Friday, August 30, 2013

DTN News: U.S. Department of Defense Contracts Dated August 30, 2013

DTN News: U.S. Department of Defense Contracts Dated August 30, 2013
Source: K. V. Seth - DTN News + U.S. DoD issued No.  628-13 August 30, 2013
(NSI News Source Info) TORONTO, Canada - August 30, 2013: U.S. Department of Defense, Office of the Assistant Secretary of Defense (Public Affairs) Contracts issued  August 30, 2013  are undermentioned;


CONTRACTS
AIR FORCE
           Aerospace Testing Alliance, (a joint venture of Jacobs Sverdup, Inc., Computer Sciences Corp., and General Physics Corp.) Tullahoma, Tenn., has been awarded a $218,590,871 modification (P00307) on a cost-plus-award-fee contract (F40600-03-C-0001) for operation, maintenance, information management and support of Arnold Engineering Development Complex (AEDC). Work will be performed at Arnold Air Force Base, Tenn., and is expected to be completed by Sept. 30, 2014. No funds are obligated at time of award. AEDC/PZZ, Arnold Air Force Base, Tenn., is the contracting activity.

           Raytheon Company, El Segundo, Calif., has been awarded an $11,458,989 (estimated) cost-plus fixed-fee requirements contract for support of the F-15 Aircraft Reliability & Maintainability Engineering Services program. These services are necessary to sustain the F-15 radar, similar radar systems and non-radar avionics hardware. This effort addresses the contractor tasks necessary to provide engineering services to support the F-15 supply chain management engineering services pertaining to the F-15 radars such as the AN/APG-63V; AN/APG-70; and AN/APG-82(V)(1) and the AC-130U AN/APG-180 radars. Work will be performed at El Segundo, Calif., and is expected to be completed by Sept. 1, 2018. This current action relates to classified and unclassified Foreign Military Sales (FMS) in support of the following countries: Israel, Saudi Arabia, Korea, Japan, and Singapore. Three percent of this contract effort is in support of these FMS countries. No funds are obligated at time of award. Air Force Systems Center/PZA Contracting Division, Robins Air Force Base, Ga., is the contracting activity (FA8538-13-D-0014).

           United Paradyne Corp., Santa Maria, Calif., has been awarded a $8,355,754 modification (P00090) exercising option year three under a previously awarded fixed-price-incentive-fee, firm-fixed-price, cost-reimbursement, no-fee contract (FA4610-10-C-0008) for aerospace support services which provides an integrated management entity, the Aerospace Maintenance Operations Center, a single point of contact that interfaces, controls, schedules, coordinates, operates, maintains, and provides support to the 30th Space Wing community. The cumulative face value of the contract is $53,838,878. Work will be performed at Vandenberg Air Force Base, Calif., and is to be completed by Sept. 30, 2014. 30 CONS/LGCZ, Vandenberg AFB, Calif., is the contracting activity.

ARMY
           Kadell Industries, Inc.*, Fort Mitchell, Ala. (W911SF-13-D-0005); Timus-Nasco JV*, Jacksonville, Fla. (W911SF-13-D-0006); Don Jones Construction Company, Inc.*, Columbus, Ga. (W911SF-13-D-0007); Ritch Electric Company*, Columbus, Ga. (W911SF-13-D-0008); Webb Construction Group, Inc.*, Phenix City, Ala. (W911SF-13-D-0009); Bush Building & Construction*, Columbus, Ga. (W911SF-13-D-0010); Reams Enterprises, Inc.*, East Point, Ga. (W911SF-13-D-0011); HCR Construction*, Norcross, Ga. (W911SF-13-D-0012), were awarded a $150,000,000 firm-fixed-price, non-option eligible, multi-year, multiple award, indefinite-delivery/indefinite-quantity contract for general maintenance, repair, remodeling and minor new construction in support of Dept. of Public Works activities at Fort Benning, Camp Merrill, Ga. and Camp Rudder, Fla. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with 65 bids received. The U.S. Army Contracting Command- Fort Benning, Ga. is the contracting activity.

           Alliant Techsystems, Advanced Weapons Division, Plymouth, Minn., was awarded a $57,816,031 firm-fixed-price, option-eligible, non-multi-year contract for low rate initial production of the XM1156 Precision Guidance kit. This is a foreign military sale to Australia but performance location will be Rocket Center, W.Va. with funding from fiscal 2013 Research, Development, Testing and Evalution and fiscal 2010 and 2013 other procurement authorization funds. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J. is the contracting activity. (W15QKN-13-C-0074)

           Lockheed Martin Corp., Grand Praire, Texas was awarded a $44,132,874 cost-plus-incentive-fee, non-option-eligible, non-multi-year contract modification (P0006) of contract (W31P4Q-12-G-0001) for tactical telemetry redesign for the PATRIOT Advanced Capability-3 system. Performance locations will be Grand Prairie and Lufkin, Texas; Chelmsford, Mass.; Ocala, Fla., and Camden, Ark., with funding from fiscal 2013 other authorization funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Missile), Redstone Arsenal, Ala., is the contracting activity.

           Kongsberg Defence and Aerospace AS, Kirkegardsveien, Norway was awarded a $37,872,000 firm-fixed-price, option-eligible, non-multi-year contract modification (P00036) of contract (W15QKN-12-C-0103) in exercise of option contract line item number for depot support for the Common Remotely Operated Weapon Station. Performance location will be Johnstown, Pa., with funding from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Contracting Command – Picatinny Arsenal, Picatinny Arsenal, N.J. is the contracting activity. (W15QKN-12-C-0103).

           Kira Inc., Boulder, Colo. was awarded a $35,744,651 cost-plus-fixed-fee, option-eligible, non-multi-year contract modification (P00143) of contract (W911RZ-05-C-0009) for base operations and maintenance services and support to the Directorate of Public Works at Fort Carson, Colo. Performance locations will be Fort Carson and Model, Colo with funding from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with six bids received. The U.S. Army Contracting Command – Fort Carson, Colo. is the contracting activity.

           Invertix Corporation, McClean, Va., was awarded a $32,107,200 cost-plus-fixed-fee, non-option eligible, non-multi-year contract for services support of identification and integration of emerging technologies and improving analytic and visualization capabilities for integration into intelligence enterprise systems. Performance location will be Fort Belvoir, Va., and funding will be from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Intelligence and Security Command – Fort Belvoir, Va., is the contracting activity (W911W4-13-C-0007).

           Thalle Construction Inc., Hillborough, N.C., was awarded a $31,849,380 firm-fixed-price, non-option eligible, non-multi-year contract for construction and associated activities of various projects in and around the Herbert Hoover Dike Culverts. Performance location will be Moore Haven, Fla., with funding from fiscal 2013 other authorizations funds. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla. is the contracting activity (W912EP-13-C-0025).

           Government Secure Solutions CGI, Inc., Manassas, Va., was awarded a $27,019,494 cost-plus-fixed-fee, non-option eligible, non-multi-year contract for services support of technology enhancements that are integrated into the intelligence enterprise for use in Afghanistan and world-wide. Performance location will be Fort Belvoir, Va., and funding will be from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Intelligence and Security Command – Fort Belvoir, Va. is the contracting activity (W911W4-13-C-0009).

           Oxford Construction of Pennsylvania, Inc., Philadelphia, Pa. was awarded a $25,950,105 firm-fixed-price, option eligible, non-multi-year Design-Bid-Build contract for construction completion of a 6000 sq. meter basement in an existing building. This is a Foreign Military Sale to Israel and the performance location will be in Israel with funding from fiscal 2013 other authorized funds. This contract was a competitive acquisition via the web with three bids received. The U.S. Army Corps of Engineers – Europe District, APO, AE is the contracting activity (W912GB-13-C-0017).

           The Boeing Company was awarded a $22,706,288 cost-plus-incentive-fee, non-option-eligible, non-multi-year contract modification (P00059) of contract (W58RGZ-05-C-0001) for devolopment and demonstration of the AH-64 Apache Block III system. Performance locations will be Mesa. Ariz., with funding from fiscal 2013 Research, Development, Testing and Evaluation funds. This contract was a non-competitive acquisition with one bid solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

           L3 National Security Solutions, Inc., Reston, Va., was awarded a $23,934,919 cost-plus-fixed-fee, non-option eligible, non-multi-year contract for services and support to the U.S. Army Intelligence and Security Command Futures Directorate integration environment and enhancements to the intelligence enterprise. Performance location will be Fort Belvoir, Va., and funding will be from fiscal 2013 Operations and Maintenance Army funds. This contract was a competitive acquisition via the web with one bid received. The U.S. Army Intelligence and Security Command – Fort Belvoir, Va. is the contracting activity (W911W4-13-C-0008).

           The City of Aberdeen, Md., was awarded a $16,764,000 cost-for-service, non-option-eligible, multi-year contract modification (P00055) of contract (DAAD-05-99-C-0008) to provide water and wastewater capital improvement for the Aberdeen Proving Ground Installation. Performance locations will be Aberdeen, Md., with funding from fiscal 2013 Operations & Maintenance Army funds. This contract was a non-competitive acquisition with three bids solicited and one bid received. The U.S. Army Contracting Command – Redstone Arsenal (Aviation), Redstone Arsenal, Ala., is the contracting activity.

           Kokosing Construction Company, Fredericktown, Ohio was awarded an $8,675,935 firm-fixed-price, option-eligible, non-multi-year contract modification (P00014) of contract (W912P6-11-D-0004) to provide 24-hour, seven days a week, Confined Disposal Facility operations that include extensive on-site air monitoring, water treatment management services and dredging material disposal and related services at the Indiana Harbor & Canal Confined Disposal Facility. Performance location and funding will be determined with each order. This contract was a competitive acquisition via the web with four bids received. The U.S. Army Corps of Engineers – Chicago District, Chicago, Ill., is the contracting activity.

           Great Lakes Dredge & Dock Company, LLC, Oakbrook, Ill. was awarded a $8,030,480 firm-fixed-price, non-option eligible, non-multi-year contract for maintenance and associated dredging services for the U.S. Naval Station Kings Bay. Performance location will be Fernandina, Fla. and St. Mary’s, Ga. with funding from fiscal 2013 military construction funds. This contract was a competitive acquisition via the web with two bids received. The U.S. Army Corps of Engineers – Jacksonville District, Jacksonville, Fla. is the contracting activity (W912EP-13-C-0023).

NAVY
           Maritime Helicopter Support Co., Trevose, Pa., is being awarded a $170,449,998 modification against a previously awarded firm-fixed-price contract (N00019-13-C-4000) for the Through Life Support Phase II for the Royal Australian Navy MH-60 Romeo aircraft under the Foreign Military Sales (FMS) program. This effort includes squadron administrative management of aircraft and support equipment inventory; data and aircraft inventory reporting; supply chain management and the conduct of depot level Phased Maintenance Interval events. Work will be performed in Yerriyong, New South Wales, Australia (73 percent); Owego, N.Y. (15 percent); and Stratford, Conn. (12 percent); and is expected to be completed in December 2019. FMS funds in the amount of $170,449,998 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Md., is the contracting activity.

           Kollsman, Inc., Merrimack, N.H. is being awarded a $44,800,000 firm-fixed-price, five year requirements contract, to repair nine Weapon Repairable Assemblies on the Night Targeting System in support of the AH-1W Helicopter. Work will be performed at Merrimack, N.H., and is expected to be completed by September 2018. No funds are being obligated at the time of award. Fiscal 2013 Navy Working Capital Funds will be obligated on individual delivery orders as they are issued. No contract funds will expire at the end of the current fiscal year. The contract was solicited using Navy Electronic Commerce Online, with two offers received in response to this solicitation. The NAVSUP Weapon System Support, Philadelphia, Pa., is the contracting activity (N00383-13-D-034N).

           Archer Western Contractors, LLC, Atlanta, Ga., is being awarded $25,899,929 for firm-fixed-price task order #0006 under a multiple award construction contract (N40085-08-D-9739) for design and construction of a Marine Corp Security Force Regiment Headquarters and Regimental Aid Station Facility and bachelor enlisted quarters at Naval Weapons Station, Yorktown. The task order also contains six planned modifications, which if exercised would increase cumulative task order value to $30,454,075. Work will be performed in Yorktown, Va., and is expected to be completed by June 2015. Fiscal 2013 Military Construction, Navy contract funds in the amount of $25,899,929 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

           GE Aviation Systems LLC., Grand Rapids, Mich., is being awarded a $25,085,841 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the Low-Rate Initial Production of up to 190 AV-8B Radar Display Computers, 15 spare card sets, six engineering development units and non-recurring engineering support. Work will be performed in Clearwater, Fla. (80 percent), and Grand Rapids, Mich. (20 percent), and is expected to be completed in April 2016. No funds are being obligated at time of award. Funds will be obligated against individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(1). The Naval Air Systems Command, Patuxent River, Md., is the contracting activity (N00019-13-D-0018).

           Hourigan Construction Corp., Virginia Beach, Va., is being awarded $14,064,909 for firm-fixed-price task order #0004 under a previously awarded multiple award construction contract (N40085-08-D-9738) for the construction of a transportation facility, supply warehouse and armory at Naval Weapons Station, Yorktown. The task order also contains six planned modifications, which if exercised would increase cumulative task order value to $15,733,161. Work will be performed in Yorktown, Va., and is expected to be completed by March 2015. Fiscal 2013 Military Construction, Navy contract funds in the amount of $14,064,909 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Va., is the contracting activity.

           Softchoice Corp., McLean, Va., is being awarded $13,830,755 for delivery order #0020 under a previously awarded single Blanket Purchase Agreement (M67854-12-A-4701) to procure Microsoft brand name software support, known as software assurance, through May 2014. Work will be performed in McLean, Va., and is expected to be completed by May 2014. Fiscal 2013 Operation and Maintenance, Marine Corps funds in the amount of $13,830,755 will be obligated at the time of award, and funds will expire at the end of the current fiscal year. This contract was competitively awarded in June 2012 via the General Services Administration with five offers received. The Marine Corps System Command, Quantico, Va., is the contracting activity.

           Alutiiq 3SG LLC, Anchorage, Alaska, is being awarded a $13,560,933 modification to previously awarded contract (N00174-10-C-0056) to provide electronic security systems support to the National Guard Bureau and other governmental agencies. This requirement will support the upgrade of electronic security systems (ESS) support services at Army National Guard facilities and Armed Forces Reserve Center, and the Department of Homeland Security by providing threat, vulnerability and risk assessments, site surveys, design and engineering, procurement, installation, integration, testing, training and documentation, ESS follow-on/certification training, ESS follow-on technical and maintenance support, and, ESS program management and administrative support services. Work will be performed in Anchorage, Alaska, and is expected to be completed by August 2014. Fiscal 2013 Operations and Maintenance, Army funding in the amount of $2,381,501 will be obligated at the time of award and will expire at the end of the current fiscal year. Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Md., is the contracting activity.

           IAP World Services, Inc., Cape Canaveral, Fla., is being awarded an $11,500,000 modification under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N40080-13-D-3003) to extend the contract completion date for base operating support services at Naval Air Station Patuxent River; Webster Outlying Field; and Solomons Recreation Center. The work to be performed provides for base operating services including all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide facility, refuse collection, swimming pools, wastewater, water and environmental maintenance services. The total contract amount after award of this modification will be $29,682,868. Work will be performed in Patuxent River, Md. (91 percent); Solomons, Md. (5 percent); St. Inigoes, Md. (2 percent) and Point Lookout, Md. (2 percent). This extension period is from September 2013 to January 2014. Fiscal 2013 Defense Working Capital Funds, Defense; Fiscal 2013 Defense Health Program, Defense; Fiscal 2013 Operation and Maintenance, Navy; and Fiscal 2013 Non-Appropriated Funds contract funds in the $1,889,281 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Washington, Public Works Department, Patuxent River, Md., is the contracting activity.

           Softchoice Corp., McLean, Va., is being awarded $11,184,542 for delivery order #0019 under a previously awarded single Blanket Purchase Agreement (M67854-12-A-4701) to procure Microsoft brand name software licenses and support (known as software assurance) through May 2014. Work will be performed in McLean, Va., and is expected to be completed by May 2014.
Fiscal 2011 Procurement, Marine Corps funds, Fiscal 2011 Procurement, National Guard and Fiscal 2013 Operation and Maintenance, Marine Corps funds in the amount of $2,425,417 are being obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively awarded in June 2012 via the General Services Administration with five offers received. The Marine Corps System Command, Quantico, Va., is the contracting activity.

           Sumo-Nan JV II LLC*, Honolulu, Hawaii, is being awarded $9,789,112 for firm-fixed-price task order #0044 under a previously awarded multiple award construction contract (N62478-11-D-4046) for the renovation of the Quality Assurance Laboratory at Joint Base Pearl Harbor-Hickam. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2015. Fiscal 2013 Operation and Maintenance, Navy contract funds in the amount of $9,789,112 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

           Bell Boeing Joint Project Office, Amarillo, Texas, is being awarded an $8,906,715 cost-plus-fixed fee, firm-fixed-price contract for ten V-22 Block A to B 50-69 series upgrade kits and ten V-22 Block A- to B 50-69 series installs. Work will be performed in Philadelphia, Pa. (60 percent), and Fort Worth, Texas (40 percent), and is expected to be completed in May 2015. Fiscal 2013 Operations & Maintenance, Navy contract funds in the amount of $8,906,715 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to FAR 6.302-1. The Naval Air System Command, Patuxent River, Md., is the contracting activity (N00019-13-C-0021).

U.S. TRANSPORTATION COMMAND
           Federal Express Corp. of El Segundo, Calif., is being awarded a $49,778,917 modification for the exercise of the second option period under an indefinite delivery, requirements, fixed-price contract (HTC711-11-D-C050), with economic price adjustment for overpacking and transportation of perishable subsistence. This contract provides for cold-chain packing, logistics and international air transportation of primarily fresh fruits and vegetables from the U.S. West Coast to various Pacific locations in support of the Defense Commissary Agency and Defense Logistics Agency. Work will be performed in Japan, Korea, Guam and Alaska, beginning Oct. 1, 2013, with an expected completion date of Sept. 30, 2014. Funds will be obligated through decentralized orders. The initial contract was a competitive acquisition solicited using the Federal Business Opportunities Web site, and five offers were received. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

           Federal Express Corp., Memphis, Tenn., (HTC711-12-D-C001); Polar Air Cargo Worldwide, Inc., Purchase, N.Y., (HTC711-12-D-C002); and United Parcel Service Co., Louisville, Ky., (HTC711-12-D-C003) have each been awarded a $171,000,000 second option-year modification under an indefinite delivery/indefinite quantity fixed-price contract for Worldwide Express 5 (WWX-5) small package delivery services. Work will be performed worldwide as specified on each individual order, and is expected to be completed Sept. 30, 2014. The total maximum dollar value, including the base period and four option years for each contract is $853,318,655. Funds will be obligated through decentralized orders. This contract was a competitive acquisition solicited using the Federal Business Opportunities Web site, and five offers were received under the initial procurement. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Ill.

DEFENSE LOGISTICS AGENCY
           Philips Healthcare, Bothell, Wash., has been awarded a maximum $46,250,000 fixed-price with economic-price-adjustment contract for multi-vendor maintenance services. This contract is a five year base with no options included. Location of performance is Washington with an Aug. 31, 2018 performance completion date. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Fiscal year 2013 through fiscal year 2018 Defense Working Capital funds are being obligated at time of award. This contract is a competitive acquisition with five offers. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa., (SPM2D1-13-D-8300).

           The Boeing Company, Mesa, Ariz., has been awarded a maximum $24,085,000 firm-fixed-price contract for rotary wing blades. Location of performance is Arizona with an Aug. 31, 2015 performance completion date. Using military service is Army. Fiscal year 2014 Army Working Capital funds are being obligated at time of award. This contract is a sole-source acquisition. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Al., (SPM4AX-13-D-9404).

           Ortho Clinical Diagnostics Inc. J & J Company, Rochester, N.Y., has been awarded a maximum $13,111,217 modification (P00012), to contract (SPM2D0-09-D-0004) exercising the fourth option year period of a one year base contract with seven one-year option periods for various medical and surgical products. The contract is a fixed-price with economic- price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is New York with a Sept. 1, 2014 performance completion date. This contract was a competitive acquisition with seventeen offers received. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal year 2013 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pa.

           Aeroflex Wichita, Inc., Wichita, Kan., has been awarded a maximum $9,015,000 firm-fixed-price contract for radio test sets. Location of performance is Kansas with a June 3, 2015 performance completion date. Using military service is Navy. Fiscal year 2013 through fiscal year 2016 Navy Working Capital funds are being obligated at time of award. This contract was a sole-source acquisition. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pa., (SPRMM1-13-A-ZZ11).

DEFENSE MEDIA ACTIVITY
           Vykin Corp., Tampa, Fla., has been awarded a $12,290,416 firm-fixed-price contract to provide on-site information technology (IT) support services for the Defense Media Activity. Work will be performed in Maryland and Pennsylvania with a performance period beginning
Oct. 1, 2013 through Sept. 30, 2014. The base period of the contract will be subject to availability of fiscal 2014 Operations and Maintenance funds. This was a competitive acquisition small business set aside. The Defense Media Activity, Fort Meade, Md., is the contracting activity. (HQ0516-13-C-0010).

*Small Business

*Link for This article compiled by K. V. Seth from reliable sources 
U.S. DoD issued No.  628-13 August 30, 2013
*Speaking Image - Creation of DTN News ~ Defense Technology News 
*This article is being posted from Toronto, Canada By DTN News ~ Defense-Technology News Contact:dtnnews@ymail.com 
©COPYRIGHT (C) DTN NEWS DEFENSE-TECHNOLOGY NEWS

No comments: