for a supply warehouse, gear locker room, communications shop, classroom and conference space, administrative space, and women's and men's bathrooms with male locker area and shower stalls. A secure internet protocol router room, communication room, and mechanical and electrical rooms are also required. A vehicle maintenance facility will also be constructed at the site and will include high bay compartments, single-story steel framed structure with concrete foundation, flat metal panel, and sloped metal roof. Facility will include vehicle lube system and engine hoist. Site work will include rigid paving for military vehicles, and asphalt paving for parking privately owned vehicles. The contract also contains one unexercised option which, if exercised, would increase cumulative contract value to $5,596,500. Work will be performed in Allentown, Pa., and is expected to be completed by July 2011. Contract funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online Web site, with four proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity (N40085-10-C-9436).

ARMY
GM GDLS Defense Group, LLC, JV, Sterling Heights, Mich., was awarded on April 27 a $122,804,670 cost-plus-fixed-fee contract. This action funds the material for 500 sets of Stryker mobility drivelines to support Stryker vehicles in the Operation Enduring Freedom theater. Work is to be performed in Sterling Heights, Mich. (41 percent), and London, Ontario (59 percent), with an estimated completion date of June 30, 2011. One bid was solicited with one bid received. Tank Automotive & Armament Command, CCTA-AIP, Warren, Mich., is the contracting activity (W56HZV-07-D-M112)

Navistar Defense, LLC, Warrenville, Ill., was awarded on April 28 an $88,510,791 firm-fixed-price contract for 629 general transport trucks. Work is to be performed in West Point, Miss., with an estimated completion date of April 30, 2011. One bid was solicited with one bid received. U.S. Army TACOM LCMC, CCTA-ADBA, Warren, Mich., is the contracting activity (W56HZV-08-D-G097).

Caterpillar, Inc., Mossville, Ill., was awarded on April 28 a $49,833,457 fixed-price-economic price adjustment for the production of 198 Type I and Type II, T-5 and T-9 Dozer vehicles. Work is to be performed in Mossville, Ill., with an estimated completion date of June 6, 2013. Bids were solicited via the Federal Business Opportunities Web site with seven bids received. TACOM-Warren, CCTA-ADEC, Warren, Mich., is the contracting activity (W56HZV-08-D-0169).

Truck-Lite Co., Inc., was awarded on April 19 a $37,078,758 firm-fixed-price contract for Buffalo mine protected clearance vehicles, data items, a field support representative, and technical manuals. Work is to be performed in Falconer, N.Y., with an estimated completion date of May 22, 2012. One bid was solicited with one bid received. U.S. Army TACOM Contracting Center Warren, Mich., is the contracting activity (W56HZV-09-D-0113).

Bell Helicopter Textron, Inc., Hurst, Texas, was awarded on April 23 a $23,189,862 firm-fixed-price contract for the purchase of two commercial Bell Helicopter 412EP aircrafts, logistical support, spare parts package, special tools, and training. Work is to be performed in Quebec, Canada (88 percent), Piney Flats, Tenn. (8 percent), and Fort Worth, Texas (4 percent), with an estimated completion date of May 30, 2012. One bid was solicited with one bid received. U.S. Army Aviation and Missile Command, CCAM-RD-F, Redstone Arsenal, Ala., is the contracting activity (W58RGZ-10-C-0085).

Ahtna Facility Services, Inc., Anchorage, Alaska, was awarded on April 28 a $21,700,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for hospital environmental services for designated military treatment facilities on Fort Sam Houston and Camp Bullis, Texas, to include Brooke Army Medical Center and U.S. Army Institute of Surgical Research. Work is to be performed on Fort Sam Houston, Texas, with an estimated completion date of April 30, 2011. One bid was solicited with one bid received. Center for Health Care Contracting, Health Care Acquisition Activity, U.S. Army Medical Commands, Fort Sam Houston, Texas, is the contracting activity (W81K04-10-D-0006).

Alutiiq International Solutions, LLC, Aurora, Colo., was awarded on April 27 a $14,040,623 firm-fixed-price contract. This contract is to construct a vehicle maintenance facility as part of a standard design unit operations facility. Primary facilities include: covered hardstand; vehicle maintenance shop; organizational parking; and organizational storage. Provide installation of intrusion detection system; energy monitoring and control system connections; fire alarm detection; reporting systems; mass notification system; automatic building sprinklers; and force protection measures. Supporting facilities include electricity; security lighting; water, sewer, and natural gas services; fire protection; paving for privately owned vehicle parking area, service roads, walks, curb, and gutters; storm drainage; information systems; lightning protection systems; site improvements and landscaping; information systems; and anti-terrorism measures. Anti-terrorism/force protection will be provided by use of setbacks, special windows, and doors. Comprehensive building and furnishings related to interior design services are required. Access for individuals with disabilities will be provided in public areas. Work is to be performed in Fort Stewart, Ga., with an estimated completion date of Oct. 18, 2011. Three bids were solicited with three bids received. U.S. Army Engineer District, Savannah, Ga., is the contracting activity (W912HN-08-D-0032).

Raytheon Co., Andover, Mass., was awarded on April 28 a $13,286,616 cost-plus-fixed-fee contract. This procurement is for on-site depot level diagnostic, fault isolation, clean and repair capability for PATRIOT weapon system major items. This service is beyond the capabilities of the batter battalion and intermediate support units. This procurement includes depot level clean-up, repair, and maintenance of PATRIOT major items, including services required to return and maintain PATRIOT major items deployed in Southwest Asia, Germany, Korea, and locations inside the contiguous United States to maximize operational readiness. Work is to be performed in Korea (39.1 percent); Qatar (5.7 percent); Germany (14.0 percent); El Paso, Texas (18.6 percent); Killeen, Texas (2.5 percent); Fayetteville, N.C. (1.8 percent); Lawton, Okla. (1.8 percent); Andover, Mass. (7.0 percent); Japan (4.5 percent); and Kuwait (4.9 percent), with an estimated completion date of June 16, 2011. One bid was solicited with one bid received. U.S. Army Contracting Command, Aviation & Missile Command Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-06-C-0352).

CACI-WGI, Chantilly, Va., was awarded on April 23 a $12,731,855 cost-plus-fixed-fee contract for the Joint Improvised Explosive Device Defeat Organization, Joint Expeditionary Team. Work is to be performed in Reston, Va. (50 percent), and Afghanistan (50 percent) with an estimated completion date of April 21, 2013. Four bids were solicited with two bids received. Research Development & Engineering Command, Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0027).

CACI-WGI, Chantilly, Va., was awarded on April 23 a $12,731,855 cost-plus-fixed-fee contract for the Joint Improvised Explosive Device Defeat Organization, Joint Expeditionary Team. Work is to be performed in Reston, Va. (50 percent), and Afghanistan (50 percent) with an estimated completion date of Aug. 28, 2009. Four bids were solicited with two bids received. Research Development & Engineering Command-Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W91CRB-08-D-0027).

Military Sales Group, Inc., Nashville, Tenn., was awarded on April 27 an $11,602,674 firm-fixed-price contract for ground mobility vehicle components. This acquisition is to procure various quantities of 40 different components used on special operations command vehicles. Work is to be performed in Nashville, Tenn., with an estimated completion date of June 30, 2015. One bid was solicited with one bid received. Letterkenny Army Depot, Chambersburg, Pa., is the contracting activity (W911N2-10-D-0010).

Cajun Constructors, Inc., Baton Rouge, La., was awarded on April 23 an $11,182,945 firm-fixed-price contract. This procurement is for the Lake Pontchartrain and vicinity Louisiana Project, north of Airline Highway, St. Charles Parish, floodwall under I-310 - Phase 2. The work consists of structural demolition of existing I-310 sheet pile floodwall and adjacent scour protection; construction of proposed I-310 floodwall and access swing gate and all embankment placement and grading; relocations; access roads; traffic control; scour protection; and all other work associated with the floodwall as shown in the drawing. Work is to be performed in St. Charles Parish, La., with an estimated completion date of June 9, 2011. Bids were solicited on the World Wide Web with nine bids received. U.S. Army Corps of Engineers, Hurricane Protection Office, New Orleans, La., is the contracting activity (W912P8-10-C-0075).

LECON, Inc., Houston, Texas, was awarded on April 23 a $9,756,000 firm-fixed-price contract. The work consist of channel excavation backfill, storm drains, articulating concrete blocks, metal piling, relief wells, concrete lining, and storm drains. Work is to be performed in Harris County, Texas, with an estimated completion date of May 31, 2012. Forty-eight bids were solicited with one bid received. U.S. Army Engineer District, Galveston, Texas, is the contracting activity (W912HY-10-C-0018).

I.L. Fleming, Inc., Midway, Ga., was awarded on April 28 a $9,422,500 firm-fixed-price contract for the design/build of brigade/battalion headquarters at Fort Polk. Work is to be performed in Fort Polk, La., with an estimated completed date of Oct. 4, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army Corps of Engineers, Sacramento, Calif., is the contracting activity (W912HN-08-D-0042).

TLW, Inc., Columbia, Miss., was awarded on April 23 an $8,511,259 firm-fixed-price construction contract with early contractor involvement for Chanel Complex PN 02239, Fort Bliss, Texas. Work is to be performed in Fort Bliss, Texas, with an estimated completion date of Aug. 12, 2011. Bids were solicited on the World Wide Web with three bids received. U.S. Army Corps of Engineers, Omaha District, Omaha, Neb., is the contracting activity (W9128F-08-C-0017).

Olin Corp., Winchester Division, East Alton, Ill., was awarded on April 28 an $8,802,810 basic ordering agreement with firm-fixed-priced-delivery orders. This award is made under the terms of the existing requirements contract for 9mm and M882 ball cartridges. This ammunition is used in the M9 Beretta pistol both for training and for combat. Work is to be performed in East Alton, Ill., with an estimated completion date of June 30, 2012. Bids were solicited on the World Wide Web with two bids received. HQ, U.S. Army Field Support Command, Rock Island, Ill., is the contracting activity (W52P1J-06-D-0031).

Alliant Ammunition and Powder Co., LLC, Radford, Va., was awarded on April 28 a $7,441,500 firm-fixed-price contract for support of the facility operations at Radford Army Ammunition Plant. Work is to be performed in Radford, Va., with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. Headquarters, Army Sustainment Command, Rock Island, Ill., is the contracting activity (DAAA09-03-E-0001).

BAE Systems, Sealy, Texas., was awarded on April 26 a $5,575,385 firm-fixed-price contract for the purchase of eight M1086A1P2 and nine M1A096A1P2 Patriot vehicles with Patriot kits installed for the country of Taiwan, as well as seven M1088A1P2 tractors for the country of Taiwan, for a total of 24 vehicles purchased with this modification. Work is to be performed in Sealy, Texas, with an estimated completion date of Dec. 31, 2010. One bid was solicited with one bid received. TACOM Contracting Center, Warren, Mich., is the contracting activity (W56HZV-08-C-0460)

AIR FORCE
Lockheed Martin Corp., Marietta, Ga., was awarded a $98,649,000 contract which will provide one C-130J aircraft for the government of Israel. The contract also includes additional non-developmental items for the aircraft. At this time, $18,461,112 of foreign military financing has been obligated. 657AESS, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456).

Raytheon Co., Tucson, Ariz., was awarded a $53,100,000 contract which will provide for the engineering and manufacturing development for the Miniature Air Launched Decoy-Jammer. This includes the associated engineering, program management, supportability, mission planning, modeling and simulation, hardware fabrication, production readiness, software and testing. At this time, $24,500,000 has been obligated. 692 ARSS/PK, Eglin Air Force Base, Fla., is the contracting activity (FA8682-10-C-0010).

Henry M. Jackson Foundation, Rockville, Md., was awarded a $47,400,000 contract which will provide research with the 711th Human Performance Wing. The primary research areas are: nano-bio interaction effects; bioinformatics; toxicology; predictive modeling; biomarker discovery/assay development; and molecular foundations. At this time, $10,000 has been obligated. AFRL/PKHA, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-10-2-6A01).

Booz Allen Hamilton, Inc., Herndon, Va., was awarded a $24,302,490 contract which will develop and implement enterprise-wide computer network defense solutions. At this time, $3,422,619 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-98-D-4002).

Wyle Laboratories, Inc., Huntsville, Ala., was awarded a $24,014,219 contract which will provide for the research, test and development, and delivery of architectural drawings; system/subsystems/infrastructure/prototype assessments; system alternatives recommendations; feasibility studies; interoperability testing; results; survey and infrastructure implementation designs; schedules and summary reports. At this time, $160,725 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05-D-4005).

Booz Allen & Hamilton, Inc., Herndon, Va., was awarded a $14,492,211 contract which will provide information assurance network operations cyber security solutions to the Army Accessions Command chief information officer in their evolving role as information technology lead in supporting military, civil, and commercial domains geographically dispersed around the globe. At this time, $50,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-98-D-4002).

Battelle Memorial Institute, Columbus, Ohio, was awarded an $11,797,939 contract which will provide for the conduct of chemical, biological, radiological, and nuclear defense technology and mission assessment in order to leverage cutting edge technologies to increase force protection and maritime interdiction capabilities. At this time, $50,000 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-00-D-3180).

Booz Allen Hamilton, Inc., Herndon, Va., was awarded an $8,928,083 contract which will provide advanced technology, analysis, and layered defense for increased defense of the Air Force network. At this time, $744,048 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (SP0700-98-D-4002).

Boeing Co., St. Louis, Mo., was awarded a $6,760,660 contract which will provide fiscal 2010 and fiscal 2011 option year sustaining support to the Lot 6 production contract. At this time, $3,371,832 has been obligated. 681 ARSS/PK, Eglin Air Force Base, Fla., is the contracting activity (FA8672-10-C-0013).

Veterans Northwest Construction, LLC, Seattle, Wash., was awarded a $6,006,965 contract which will provide renovation work of dormitories on Joint Base Lewis-McChord. At this time, the entire amount has been obligated. 62 CONS/LGCA, Joint Base Lewis-McChord Air Force Base, Wash., is the contracting activity (FA4479-10-C-0004).

Wyle Laboratories, Inc., McLean, Va., was awarded a $5,846,052 contract which will provide for the research, test development, and delivery of reliability engineering reports, analysis reports, and technical reports. At this time, $3,411,912 has been obligated. 55 CONS/LGCD, Offutt Air Force Base, Neb., is the contracting activity (HC1047-05D-4005).

DEFENSE LOGISTICS AGENCY
PPG Aerospace Transparencies, Huntsville, Ala., is being awarded a maximum $50,126,406 firm-fixed-price, indefinite-quantity contract for aircraft windshields. There are no other locations of performance. Using service is Navy. The original proposal was solicited via the Internet Bid Board System Web site with one response. The date of performance completion is April 29, 2011. The Defense Supply Center Richmond, Richmond, Va., is the contracting activity (SPM4A7-10-D-0193).

DMS Pharmaceutical Group, Inc.*, Park Ridge, Ill., is being awarded a maximum $26,786,177 firm-fixed-price, total set-aside, prime vendor secondary contract for pharmaceutical requirements. There are no other locations of performance. Using services are Army, Navy, and Air Force. The original proposal was Web solicited with four responses. This contract is exercising the second option period. The date of performance completion is Oct. 31, 2012. The Defense Supply Center Philadelphia, Philadelphia, Pa., is the contracting activity (SPM200-05-D-0902).

*Small business

Technorati Tags:
,



No comments: