U.S. Department of Defense Announces Latest Contract Awards

1
835

No. 823-10
September 13, 2010
—————————–
CONTRACTS

ARMY

                Balfour-Beatty/Mccarthy, JV, Dallas, Texas, was awarded on Sept. 10 a $503,832,293 firm-fixed-price contract to design/build construction for the Fort Hood replacement hospital, Fort Hood, Texas.  Estimated completion date is Jan. 20, 2014, with work to be performed at Fort Hood, Texas.  Bids were solicited on the Web with eight bids received.  U.S. Army Corps of Engineers, Fort Worth District, Fort Worth, Texas, is the contracting activity (W9126G-10C-0087).

                SRI International, Menlo Park, Calif., was awarded on Sept 9 a $49,189,528 cost-plus-fixed-fee contract in which the government requires SRI International, under the direction of engineering research and development center and with assistance from the Joint Improvised Explosive Device Defeat Organization to provide necessary support, material and equipment, including training center and mobile ground station, to continue operations outside the contiguous United States of Desert Owl-1, an existing advanced airborne penetrating radar system.  Estimated date of completion is March 31, 2011, with work to be performed in Iraq.  One bid was solicited and one bid received.  U.S. Army Corps of Engineers, Engineering Research and Development Center Contracting Office, Vicksburg, Miss., is the contracting activity (W912HZ-09-C-0078).

                Caddell Construction Co., Inc., Montgomery, Ala., was awarded on Sept. 10 a $14,756,000 firm-fixed-price contract for the repairs/renovation of the Volar Barracks (buildings 4-1137, 4-1238, H-4952, H-4817, and H-5752) at Fort Bragg, N.C., under multiple award task order contract.  Estimated completion date is May 16, 2012, with work to be performed at Fort Bragg, N.C.  Bids were solicited on the Web with three bids received.  U.S. Army Engineer District Savannah, Ga., is the contracting activity 9W912HN-07-D-0056).

                Dutra/Manson, JV, Seattle, Wash., was awarded on Sept. 9, a $14,294,143 fixed-price construction contract for “Hamilton Wetland Restoration Off loader, Novato, Marin County, Calif., for offloading dredging material.”  Estimated completion date is Aug. 30, 2011, with work to be performed in the following California counties:  Alameda (10 percent), Contra Costa (10 percent), and Marin (80 percent).  Bids were solicited on the Web with one request for proposal received.  U.S. Army Corps of Engineers, San Francisco, Calif., is the contracting activity (W912P7-10-C-0029).

                World Wide Language Resources, Fayetteville, N.C., was awarded on Sept. 9 a $13,969,713 fixed-fee-price contract to provide postal operations in Afghanistan including, but not limited to, Bagram Airfield, Kandahar Airfield, Lagman, Airborne, Konduz, Fenty, Salerno, Sharana, Camp Phoenix, Camp Eggers, Tarin Kowt, Farah, Shank, and Qaiat.  Estimated completion date is Sept. 8, 2015, with work to be performed in Afghanistan.  Bids were solicited on the Web with four bids received.  U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0047).

                Navistar Defense, LLC, Warrenville, Ill., was awarded on Sept. 7 an $11,677,448 firm-fixed-price, three-year requirements contract for purchase of two fuel trucks and 90 water trucks.  Estimated completion date is Sept. 28, 2012, with work to be performed at Jacksonville, Texas.  Eight bids were solicited and eight bids received.  U.S. Army Tank & Automotive Command, LCMC, Warren, Mich., is the contracting activity (W56HZV-07-D-G089).

                Au’ Authum Ki, Inc., Chandler, Ariz., was awarded on Sept. 9 a $9,950,227 A/E firm-fixed-price, indefinite-delivery/indefinite-quantity contract to design and construct an administration/operations center and a soldiers and family assistance center as part of a Warriors in Transition complex at Fort Knox, Ky.  Estimated completion date is May 28, 2012, with work to be performed at Fort Knox, Ky.  50 bids were solicited and 16 bids received.  U.S. Army Corps of Engineers, Louisville District Office, Louisville, Ky., is the contracting activity (W912QR-10-C-0083).

                SOC-Afghanistan, Minden, Nev., was awarded on Sept. 10 a $9,336,687 firm-fixed-price contract to provide U.S. mail transportation services from Bragram to Shank, Fenty, and Kabul.  Estimated completion date is Sept. 9, 2015, with work to be performed in Afghanistan.  Bids were solicited on the web with nine bids received.  U.S. Army Contracting Command, Rock Island, Ill., is the contracting activity (W52P1J-10-C-0059).

                Prime State/Butt, JV, Dayton, Ohio, was awarded on Sept. 7 a $9,268,000 construction firm-fixed-price contract for construction of an Army Reserve Center.  Estimated completion date is Jan. 14, 2012, with work to be performed at Cincinnati, Ohio.  Bids were solicited on the Federal Business Opportunities website electronic synopsis with 14 bids received.  U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0076).

                Gilbane Building Co., Phoenix, Ariz., was awarded on Sept. 7 a $9,263,235 firm-fixed-price contract for construction of “Project UCTL919637 Replace Fire Station at 152 AW, Nevada Air National Guard Base, Reno, Nevada.”  Estimated completion date is Sept. 15, 2011, with work to be performed at Reno, Nevada.  Bids were solicited on the web with nine bids received.  National Guard Bureau, USPFO P&C Nevada, Carson City, Nev., is the contracting activity (W9124X-10-C-0003).

                Elbit Systems of America, Fort Worth, Texas, was awarded on Sept. 10 an $8,718,921 firm-fixed-price indefinite-delivery/indefinite-quantity, time-and-material task order contract.  This task force delivery order (#0004) is for the purchase of mortar fire control system (MFCS)  components.  This follow-on contract, entitled “FIRECON,” includes all development, procurement, fielding and related sustainment activities such as RESET for the MFCS mounted M95 gun and M96 fire direction center variants; lightweight handheld mortar ballistic computer M32; and any future variants, derivatives and replacement of the above systems during the fiscal 2009-2014 timeframe.  Estimated completion date is April 30, 2014, with work to be performed at Fort Worth, Texas.  One bid was solicited and one bid received.  U.S. Army Contracting Command, Picatinny Arsenal, N.J., is the contracting activity (W15QKN-09-D-0009).

                Venegas Engineering Management & Construction, El Paso, Texas, was awarded on Sept. 7 an $8,289,634 firm-fixed-price contract to construct a new Army Reserve Center at Fort Bliss, Texas.  The project includes the construction of an approximately 30,000 square foot Army Reserve Center training building that is a one-story steel structure with masonry/stone veneer; an approximately 3,000 square foot masonry frame organizational maintenance shop; and an approximately 1,000 square foot pre-engineered metal unheated storage facility.  The project also includes an option for approximately 1,200 square yards of military equipment parking and 5,000 square yards for privately owned vehicles.  Estimated date of completion is Jan. 31, 2012, with work to be performed at Fort Bliss, Texas.  Proposals were solicited through advertisement via the Federal Business Opportunities website and eight proposals were received.  U.S. Army Corps of Engineers, Louisville District, Louisville, Ky., is the contracting activity (W912QR-10-C-0084).

                Raytheon Co., Integrated Defense Co., Andover, Mass., was awarded on Sept. 10 an $8,268,811 cost-plus-fixed-fee, level-of-effort contract for fiscal 2010 Patriot engineering services contract for 847,166 man-hours of effort.  Estimated completion date is Jan. 31, 2014, with work to be performed at Andover, Mass. (1.30 percent); Burlington, Mass. (2.80 percent); Huntsville, Ala. (4.26 percent); and Tewksbury, Mass. (91.64 percent).  One bid was solicited and one bid received.  AMCOM Contracting Center, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-09-C-0057).

                Kalmar RT Center, LLC, Cibolo, Texas, was awarded on Sept. 10 an $8,100,000 time-and-materials contract to reset 18 rough terrain container handlers and facility rental charges for six months.  Estimated completion date is March 9, 2011, with work to be performed at Ahmadi, Kuwait.  One sole-source bid solicited; one bid received. Tank and Automotive Command, Warren, Mich., is the contracting activity (W56HZV-10-C-0422).

                Lockheed Martin Corp., Missiles and Fire Control – Dallas, Grand Prairie, Texas, was awarded on Sept. 10 a $7,845,822 firm-fixed-fee and cost-plus-fixedffee contract for Patriot Advanced Capability-3 fiscal 2010 subset efforts to include the following:  United States enhanced launcher electronics system kit cables; Taiwan control interface circuit card assembly redesign; Taiwan power and control circuit card assembly redesign; United Arab Emirates (UAE) portable four-pack test set; UAE guidance processor unit redesign – tooling and test equipment; Taiwan missile test set; Taiwan portable four-pack test set; Taiwan seeker digital processor parts.  Estimated completion date is Oct. 31, 2012, with work to be performed at Dallas, Texas (95.74 percent), Camden, Ariz. (0.25 percent), and Ocala, Fla. (4.01 percent).  One bid was solicited and one bid received.  U.S. Army Aviation and Missile Command, Redstone Arsenal, Ala., is the contracting activity (W31P4Q-10-C-0002).

                Lovelace Biomedical & Environmental Research Institute, Inc., Albuquerque, N.M., was awarded on Sept. 10 a $6,307,509 cost-plus-fixed-fee task order in which the contractor shall provide support services for the Naval Medical Center San Diego, National Navy Medical Center, Bethesda, Md., or Naval Medical Center Portsmouth, Va., for 24-month period of performance for clinical research under Navy clinics/hospitals.  Estimated completion date is Sept. 10, 2014, with work to be performed at Bethesda, Md. (approximately 25 percent); San Diego, Calif. (approximately 25 percent); Portsmouth, Va. (approximately 25 percent); Jacksonville, Fla. (approximately 10 percent); Camp Lejune, N.C. (approximately 10 percent); and Pensacola, Fla. (approximately 5 percent).  Bids were solicited on the Web with 12 bids received.  U.S. Army, RDECOM Contracting Center, Natick Contracting Division, Natick, Mass., is the contracting activity (W911QY-09-D-0049).

                St. Louis Bridge Construction Co., Arnold, Mo., was awarded on Sept. 10 a $6,064,830 firm-fixed-price debris shield installation contract – blast and paint gates.  This modification is exercising three optional items for three additional gates.  Estimated completion date is Dec. 30, 2011, with work to be performed at “Melvin Price Locks & Dam, #1 Lock & Dam Way,” East Alton, Ill.  20 bids were solicited and three bids received.  U.S. Army Corps of Engineers, St. Louis District, St. Louis, Mo., is the contracting activity (W912P9-10-C-0415).

                Orono Spectral Solutions, Inc., Orono, Maine, was awarded on Sept. 9 a $7,345,926 cost-plus-fixed-fee contract for which the goal of the effort is to research an integrated monitoring platform that includes threat agent capture, concentration, and presentation and detection system for agent testing.  Estimated completion date is Sept. 8, 2013, with work to be performed at Orono, Maine.  One bid was solicited and one bid received.  U.S. Army Research, Development and Engineering Command Contracting Center, Aberdeen Proving Ground, Md., is the contracting activity (W911SR-C-10-0064).

                Cummins, Inc., Columbus, Ind., was awarded on Sept. 9 a $6,971,182 cost reimbursement, no fee contract.  Under this effort the contractor shall perform research and development of efficient power train technologies over a period of 48 months.  The contractor shall develop and demonstrate an electronically controlled, integrated power train, which improves overall efficiency of current power trains by reducing fuel consumption, providing exportable electrical power, reducing noise, and which is capable of operating on a wide range of fuels and fuel mixtures.  Estimated completion date is Sept. 9, 2013, with work to be performed in Columbus, Ind.  Bids were solicited on the web with nine bids received.  U.S. Army Tank and Automotive Command Contracting Center, Warren, Mich., is the contracting activity (W56HZV-10-C-0370).

                BAE Systems, Rockville, Md., was awarded on Sept. 7 a $6,699,548 firm-fixed-price delivery order (base contract is a firm-fixed-price single award indefinite-delivery/indefinite-quantity). Delivery Order #0003 will be for the installation of the A1E Increment 2 system at the joint base located at Lewis- McChord, Wash.  This delivery order is being awarded to procure the site survey/design, installation, test and evaluation of 22 lanes at the Lewis- McChord location.  Estimated date of completion is Sept. 8, 2012, with work to be performed at Rockville, Md.  One bid was solicited and one bid received.  Natick Contracting Division, Orlando, Fla., is the contracting activity (W911QY-10-D-0013).

                BAE Systems, Rockville, Md., was awarded on Sept. 7 a $5,541,942 firm-fixed-price delivery order (base contract is a firm-fixed-price single award indefinite-delivery/indefinite-quantity).  Delivery Order #0005 will be for the installation of the A1E Increment 2 System at the Fort Stewart, Ga., location.  This delivery order is being awarded to procure the site survey/design, installation, test and evaluation of 15 lanes.  Estimated date of completion is Sept. 8, 2012, with work to be performed at Rockville, Md.  One bid was solicited and one bid received.  Natick Contracting Division, Orlando, Fla., is the contracting activity (W911QY-10-D-0013).

                BAE Systems, Rockville, Md., was awarded on Sept. 7 a $5,508,571 firm-fixed-price delivery order (base contract is a firm-fixed-price single award indefinite-delivery/indefinite-quantity).  Delivery Order #0004 will be for the installation of the A1E Increment 2 system at the Fort Carson, Colo., post location.  This delivery order is being awarded to procure the site survey/design, installation, test and evaluation of 20 lanes.  Estimated date of completion is Sept. 8, 2012, with work to be performed at Rockville, Md.  One bid was solicited and one bid received.  Natick Contracting Division, Orlando, Fla., is the contracting activity (W911QY-10-D-0013).

NAVY

                Alliant Techsystems, Inc., Clearwater, Fla., is being awarded a $66,639,110 ceiling-priced firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 4,600 various AN/AAR-47 missile warning system weapons replaceable assemblies.  These assemblies include newly manufactured A(V)2 and B(V)2 integrated optical sensor convertors (IOSC); newly manufactured A(V)2 and B(V)2 computer processors (CP); newly manufactured A(V)2/ B(V)2 control indicators; upgrade of IOSCs from the A(V)2 to the B(V)2 configuration; upgrade of CPs from the (V)2 or A(V)2 to the B(V)2 configuration; and associated repairs necessary to return upgrade units to ready for issue condition.  These systems are for installation on U.S. Navy, U.S. Marine Corps, U.S. Air Force, other services, and various foreign military helicopters, rotorcraft, and low/slow fixed wing aircraft.  Work will be performed in Clearwater, Fla. (72 percent); Austin, Texas (18 percent); Natanya, Israel (2 percent); Hamamatsu, Japan (2 percent); Loveland, Colo. (2 percent); Sarasota, Fla. (1 percent); Northvale, N.J. (1 percent); Woodstock, Conn. (1 percent); and Sanford, Fla. (1 percent).  Work is expected to be completed in August 2013.  Contract funds in the amount of $9,558,419 will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($43,337,658; 70 percent); U.S. Air Force ($18,117,164; 29 percent); and the government of India ($110,580; 1 percent).  This contract was not competitively procured.  The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-10-D-0006). 

                Federal Cartridge Co., Anoka, Minn., is being awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 5.56mm and 7.62mm Special Operations science and technology ammunition in support of the U.S. Special Operations Command.  The ammunition is being procured to support fielding of the MK16 and MK17 Special Operations combat assault rifle weapon system.  Work will be performed in Anoka, Minn., and is expected to be completed by September 2015.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with two offers received.  Naval Surface Warfare Center, Crane Division, Crane, Ind., is the contracting activity (N00164-10-D-JN08).

                Rockwell Collins, Inc., Cedar Rapids, Iowa, is being awarded a$29,294,495 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the procurement of 55 AN/ARC-243 high frequency radio/ACQ-8 data link systems for the P-3C/EP-3 aircraft for the U.S. Navy (25), the Government of Norway (10), and various foreign military sales customers (20).  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in December 2014.  Contract funds will not expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Navy ($12,460,335; 42 percent); the Government of Norway ($6,342,230; 22 percent); and various foreign military sales customers ($10,491,930; 36 percent) under the Foreign Military Sales program.  This contract was not competitively procured.  The Naval Air Warfare Center Aircraft Division, Lakehurst, N.J., is the contracting activity (N68335-10-D-0024).

                Serco, Inc., Reston, Va., is being awarded a $14,320,218 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to perform hazardous material (HM) management services and to provide consolidated HM reutilization and inventory management program support to the Fleet and Industrial Supply Center Norfolk Hazardous Material Program Office.  This contract consists of one base year and four one-year option periods which, if exercised, bring the total estimated value of the contract to $88,059,103.  Work will be performed in Naval Station Norfolk, Va. (46 percent); SUBASE New London, Conn. (17 percent); Naval Air Station Oceana, Va. (21 percent); Fort Eutis, Va. (10 percent); Naval Station Newport, R.I. (5 percent); and Naval Weapons Station Earl, N.J. (1 percent).  Work is expected to be completed by October 2011.  Contract funds will expire before the end of the fiscal year.  This contract was competitively awarded, with four offers received.  The Fleet and Industrial Supply Center, Norfolk, Va., is the contracting activity (N00189-10-D-0042).

                Alion Science and Technology Corp., Chicago, Ill., is being awarded an $11,935,923 cost-plus-fixed-fee contract for human performance modeling tool development and analysis.  Work will be performed in Alexandria, Va.; Mclean, Va.; Boulder, Colo.; and Orlando, Fla..  Work is expected to be completed in Sept. 30, 2015.  This contract contains options which, if exercised, will bring the contract value to $41,272,116.  Contract funds will not expire at the end of the current fiscal year.  This contract was competitively procured under Broad Agency Announcement 10-001, with one offer received.   The Office of Naval Research, Arlington, Va., is the contracting activity (N00014-10-C-0392).

                PSI Sierra, LLC*, Lexington Park, Md., is being awarded a $9,550,214  modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-08-D-0006) to exercise an option for customer support services to the Information Technology/Information Management Department at Naval Air Systems Command/Naval Air Warfare Center Aircraft Division, Patuxent River, Md.  The service to be provided under this requirement includes the following technical functional area:  video technology support, national help desk support, and Navy Marine Corps Intranet customer technical representative.  The estimated level of effort for this option year is 173,497 man-hours.  Work will be performed at the Naval Air Warfare Center Aircraft Division, Patuxent River, Md., and is expected to be completed in September 2011.  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.

                Nova Group, Inc., Napa, Calif., is being awarded a $5,637,712 for firm-fixed-price task order #0003 under a previously awarded multiple award construction contract (N62478-08-D-4017) for construction to repair Wharf B1 at Pearl Harbor Naval Shipyard.  The work to be performed provides for repairs, selective removal work, concrete rehabilitation, refurbish marine hardware, concrete fender piles, fender system, hydro-pneumatic rubber fenders, metal fabrications, coating of waterfront steel structures, asphalt concrete pavement, pavement markings, oil-spill containment booms, low pressure compressed air, water distribution, sanitary sewer, exterior salt water distribution system, electrical work, and incidental related work.  Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by October 2011.  Contract funds will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

AIR FORCE

                Lockheed Martin, Marietta, Ga., was awarded a $59,762,192 contract modification which will procure one additional fiscal 2008 GWOT C-130J aircraft.  At this time, $39,596,667 has been obligated.  ASC/WLNN, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-06-C-6456; PO0193).

                University of Dayton, Dayton, Ohio, was awarded a $44,500,000 contract which will develop materials and processing methodologies that are vital to create advanced materials and devices for future Air Force systems.  At this time, $2,240,461 has been obligated.  AFRL/PKMN, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-10-D-5011).

                BAE Systems, Fort Walton Beach, Fla., was awarded a $38,096,209 contract modification which will manage, operate, maintain and logistically support the solid state phase array radar system at Cape Cod, Air Force Station, Massachusetts; Beale Air Force Base, Calif.; Thule Air Base, Greenland; Clear Air Force Station, Alaska; and Royal Air Force Flyingdales, United Kingdom, for fiscal 2011.  At this time, the entire amount has been obligated.  21 CONS/LGCZB, Peterson Air Force Base, Colo., is the contracting activity (FA2517-06-C-8001; PO0215).

                DynCorp International, Fort Worth, Texas, was awarded a $34,638,510 contract modification which will provide aircraft maintenance and related services in support of Euro-NATO joint jet pilot training.  At this time, the entire amount has been obligated.  82 CONS/LGCA, Sheppard Air Force Base, Texas, is the contracting activity (FA3002-09-C-0024; AO0008).

                DOSS Aviation, Colorado Springs, Colo., was awarded a $21,436,777 contract modification which will provide for flight screening for U.S. Air Force pilot candidates.  At this time, the entire amount has been obligated.  Air Education and Training Command CONS/LGCU, Randolph Air Force Base, Texas, is the contracting activity (FA3002-06-D-0010; PO0025).

                Northrop Grumman Aerospace Systems, Clearfield, Utah, was awarded an $11,700,000 contract modification which will implement knowledge transfer proximate co-location of ICBM prime contract personnel with government personnel.  At this time, the entire amount has been obligated.  AFNWC/PKME, Hill Air Force Base, Utah, is the contracting activity (F42610-98-C-0001).

                M1 Support Services was awarded an $8,220,722 contract modification which will maintain mission-capable helicopters at 24/7 at F.E. Warren Air Force Base, Wyo., Malmstrom Air Force Base, Mont., Minot Air Force Base, N.D., and Yokota Air base, Japan; and perform helicopter aircrew flight equipment support at F.E. Warren Air Force Base, Wyo., Malmstrom Air Force Base, Mont., and Minot Air Force Base, N.D.  21 CONS/LGCZB, Peterson Air Force Base, Colo. is the contracting activity (FA2517-06-C-8002; PO0009).

DEFENSE LOGISTICS AGENCY

                Coastal Pacific Food Distributors*, Stockton, Calif., is being awarded a maximum $45,000,000 fixed-price with economic price adjustment, sole-source contract for full line food distribution.  Other locations of performance are Stockton, Calif.  Using services are Army, Navy, Air Force and Marine Corps.  There was originally one proposal solicited with one response.  The date of performance completion is Dec. 14, 2010.  The Defense Logistics Agency Troop Support, Philadelphia, Pa., is the contracting activity (SPM300-09-D-3280).

                Interconn Resources, Inc.*, Birmingham, Ala., is being awarded a maximum $15,722,042 fixed-price with economic price adjustment contract for natural gas deliveries.  Other locations of performance are Florida and Louisiana.  Using services are Army, Navy, Air Force and federal civilian agencies.  The original proposal was Web-solicited with 29 responses.  The date of performance completion is Sept. 30, 2012.  The Defense Logistics Agency Energy, Fort Belvoir, Va., is the contracting activity (SP0600-10-D-7505).

*Small business

ATTENTION READERS

We See The World From All Sides and Want YOU To Be Fully Informed
In fact, intentional disinformation is a disgraceful scourge in media today. So to assuage any possible errant incorrect information posted herein, we strongly encourage you to seek corroboration from other non-VT sources before forming an educated opinion.

About VT - Policies & Disclosures - Comment Policy
Due to the nature of uncensored content posted by VT's fully independent international writers, VT cannot guarantee absolute validity. All content is owned by the author exclusively. Expressed opinions are NOT necessarily the views of VT, other authors, affiliates, advertisers, sponsors, partners, or technicians. Some content may be satirical in nature. All images are the full responsibility of the article author and NOT VT.
Previous articleTATE, Incorporated Renews It’s Dedication To Hiring Veterans
Next articleLINDA HEARD: US should allow impartial 9/11 probe