DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

ARMY

Honeywell Aerospace International, Phoenix, Arizona, was awarded a $121,890,543 modification (P00001) to foreign military sales contract W58RGZ-14-C-0021 (Turkey, Australia, United Arab Emirates and Morocco) to procure 440 T55-GA-714A engines and 365 T55-GA-714A engine fielding kits. Fiscal 2012, 2013, and 2014 other procurement funds in the amount of $121,890,543 were obligated at the time of the award. Estimated completion date is Dec. 31, 2018. Work will be performed in Phoenix, Arizona. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Sippican, Inc., Marion, Massachusetts, was awarded a $49,915,441 firm-fixed- price, indefinite-delivery/indefinite-quantity, multiyear foreign military sales contract (Korea and Finland) for Stinger M934E6 fuses (legacy), M934E7 fuses (proximity capability), warhead body assemblies (legacy), and warhead body assemblies (proximity capability). Funding and work location will be determined with each order, with an estimated completion date of Aug. 25, 2018. Bids were solicited via the Internet with one received. Army Contracting Command, Picatinny Arsenal, Picatinny, New Jersey, is the contracting activity (W15QKN-14-D-0082).

Professional Contract Services, Inc., Austin, Texas, was awarded a $32,209,556 Type 1contract for healthcare housekeeping services, Evans Army Community Hospital, Fort Carson. Work will be performed at Fort Carson, Colorado, with an estimated completion date of July 31, 2019. One bid was solicited with one received. Funding will be determined with each order. Army Medical Command Contracting Center, Fort Sam Houston, Texas, is the contracting activity (W81K04-14-D-0009).

Northrop Grumman, Huntsville, Alabama, was awarded a $31,000,000 modification (P00108) to contract W31P4Q-08-C-0418 to add fiscal 2014 funding for continued research and development of the integrated air and missile defense hardware and software systems. Fiscal 2014 research, development, test and evaluation funds in the amount of $31,000,000 were obligated at the time of the award. Estimated completion date is Sept. 30, 2015. Work will be performed at Huntsville, Alabama. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Berg Manufacturing, Inc.,* Spokane, Washington, was awarded a $22,338,771 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a cost-reimbursable line item number to supply metalworking machine shop sets shelters with a guaranteed minimum of two and a maximum of 220 shelters and field service representative support (on an as needed basis). The government will obligate the minimum guaranteed quantity. The estimated completion date is July 31, 2019. Bids were solicited via the Internet with two received. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W9098S-14-D-0051).

Carlson Constructors Corp.,* Joliet, Illinois, was awarded a $21,862,091 firm-fixed-price contract with options, for constructing family housing. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of Aug. 5, 2016. Bids were solicited via the Internet with four received. Fiscal 2014 military construction funds in the amount of $21,862,091 are being obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-14-C-0050).

BAE Systems Land & Armaments, L.P., Santa Clara, California, was awarded a $16,797,020 modification (P00021) to contract W56HZV-13-C-0018 for technical support and sustainment system technical support for the Bradley family of vehicles. Fiscal 2012, 2013, and 2014 other procurement (Army) funds in the amount of $16,602,803 and fiscal 2014 operations and maintenance (Army) funds in the amount of $194,217 were obligated at the time of the award. Estimated completion date is Dec. 17, 2015. Work will be performed in Santa Clara, California; Sterling Heights, Michigan; and York, Pennsylvania. Army Contracting Command, Warren, Michigan, is the contracting activity.

Technical and Project Engineering, Alexandria, Virginia, was awarded a $12,084,389 modification (P00002 ) to contract W91CRB-13-C-0036 for professional software development and support, testing, training, and software and database maintenance services to support Army training models. Fiscal 2014 operations and maintenance (Army) funds in the amount of $12,084,389 were obligated at the time of the award. Estimated completion date is Aug. 6, 2015. Work will be performed in Alexandria, Virginia. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

TrueTandem, LLC,* Reston, Virginia, was awarded a $6,819,552 modification (P00006) to contract W52P1J-12-F-5110 for enterprise knowledge services for the U.S. Army Reserve. Fiscal 2014 operations and maintenance (Army) funds in the amount of $6,819,552 were obligated at the time of the award. Estimated completion date is Sept. 29, 2015. Work will be performed at Fayetteville, North Carolina. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Advanced Systems Development, Inc.,* Arlington, Virginia, was awarded a $6,539,047 modification (P00049) to contract W9124Q-11-F-0020 for information systems operations support service. Fiscal 2014 operations and maintenance (Army) funds in the amount of $4,914,821 were obligated at the time of the award. Estimated completion date is July 31, 2016. Work will be performed at White Sands Missile Range, New Mexico. Army Contracting Command, White Sands Missile Range, White Sands, New Mexico, is the contracting activity.

NAVY

Hawaiian Rock Products Corp., Mangilao, Guam, is being awarded a maximum $90,000,000 indefinite-delivery/indefinite-quantity contract for airfield paving projects at various U. S. military locations in Guam. The work to be performed provides for the construction, alteration, repair and/or maintenance of asphalt and concrete airfield projects, to also include roads, streets, highways, alleys, parking areas, and their associated facilities, such as, but not limited to, concrete sidewalks, curbs and gutters, guard rails, U-ditch drainage pipe, traffic striping, pavement markings, and related work. Work will also include cold milling, excavation, embankment grading or sub-base and base course, compaction, density test, bituminous surface treatment, seal coating, asphalt/concrete paving, adjustment of existing utilities and structures, and other related work. No task orders are being issued at this time. Work will be performed in Guam, and is expected to be completed by January 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-14-D-6000).

Joyce & Associates Construction, Inc.*, Newport, North Carolina (N40085-14-D-1321); Daniels & Daniels Construction Company*, Goldsboro, North Carolina (N40085-14-D-1322); Lifecycle Construction Services, LLC*, Fredericksburg, Virginia (N40085-14-D-1323); OAC Action Construction, Corp.*, Miami, Florida (N40085-14-D-1324); Olympic Enterprises, Inc.*, Hubert, North Carolina (N40085-14-D-1325); and Vet Built, Inc.*, Williamston, North Carolina (N40085-14-D-1326), are each being awarded an indefinite-/indefinite-quantity multiple award construction contract for general construction projects located at Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, and other outlying facilities in North Carolina. The maximum dollar value, including the base period and four option years for all six contracts combined, is $90,000,000. The work to be performed provides for a broad range of general construction services including, but not limited to, new construction, demolition, repair, interior and exterior alterations and renovation of buildings, systems and infrastructure. It may include civil, structural, mechanical, electrical, communication systems, installation of new or extensions to existing high voltage electrical distribution systems, extensions to the existing high pressure steam distribution systems, extensions to the potable water distribution systems, extensions to the sanitary sewer systems, additional storm water control systems, painting, removal of asbestos materials and lead paint, and incidental related work. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Joyce & Associates Construction, Inc. is being awarded task order 0001 at $39,993 for various repairs and to paint the interior and exterior of Building 486 at Marine Corps Air Station, Cherry Point, North Carolina. Work for this task order is expected to be completed by November 2014. All work will be performed in Jacksonville, North Carolina (65 percent); Havelock, North Carolina (30 percent); and other outlying facilities in North Carolina (5 percent). The term of the contract is not to exceed 60 months, with an expected completion date of July 2019. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $69,993 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with 47 proposals received. The Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is being awarded a $68,550,240 modification to a previously awarded firm-fixed-price contract (N00019-13-C-0132) for the procurement of 16 GE38-1B engines, closure kits, tooling, and associated systems engineering and program management in support of the CH-53K helicopter program. Work will be performed in Lynn, Massachusetts, and is expected to be completed in January 2017. Fiscal 2013 and 2014 research, development, test and evaluation (Navy) funds in the amount of $22,499,879 will be obligated at time of award, $19,424,878 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri, is being awarded a $48,276,440 firm-fixed-price contract for design and construction of the hangar 6 extension to accommodate P-8 aircraft, hangar 9 extension to accommodate P-3 aircraft, and repair and modernization of hangar 6 including seismic upgrades at Naval Air Station Whidbey Island, Washington. The work includes an addition to hangar 6 and the construction of a tent fabric extension to hangar 9. Hangar 6 would be capable of accommodating four P-8A squadrons with sufficient maintenance space with a hangar bay. The expansion of hangar 9 is required to fully enclose P-3C aircraft during the construction period. Hangar 6 repair and modernization will renovate all interior administrative and shop spaces to include demolition of existing finishes, modernization of heating, ventilation and air conditioning, electrical system, and interior finishes to include walls, paint, flooring, and fixtures. The facility will also be brought up to current seismic code and current Americans with Disabilities Act requirements; current antiterrorism/force protection criteria will be integrated into the repairs. Work will be performed in Oak Harbor, Washington, and is expected to be completed by August 2017. Fiscal 2014 operation and maintenance (Navy) and fiscal 2014 military construction (Navy) contract funds in the amount of $33,355,000 are being obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with 12 proposals received. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-14-C-5001).

DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $31,823,189 indefinite-delivery/indefinite-quantity contract (N00178-14-D-3036) utilizing firm-fixed-priced orders for production hardware for Ship Self-Defense System (SSDS) Mk2 production hardware. The scope includes hardware production, assembly, configuration, alignment, integration, testing and shipping of the SSDS hardware. Work will be performed in Chesapeake, Virginia (60 percent) and Johnston, Pennsylvania (40 percent), and is expected to be completed by July 2017. Subject to the availability of funds, fiscal 2015 and 2016 shipbuilding and conversion (Navy) and fiscal 2014 and 2017 other procurement (Navy) contract funds in the amount of $497,733 will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, is being awarded a $29,803,395 modification to a previously awarded indefinite-delivery requirements contract (N00019-14-D-0019) to provide organizational, intermediate, and depot level maintenance and logistics support for T45TS aircraft based at Naval Air Station Meridian, Mississippi; Naval Air Station Kingsville, Texas; and Naval Air Station Pensacola, Florida. This requirement also includes the support and maintenance of the T-45 aircraft at all operational sites, numerous outlying fields, and various detachment sites. Work will be performed in Kingsville, Texas (58 percent); Meridian, Mississippi (36 percent); and Pensacola, Florida (6 percent), and is expected to be completed in September 2014. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

USA Environmental, Inc.,* Oldsmar, Florida, is being awarded $26,153,599 for cost-plus-fixed-fee task order 0006 under a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N62470-11-D-8007) for munitions and explosives of concern removal at the former Vieques Naval Training Range and former Naval Ammunition Support Detachment, Puerto Rico. The work to be performed provides for the removal of surface, subsurface, and underwater munitions and explosives of concern. Work will be performed in Vieques, Puerto Rico, and is expected to be completed by July 2017. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $6,538,404 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

Computer Sciences Corp., San Diego, California, is being awarded a not-to-exceed $24,904,083 undefinitized contract action (UCA) to a previously awarded cost-plus-fixed-fee bridge contract (M00264-13-C-0004) that will expire on August 28, 2014, for information technology services to support the Technology Services Organization’s (TSO) requirements and its role as an enterprise business systems integrator for the Marine Corps. Services required are in support of highly complex government designed and owned Marine Corps business systems that have no parallel in other sectors of the government or private industry. Software engineering design, programming, testing, and integration to be performed under this contract will involve tasking that is so integrally related that it requires personnel with highly developed experiences with the specific systems supported by the TSO and outlined below. The TSO supports a number of business mission areas across the Marine Corps, including the Deputy Commandant Program & Resources, Deputy Commandant Manpower and Reserve Affairs, and the Deputy Commandant Installation and Logistics. This UCA involves a 6-month base period and two 3-month option periods, which if exercised, will bring the tentative value of the bridge to $49,735,547. Work will be performed in Kansas City, Missouri (95 percent) and Indianapolis, Indiana (5 percent); work is expected to be completed by Feb. 28, 2015. If all the options are exercised, work will continue through Aug. 28, 2015. Fiscal 2014 operations and maintenance (Marine Corps) funds in the amount of $18,678,062 will be obligated at the time of the UCA award, and will expire at the end of the current fiscal year. The Regional Contracting Office, National Capital Region, Quantico, Virginia, is the contracting activity (M00264-14-C-1014).

Goodwill Industries, Milwaukee, Wisconsin, is being awarded a $12,748,338 firm-fixed-price contract on behalf of Naval Station Great Lakes to provide food and logistics support services for the Galley and Uniform Issue Department, which supports the overall training mission of the Recruit Training Command (RTC), Training Support Center (TSC), and other tenant activities located within the Naval Station. This contract will provide for the continued operation of the galleys at RTC and TSC, which serve to support Navy recruits undergoing their initial basic training and subsequent training schools. This contract will also provide for logistics, financial management and administrative support of the galley and uniform issue operations; galley equipment maintenance and repairs; traffic material movement operations; material handling equipment maintenance, training and licensing support and fuel operation; uniform issue; base postal service; and affiliated warehousing and storeroom management functions. This contract contains three 1-year options, which if exercised, will bring the contract value to $239,565,843. Work will be performed in Great Lakes, Illinois, and work is expected to be completed Sept. 30, 2014. If all options are exercised, work will continue until Sept. 30, 2017. Fiscal 2014 operations and maintenance (Navy) funds in the amount $7,248,338 and fiscal 2014 military personnel (Navy) funds in the amount of $5,500,000 will be obligated at the time of award, and both will expire at the end of the current fiscal year. The requirement was solicited and awarded non-competitively pursuant to the Javits-Wagner-O’Day Act and the rules of the Committee for the Purchase from People Who Are Blind or Severely Disabled which implements the AbilityOne Program. NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-14-C-Z021).

H.V. Collins Co.,* Providence, Rhode Island, is being awarded an $11,761,926 firm-fixed-price contract for renovations to three levels of Hewitt Hall Research Centerof the Naval War College at Naval Station Newport. Renovations include converting the existing garage (lower level) to interior high capacity book storage space, and repairs to the basement and first floor levels of Hewitt Hall, as well as garage conversion and other system modifications. The contract also contains five unexercised options, which if exercised, would increase cumulative contract value to $13,737,241. Work will be performed in Newport, Rhode Island, and is expected to be completed by December 2015. Fiscal 2014 military construction (Navy) contract funds in the amount of $11,761,926 are 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 six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-14-C-5221).

I.E.-Pacific, Inc.,* San Diego, California, is being awarded $10,435,000 for firm-fixed-price task order 0017 under a previously awarded multiple award construction contract (N62473-09-D-1657) for renovation of Building 302 at Naval Base Point Loma. The work to be performed provides for repair and renovation that shall eliminate all deficiencies, and bring the facility up to latest codes and regulations and Navy criteria (United Facilities Criteria (UFC) and other instructions/guidance). Room layouts shall be changed to meet accessibility requirements. All interior finishes shall be removed and replaced with new finishes, including interior and exterior signage. Building elevators shall be renovated/repaired/upgraded to the most recent codes/UFC and Interim Technical Guidance 2013-01 and accessibility (Architectural Barriers Act/Americans with Disabilities Act) compliance. The superstructure shall also be upgraded to current seismic codes/regulations. All plumbing systems, fixtures, waste water systems, heating, exhaust fans, ceiling fans, electrical and fire distribution systems shall be replaced. Work will be performed in San Diego, California, and is expected to be completed by January 2016. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $10,435,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Rolls Royce Marine North America, Walpole, Massachusetts, is being awarded a $9,000,000 firm-fixed-price repair order (N00104-09-G-A755) for the repair of one Marine Trent 30 marine gas turbine engine for the Littoral Combat Ship (LCS) Freedom variant. This contract provides for the repair and overhaul of the Marine Trent 30 marine gas turbine engine, replacement of non-repairable re-assembly to the LCS configuration, and pass-off testing to validate performance. Work will be performed in Bristol, United Kingdom, and is expected to be completed by February 2016. Funds in the amount of $9,000,000 will be obligated at time of award. Fiscal 2014 operations and maintenance (Navy) contract funds in the amount of $9,000,000 will expire at the end of the current fiscal year. The order was not competitively procured in accordance with 10 U.S.C. 2304(c)(1). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Tucson, Arizona, is being awarded an $8,737,000 modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-13-D-0002) for services in support of Tomahawk Depot Missile maintenance, including direct fleet support for resolving technical issues with forward deployed, in-theater weapons and inventory management for the U.S. Navy and the United Kingdom. Work will be performed in Tucson, Arizona (60 percent); Camden, Arkansas (36 percent); and various other continental United States locations (4 percent). Work is expected to be completed in March 2015. Contract funds will not be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Black Construction/MACE International Joint Venture, Harmon, Guam, is being awarded $6,678,072 for firm-fixed-price task order 0002 under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-14-D-1303) for repairs to worn out and deteriorated building components and utility systems of Unaccompanied Personnel Housing 7 at the U. S. Navy Support Facility, Diego Garcia. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2015. Fiscal 2014 operation and maintenance (Navy) contract funds in the amount of $6,678,072 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

AIR FORCE

Exelis Inc., Herndon, Virginia, has been awarded an estimated $49,900,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for new and enhanced software. The contractor will research, develop, enhance, deploy and support the next-generation Cross Domain Transfer Solutions. This will be accomplished by the following: researching new cross domain transfer solution technologies to improve performance, enhance security, increase autonomy and reduce life-cycle costs; enhance current solutions utilizing technologies from varying Technology Readiness Levels; providing authorized users the ability to securely transfer data between interconnected security domains while protecting against unauthorized access or malicious attack; and by deploying and supporting these solutions to meet the current and rapidly evolving intelligence needs. Work will be performed at Rome, New York, and is expected to be completed by July 30, 2020. This award is the result of a competitive acquisition and offers were solicited electronically, and two offers were received. Fiscal 2014 operations and maintenance funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-14-D-0001).

BAE Systems, Rockville, Maryland, has been awarded a fixed-price level of effort $32,409,117 modification (P00032) for option 1 of the Integration Support Contract (FA8214-13-C-0001). The contract modification is to exercise option I to provide systems engineering/technical assistance support, training and development in performing integration, sustaining engineering and program management support functions for the Minuteman III Weapon System. The total cumulative face value of the contract is $67,625,630. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by July 31, 2015. Fiscal 2014 operations and maintenance, and research and development funds in the amount of $26,285,927 are being obligated at time of award. Air Force Nuclear Weapons Center/PZBF, Hill Air Force Base, Utah, is the contracting activity.

Exelis Systems Corp,, Systems Div., Patrick Air Force Base, Florida, has been awarded a $21,536,294 cost-plus-award-fee modification (P00947) to F04701-0l-C-0001 to provide the following Launch and Test Range System support functions to the Eastern Range and Western Range: range sustainment; external user support, projects and engineering services (Missile Defense Agency, Navy, NASA, etc.; systems engineering; and interim supply support spares for the sustainment period). The total cumulative face value of the contract is $1,772,689,908. This modification extends the basic contract by a maximum period of performance of three months. Work will be performed at Patrick Air Force Base, Florida and Vandenberg Air Force Base, California, and the work for this effort will be completed by Oct. 31, 2014. Fiscal 2014 operations and maintenance, other procurement, and research and development funds in the amount of $18,203,081 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a $17,858,824 firm-fixed-price, incentive-firm modification (25), on delivery order 0067 to F19628-01-D-0016 for E-3F enhancements. The total cumulative face value of the contract is $378,494,386. The contract modification is for the full Mode 5 and Mode S-FAA radar capabilities for incorporation into the French Air Force mission and ground system suite. Work will be performed in Seattle, Washington, and is expected to be completed by June 30, 2017. This contract supports 100percent foreign military sales for France, and $17,858,824 will be obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Operating Location, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Hewlett-Packard Co., Herndon, Virginia, has been awarded an $8,792,988 firm-fixed-price delivery order (FY15) on an AFWAY contract (FA8771-10-A-0601) for the technical refresh of laptop and desktop computers in support of the Air Force Reserve Command mission. Work will be performed at Herndon, Virginia, and is expected to be completed by Sept. 29, 2014. This award is the result of a Quarterly Enterprise Buy on the Air Force Way Mandatory Website. Fiscal 2014 operations and maintenance funds in the amount of $8,792,988 are being obligated at time of award. Headquarters Air Force Reserve Command, Robins Air Force Base, Georgia, is the contracting activity (FA8771-10-A-0601).

*Small business

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer