1 / 24

Blog 133 B-410426 REQUEST FOR INVESTIGATION OF U S ARMY GENERAL OFFICERS REGARDING CONTRACT W911SE-07-D-0014_

Protests based upon alleged improprieties in a solicitation which are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In procurements where proposals are requested, alleged improprieties which do not exist in the initial solicitation but which are subsequently incorporated into the solicitation must be protested not later than the next closing time for receipt of proposals following the incorporation. <br>

Sariaya123
Télécharger la présentation

Blog 133 B-410426 REQUEST FOR INVESTIGATION OF U S ARMY GENERAL OFFICERS REGARDING CONTRACT W911SE-07-D-0014_

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. Keven L. Barnes From: To: Keven L. Barnes <keven.barnes@latvianconnectionllc.com> 'Harris, Jeffery D LTC USARMY 408 CONTR SPT BDE (US)'; jeffery.d.harris.mil@mail.mil.rpost.org 'Patchett, Christopher R SSG USARMY ACC (US)'; 'Wilder, Charles J II CIV USARMY 408 CONTR SPT BDE (US)'; 'debra.j.talley.civ@mail.mil'; 'james.w.doran10.civ@mail.mil'; Commissioner@FairnessInProcurement.org; laura.manneyester@sba.gov; john.klein@sba.gov; 'SAMUEL.GUZZO.CIV@MAIL.MIL'; Bennett, Jodie L CIV USARMY HQDA ACA (US) (jodie.l.bennett.civ@mail.mil); 'barbara.j.abbas.civ@mail.mil'; dean.koppel@sba.gov; Lloyd Chapman (lchapman@asbl.com) W911SE-07-D-0014 PROCUREMENT INTEGRITY ACT VIOLATIONS COMPETITION IN CONTRACTING ACT VIOLATIONS PLEASE INVESTIGATE GENERAL OFFICERS INVOLVED IN THIS WHITE COLLAR CRIMINAL ACTIVITY OF ILLEGAL CONTRACT AWARD R--Proposed contract award action for staff augmentation support services - FBO CANCELLATION NOTICE.pdf; EXHIBIT 2 USA004313-14-ATL FRANK KENDALL.pdf; EXHIBIT 3 JAMES DORAN REQUEST FOIA WHEN ASKED FOR SOLICITATION.pdf; Latvian corrective action (3).pdf Cc: Subject: Attachments: LTC Harris,    This is a formal request that you route to the Inspector General's Office that investigate General Officers, O‐7 and above  as to the continued white collar criminal activity occurring on Camp Arifjan, with performance of a contract on Camp  Arifjan, specifically W911SE‐07‐D‐0014.    I am alleging that the U.S. Army, specifically the 408th and Rock Island Reachback are colluding to violate the  Procurement Integrity Act and the Competition in Contracting Act by not competing a contract with a value of $ 6.5  Million.    Please also investigate every contracting officer involved and I would request that their SF1402 is removed pending the  outcome of the investigation who are involved in illegally extending a contract past 5 years.    There will also be a GAO Level Protest filed against you LTC Harris as the 408th is directly involved in the continued  performance of this illegal contract.     This Request for Investigation will be mailed by FEDEX to Frank Kendall, the Undersecretary of Defense to show that  his words are just a smoke screen for the white collar criminal activity still occurring at Camp Arifjan and within the  Army.  There is no excuse, except collusion between Honeywell and U.S. Army Contracting Command and Contracting  officers that the contract W911SE‐07‐D‐0014 should have been re‐competed in 2012.  Latvian Connection LLC and  teaming partners were denied the opportunity to bid on a simple personnel supply contract due to the ongoing white  collar criminal activity, collusion, and Organizational Conflicts of Interests of U.S. Army General Officers who believe they  are still above the law and do not have to abide by the Contracting rules, Regulations, Competition in Contracting Act  and can violate the Procurement Integrity Act.     This request to investigate U.S. Army General Officers and contracting officers associated with the illegal contract  extension of W911SE‐07‐D‐0014 is now published on SCRIBD and has been sent to the American Small Business League  President, Lloyd Chapman and the Commissioner on Fairness in Procurement, Raul Espinosa for their respective  organizations records to support the fact that the white collar criminal activity of the U.S. Army regarding violations of  Safeguards afforded U.S. Small Businesses like Latvian Connection LLC and other businesses under FAR 3.104 and the  1

  2. Procurement Integrity Act, and the Army’s continued violation of the Competition in Contracting Act, let alone their Procurement Integrity Act, and the Army’s continued violation of the Competition in Contracting Act, let alone their  ability to follow simple directives of their superiors like the Undersecretary of Defense indicates that the criminality that  was exposed at Camp Arifjan with the criminal rings operated by U.S. Army Officers MAJ John Cockerham, MAJ Pressley,  MAJ Momon, and MAJ Murray, still continue except now the ringleaders are General Officers who believe they are  above the law and untouchable.      The GAO Protest will name the leadership of the Army who have been in leadership positions while Honeywell has  worked 3 years past the 5 year term of their contract and should be responsible for their contracting officers following  the Federal Laws, CICA and the Procurement Integrity Act.    This Request for Investigation is now published on SCRIBD.    https://www.scribd.com/doc/244974280/Request‐for‐ Investigation‐of‐U‐S‐Army‐General‐Officers‐Regarding‐Contract‐W911SE‐07‐D‐0014      White Collar Criminal Activity and Camp Arifjan is synonymous when Major John Cockerham and White Collar Crime are searched in Google. This contract is a MAJ John Cockerham era contract and the Army did not see to it that it was cancelled and recompeted long ago, the tries to illegally extend it again with a sole source contract, W52P1J14R0204, this demonstrates that the Army General Officers are directing that this white collar criminal activity take place and at the root of the problem is kickbacks and that the Army, as a organization, cannot, at any level, be trusted to conduct contracting activities by U.S. Small Businesses or the U.S. Taxpayer.   http://www.washingtonpost.com/wp‐dyn/content/article/2007/08/21/AR2007082102106.html      http://www.examiner.com/article/u‐s‐army‐officer‐laundered‐money‐from‐military‐contractor      CC:   Maj. Gen. Theodore (Ted) C. Harrison III          Michael Hutchison          General Lloyd J. Austin III          Vice Admiral Fox          Maj. Gen. Garrett            https://www.scribd.com/doc/244974280/Request‐for‐Investigation‐of‐U‐S‐Army‐General‐Officers‐Regarding‐ Contract‐W911SE‐07‐D‐0014       Keven L. Barnes  CEO  (USAF) Ret.    Kuwait + 965 5012 2072  USA (707) 385 9344  SKYPE LatvianConnection‐1  keven.barnes@LatvianConnectionLLC.com  www.LatvianConnectionLLC.com     KUWAIT  CAGE:                 SGM59  DUNS:                534749622     CALIFORNIA   2

  3. DUNS 830587791  CAGE 5GLB3    The information contained in this message may be privileged, confidential, and protected from disclosure. If the reader  of this message is not the intended recipient, or any employee or agent responsible for delivering this message to the  intended recipient, you are hereby notified that any dissemination, distribution, or copying of this communication is  strictly prohibited. If you have received this communication in error, please notify us immediately by replying to the  message and deleting it from your computer. Thank you. Latvian Connection General Trading and Construction LLC.     3

  4. DEPARTMENT OF THE ARMY HEADQUARTERS, U.S. ARMY MATERIEL COMMAND ATTN: AMCCC, Office A6SE054 4400 Martin Road Redstone Arsenal, AL 35898-5000 October 1, 2014 REPLY TO ATTENTION OF: Office of Command Counsel ___________________________________ In the Matter of Latvian Connection LLC Notice of Corrective Action and Request for Dismissal Charles Morrow, Esq. Government Accountability Office Attn: Procurement Law Control Group 441 G Street, NW Washington, DC 20548 By email to GAO and to Protester Dear Mr. Morrow: The Army intends has taken corrective action in this protest, as follows: the Army has cancelled the award of bridge contract W52P1J-14-C-0047, and will extend the current contract, W911SE-07-D-0014 BA 01 in accordance with FAR 16.505 and 52.217-8. The Army believes that this action renders the pending protest moot as there is no longer an issue before the GAO which must be decided at this time. As this renders the protest academic, no further purpose would be served by the GAO’s review of the protest. See, American Combustion, Inc., B-235397.2, Oct. 13, 1989, 89-2 CPD ¶348; Whittaker-Yardney Power Systems, B-227831, Sept. 10, 1987, 87-S CPD ¶232; General Aero Products Corp., B-215532, Oct. 15, 1984, 84-2 CPD ¶404. Therefore, the Army requests that the GAO dismiss the protest. ) ) ) ) ) ) ) B-410426 Respectfully submitted, Debra J. Talley Associate Command Counsel 1

  5. Copy furnished to: Kevin L. Barnes Protest Division AMCCC, Office A6SE054 4400 Martin Road Redstone Arsenal, AL 35898-5000 (256) 450-8159 FAX: (256) 450-8840 Email: debra.j.talley.civ@mail.mil 2

  6. Latvian Connection LLC 1083 Vine St., Suite 503 Healdsburg, CA 95448 Tel: 001 965 5012 2072 September 19, 2014 BY REGISTERED EMAIL General Counsel Government Accounting Office 441 G Street, NW Washington DC 20548 Email: Protests@gao.gov Attn: Procurement Law Control Group, Room 1139 RE: Pre-Award Protest against the Department of the Army’s W52P1J-14-R-0204 for violating the Competition in Contracting Act and current directives from the Under Secretary of Defense, FRANK KENDALL regarding competition. Dear Procurement Law Group: Latvian Connection General Trading and Construction LLC, (“ LC LLC”), tel: [001 965 5012 2072]. Email: [keven.barnes@LatvianConnectionLLC.com]¹ , a SAMS Registered company ( DUNS 830587791 and CAGE 5GLB3, with a LOCAL office in the Middle East in Kuwait, DUNS 534749622 and CAGE SGM59submits this Pre- Award Protest against the Army Contracting Command, Rock Island, IL and its contracting officer that is violating the Competition in Contracting Act; the Federal Acquisition Regulations; and the August 21, 2014 Memo from the Under Secretary of Defense, Frank Kendall (EXHIBIT 2) . Specifically : ¹ keven.barnes@LatvianConnectionLLC.com ( Representative for the Protester Latvian Connection General Trading and Construction LLC) ² The Contracting Representative for this procurement is James Doran the Department of the Army, Army Contracting Command, ACC - Rock Island (ACC-RI). His email address is james.w.doran10.civ@mail.mil , and telephone number is 309-782-3276 In accordance with 4 C.F.R. § 21.1 (c ) (1), the relevant electronic mail address for this protest is PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  7. 2 | P a g e Per FAR 33.103 Protests to the agency (2) Latvian Connection LLC 1083 VINE ST. No 503 Healdsburg, CA 95449 Representative of Protester: Keven Barnes, CEO Email – keven.barnes@LatvianConnectionLLC.com INTERESTED PARTY STATUS As discussed below LC LLC seeks to compete for the contract that the proposed RFQ (Exhibit 1). Latvian Connection LLC incorporates all the below facts and (Exhibits) into this “Interested Party Status” section. Further, if this protest is sustained and Department of the Army evaluates Latvian Connection’s proposal, then LC LLC, a VOSB, responsible offeror – will have a reasonable chance of winning the Contract. Therefore, Latvian Connection LLC is an actual offeror whose direct economic interest is affected by the award of the Contract and hence, an interested party. 31 U.S.C. § 3551 (2000); FAR 33.101; 4 C.F.R. § 21.0(a)(2006); Designer Assoc. , Inc.,B-293226, FEB 12, 2004 C.P.D. ¶ 114 at 2. This is a Pre-Award Protest and is filed before 10 days following the posting of the Sole Source announcement by the Army on September 10, 2014. Latvian Connection LLC requested under FAR 5.102, a copy of the solicitation and was told by Mr. Doran that Latvian Connection LLC should file an FOIA. Latvian Connection LLC instead choose to bring Mr. Doran to the GAO and publish his unprofessional conduct and that of his contracting office. Further, Latvian Connection LLC is bringing in the 408th of Camp Arifjan and LTC Jeffery D. Harris because he is the contracting office commander located at Camp Arifjan where this contract is to be performed. It is well established that the reason solicitations greater than $ 1 Million are conducted from Rock Island is due to the massive criminal activity at Camp Arifjan involving contracting officers with more than 20 being imprisoned due to kickbacks and bribes. The white collar criminal activity of the Army is systemic and originates from the Pentagon and Rock Island. The inability to follow Federal Acquisition Regulations, the Competition in Contracting Act, the Small Business Act and now, simple directives from the Under Secretary of Defense is the reason the Army at Camp Arifjan are continually being brought to the GAO. The lack of training within the Army and the ongoing criminal investigation assure the Army that they will be brought to the GAO until they can manage to purge their ranks of those that do not obey Federal Laws and Statutes. This contract should be cancelled immediately and a Fair and Open Competition conducted. General Ray Odierno is the leader of the Organized Crime Ring that IS the United States Army at the Pentagon Level. PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  8. 3 | P a g e The Criminal leadership for the Army at Rock Island is: Brig. Gen. Ted Harrison TIMELINESS OF THIS PROTEST source of RFQ W52P1J14R0204 dated September 10, 2014, and being announced ( not competed ) on www.fbo.gov . § 21.2 Time for filing.(a)(1) Protests based upon alleged improprieties in a solicitation which are apparent prior to bid opening or the time set for receipt of initial proposals shall be filed prior to bid opening or the time set for receipt of initial proposals. In procurements where proposals are requested, alleged improprieties which do not exist in the initial solicitation but which are subsequently incorporated into the solicitation must be protested not later than the next closing time for receipt of proposals following the incorporation. This is a pre-award protest is filed within 10 days of the FBO posting and is timely if filed within 10 days following September 10, 2014. The Pre-Award protest against the Department of the Army’s Rock Island’s contracting office regarding the sole FACTUAL GROUNDS OF THE PROTEST 1.The RFQ The Department of the Army’s ACC announced a sole source without meeting the criteria announced by Frank Kendall regarding sole sources. W52P1J14R0204 and that they be signed off by “SENIOR PROCUREMENT EXECUTIVE LEVEL. PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  9. 4 | P a g e When Latvian Connection LLC requested a copy of the solicitation under FAR 5.102 as a U.S. Small Business, the contracting representative stated that we should file a FOIA. We request that the Small Business Administration be requested to comment so that the Army can hear from the SBA what the Army is expected to provide according to the Federal Acquisition Regulations and the Small Business Act when a Veteran Owned Small Business makes a written request for the withheld solicitation. Latvian Connection LLC, a Small Business Administration registered company that is registered in California and Kuwait was denied the opportunity to bid by Rock Island and the organizational conflict of interest of the 408th REACHBACK of II. Latvian Connection LLC’s Proposal Camp Arifjan. Further, if this protest is sustained and the Army evaluates Latvian Connection’s proposal, then LC LLC, a VOSB , with Teaming Partners, responsible offerors – will have a reasonable chance of winning the Contract. Therefore, Latvian Connection LLC is an actual offeror whose direct economic interest is affected by the award of the Contract and hence, an interested party. 31 U.S.C. § 3551 (2000); FAR 33.101; 4 C.F.R. § 21.0(a)(2006); Designer Assoc. , Inc.,B-293226, FEB 12, 2004 C.P.D. ¶ 114 at 2. Request of a ruling by the Comptroller General of the United States Latvian Connection LLC (VOSB) specifically requests that the GAO level Pre-Award protest be referred to the Small Business Administration for their review. Latvian Connection LLC also requests that the Comptroller General of the United States ruling be made about the Pre-Award protest of Solicitation W52P1J14R0204 for Staff Augmentation Support Services - 57 PERSONAL awarded without competition and ask the Department of the Army, Rock Island, IL, to take corrective action and compete the solicitation according to the Competition in Contracting Act and the Federal Acquisition Regulations. The Competition in Contracting Act states: In enacting CICA, Congress explained: “Effective competition is predicated on advance procurement planning and an understanding of the marketplace.” S. Rep. No. 50, 98th Cong., 2d Sess. 18 (1984), reprinted in 1984 U.S.C.C.A.N. 2191. The Senate Report also quoted with approval the following testimony regarding the need for advance planning: Opportunities for obtaining or improving competition have often been lost because of untimely, faulty, or the total lack of advance procurement planning. Noncompetitive procurement or inadequate competition also has resulted many times from the failure to develop specifications . . . . By requiring effective competition, Congress will serve notice on the agencies that they will need to do more than the minimum to comply with the statute. S. Rep. No. 50, 98th Cong., 2d Sess. 19 (1984), reprinted in 1984 U.S.C.C.A.N. 2192. Finally, in interpreting this statutory requirement, our Office has noted that contracting officials have a duty to promote and provide for competition and to obtain the most advantageous contract for the government. Precision Logistics, Inc., B-271429, July 18, 1996, 96-2 CPD ¶ 24 at 5; National Aerospace Group, Inc., B-282843, Aug. 30, 1999, 99-2 CPD ¶ 43. In other words, contracting officials must act affirmatively to obtain and safeguard competition; they cannot take a passive approach and remain in a sole-source situation when they could reasonably take steps to enhance competition. Here, the Army's actions over the past several years fail to comply with CICA's statutory mandate for reasonable advance planning. (HEROS, Inc., B-292043, June 9, 2003) Under CICA, 41 U.S.C. sect. 253(a)(1)(A), contracting officers have a duty to promote and provide for competition and to provide the most advantageous contract for the government. In their role of promoting and providing for competition, contracting officials must act affirmatively to obtain and safeguard competition; they cannot take a passive approach and remain in a noncompetitive position where they could reasonably take steps to enhance competition. VSE Corp., Johnson Controls World Servs., Inc., B- PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  10. 5 | P a g e 290452.3 et al., May 23, 2005, 2005 CPD para. 103 at 8; HEROS, Inc., B-292043, June 9, 2003, 2003 CPD para. 111 at 7; National Aerospace Group, Inc., B-282843, Aug. 30, 1999, 99-2 CPD para. 43 at 8. See also S. Rep. No. 98-50, at 18 (1984), reprinted in 1984 U.S.C.C.A.N. 2174, 2191 (stating that CICA requires agencies to “make an affirmative effort to obtain effective competition”). CICA further provides that under no circumstance may noncompetitive procedures be used due to a lack of advance planning by contracting officials. 41 U.S.C. sect. 253(f)(5)(A); Signals & Sys., Inc., B-288107, Sept. 21, 2001, 2001 CPD para. 168 at 9. Although the requirement for advance planning is not a requirement that such planning be successful or error-free, see Abbott Prods., Inc., B-231131, Aug. 8, 1988, 88-2 CPD para. 119, at 8, the advance planning must be reasonable. Signals & Sys., Inc., supra, at 13. Here, we conclude that the agency has failed to comply with the CICA mandate for reasonable advance planning. REQUEST FOR HEARING OR CONFERENCE AND PROTECTIVE ORDER If the issues in this case cannot be resolved on the basis of the documents requested, then Latvian Connection LLC requests a hearing on all of the matters set forth above. 4 C.F.R. § 21.1 (d)(2008). LC LLC does not request a protective order. Latvian Connection LLC does not request that this protest be expedited, but does request that the Small Business Administration be requested to comment. LEGAL GROUNDS OF PROTEST I. The Army Contracting Command – Rock Island is Unreasonable By Contracting Representative, Mr. Doran not conducting a solicitation as required by the Competition in Contracting Act and the Federal Acquisition Regulations for a solicitation with a value of $ 6.5 Mil, where there will easily be more than 30 interested companies, including Latvian Connection LLC and its teaming partners, that can perform this contract, Mr. Doran has acted unreasonably. By the Army Contracting Command not conducting the solicitation – they have violated the basic tenants of competition and completely disregarded the memo of Mr. Frank Kendall (Exhibit 2), the Undersecretary of Defense regarding competition. The Competition in Contracting Act states: In enacting CICA, Congress explained: “Effective competition is predicated on advance procurement planning and an understanding of the marketplace.” S. Rep. No. 50, 98th Cong., 2d Sess. 18 (1984), reprinted in 1984 U.S.C.C.A.N. 2191. The Senate Report also quoted with approval the following testimony regarding the need for advance planning: Opportunities for obtaining or improving competition have often been lost because of untimely, faulty, or the total lack of advance procurement planning. Noncompetitive procurement or inadequate competition also has resulted many times from the failure to develop specifications . . . . By requiring effective competition, Congress will serve notice on the agencies that they will need to do more than the minimum to comply with the statute. S. Rep. No. 50, 98th Cong., 2d Sess. 19 (1984), reprinted in 1984 U.S.C.C.A.N. 2192. Finally, in interpreting this statutory requirement, our Office has noted that contracting officials have a duty to promote and provide for competition and to obtain the most advantageous contract for the government. Precision Logistics, Inc., B-271429, July 18, 1996, 96-2 CPD ¶ 24 at 5; National Aerospace Group, Inc., B-282843, Aug. 30, 1999, 99-2 CPD ¶ 43.In other words, contracting officials must act affirmatively to obtain and safeguard competition; they cannot take a passive approach and remain in a sole-source situation when they could reasonably take steps to enhance competition. Here, the Army's actions over the past several years fail to comply with CICA's statutory mandate for reasonable advance planning.(HEROS, Inc., B-292043, June 9, 2003) Under CICA, 41 U.S.C. sect. 253(a)(1)(A), contracting officers have a duty to promote and provide for competition and to provide the most advantageous contract for the government. In their role of promoting and providing for competition, contracting officials must act affirmatively to obtain and safeguard competition; they cannot take a passive approach and remain in a noncompetitive position where they could reasonably take steps to enhance competition. VSE Corp., Johnson Controls World Servs., Inc., B- 290452.3 et al., May 23, 2005, 2005 CPD para.103 at 8; HEROS, Inc., B-292043, June 9, 2003, 2003 CPD para.111 at 7; National Aerospace Group, Inc., B-282843, Aug. 30, 1999, 99-2 CPD para.43 at 8. See also S. Rep. No. 98-50, at 18 (1984), reprinted in 1984 U.S.C.C.A.N. 2174, 2191 (stating that CICA requires agencies to “make an affirmative effort to obtain effective competition”). CICA further provides that under PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  11. 6 | P a g e no circumstance may noncompetitive procedures be used due to a lack of advance planning by contracting officials. 41 U.S.C. sect. 253(f)(5)(A); Signals & Sys., Inc., B-288107, Sept. 21, 2001, 2001 CPD para. 5 168 at 9. Although the requirement for advance planning is not a requirement that such planning be successful or error-free, see Abbott Prods., Inc., B-231131, Aug. 8, 1988, 88-2 CPD para. 119, at 8, the advance planning must be reasonable. Signals & Sys., Inc., supra, at 13. Here, we conclude that the agency has failed to comply with the CICA mandate for reasonable advance planning. As a general matter, CICA provides that when conducting procurements for property and services, agencies are required to obtain full and open competition through the use of competitive procedures, in accordance with statute and the FAR. 10 U.S.C. § 2304(a)(1)(A). One exception to this requirement for competition is if the head of the agency determines that it is necessary in the public interest to use other than competitive procedures in any “particular procurement.” 10 U.S.C. § 2304(c)(7). The authorizing official must make a written determination and finding supporting use of the public interest exception that “set[s] forth enough facts and circumstances to clearly and convincingly justify the specific determination made.” FAR §§ 6.302-7(c)(1), 1.704; Sikorsky Aircraft Corp., B- 403471, B-403471.3, Nov. 5, 2010, 2010 CPD ¶ 271 at 4. 10 U.S.C. § 2304(c)(7) also has a second requirement. The head of the agency must “[notify] the Congress in writing of [the] determination not less than 30 days before the award of the contract.” 10 U.S.C. § 2304(c)(7)(B). Generally, our review of a D&F issued by an agency in support of the public interest exception to full and open competition addresses whether the D&F provides, on its face, a clear and convincing justification that the restricted competition furthers the public interest identified. We consider a protester’s arguments that the D&F relies on facts that have no relation to the stated public interest, or that the D&F relies on materially inaccurate information. We will not, however, sustain a protest based on the protester’s disagreement with the conclusions set forth in the D&F. Sikorsky Aircraft Corp., supra, at 5. There is no Justification and Approval from the Head of the Agency to sole source RFQ W52P1J14R0204. The Competition in Contracting Act (CICA), 10 U.S.C. § 2304(c)(2) (2009), permits an agency to use other than competitive procedures in acquiring goods or services where the agency’s requirement is of such an unusual and compelling urgency that the government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits proposals. Although CICA requires that agencies solicit offers from as many potential sources as is practicable when using the unusual and compelling urgency exception to limit competition, 10 U.S.C. § 2304(e), an agency nonetheless may limit a procurement to the only firm it reasonably believes can properly perform the work in the time available. McGregor Mfg. Corp., B-285341, Aug. 18, 2000, 2000 CPD ¶ 151 at 6. There has not been a Justification and Approval that is fully signed posted and Latvian Connection LLC, a Veteran Owned U.S. Small Business made a written request for the solicitation and was denied. The Army’s lack of planning does not constitute a justification to avoid competing the solicitation in Full and Open competition. II. Latvian Connection LLC Has Been Prejudiced Prejudice requires a reasonable likelihood that Latvian Connection LLC would have been awarded the Contract if we had been allowed the opportunity to bid. Such a determination is not susceptible to a precise mathematical calculation; rather, prejudice requires only that “but for the agency’s actions, the protestors would have had a reasonable chance of receiving the award. Anthem Alliance for Health, Inc., TRICARE Management Activity – Reconsideration, B-278189.5, July 13, 1998, 98-2 CPD 66. A reasonable possibility of prejudice therefore is sufficient to sustain the protest. United Int’l. Eng’g., Inc., B-245448.3, Jan 29, 1992, 92-1 C.P.D. ¶ 122. Europe Displays, Inc., B-297099. The fact that overseas solicitations were conducted (Exhibit 4, 5, 6, 22 ) demonstrates that a total small business set-aside have been conducted. Latvian Connection LLC has been prejudiced for years by the Air Force overseas and its prejudice of Latvian Connection LLC in 2009 – 2013 has been patently unfair and the contracting officers have been acting irresponsibly and in an arbitrary, capricious manner. The contracting office not PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  12. 7 | P a g e setting-aside exclusively for Small Business for purchases under the Simplified Acquisition Threshold has been prejudicing Latvian Connection LLC since Latvian Connection LLC started its Kuwait office in June 2009. REQUEST FOR DOCUMENTS Latvian Connection LLC requests that the following materials be included in the agency report, pursuant to 4 C.F.R. § 21.1(d)(2008): All Market Research regarding supply of personnel in Kuwait Show all Sources Sought for RFQ W52P1J14R0204 The SAM.gov List of all Businesses in Kuwait Bid Abstract and Evaluations All emails, memo for record, regarding this solicitation All documents that refer or relate to the efforts to obtain competition from U.S. Registered Small Businesses in the Middle East and the United States. All documents that refer or relate to the efforts to increase competition All documents that refer or relate to the Contracting Officer’s Market Research REQUEST FOR RELIEF AND CONCLUSION Latvian Connection LLC requests that the agency conduct the RFQ in accordance with the Competition in Contracting Act and the Federal Acquisition Regulations. We request that the contract award be cancelled and the solicitation be competed in Full, Fair and Open Competition. It would seem that the directives flowing out of the President of the United States office are orders and those orders are not being followed by General Officers, Regular grade officers, and Airman in defiance to set-asides that are to be exclusively reserved for United States Small Business of which Latvian Connection LLC is a Veteran Owned Small Business. Latvian Connection LLC requests the removal of any contracting officer in the Middle East who cannot follow the Federal Acquisition Regulations and is steering contracts by either posting under false contracting offices, failing to post on www.fbo.gov , and by not supporting American Small Businesses like Latvian Connection LLC and by excluding American Small Businesses in open disobedience of an Act designed to help American Small Businesses and the American Economy. The GAO should recommend that Military Contracting Officers be administratively disciplined until the Federal Acquisition Regulations, Laws, Rules, and the Competition in Contracting Act and Small Business Act are implemented. If this means that contracting activities are given to another non-DoD Agency because the contracting officers of the Department of Defense are failing to follow the Presidential Orders and the will of Congressionally enacted Acts to benefit U.S. Small Businesses and the American economy, then that should be the recommendation of the GAO. We also request that Latvian Connection LLC be reimbursed the costs of filing and pursuing its protest, including reasonable protest preparation fees. Bid Protest Regulations 4 C.F.R. § 21.8(d)(1) (2010). Under the Competition in Contracting Act of 1984, the GAO may recommend that protest costs be reimbursed where they find that an agency’s action violated a procurement statute or regulation. 31 U.S.C. § 3554(c)(1) (2010). The GAO’s Bid Protest Regulations provide that, where the contracting agency decides to take corrective action in PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  13. 8 | P a g e response to a protest, the GAO may recommend that the protester be reimbursed the costs of filing and pursuing its protest, including reasonable attorneys’ fees. 4 C.F.R. § 21.8(e) (2010). The GAO has stated that it “does not mean that costs should be reimbursed in every case in which an agency decides to take corrective action; rather, a protester should be reimbursed its costs where an agency unduly delayed its decision to take corrective action in the face of a clearly meritorious protest. Griner’s-A-One Pipeline Servs., Inc.--Costs, B-255078.3, July 22, 1994, 94-2 CPD ¶ 41 at 5. Respectfully submitted, __________________________ Keven L. Barnes CEO Latvian Connection LLC PRE-AWARD PROTEST W52P1J14R0204 DEPT of the ARMY ACC - Rock Island (ACC-RI) Staff Augmentation Support Services

  14. 9/14/2014 R--Proposed contract award action for staff augmentation support services - W52P1J14R0204 - Federal Business Opportunities: Opportunities Welcome, Business Development Officer Accessibility User Guide Logout R--Proposed contract award action for staff augmentation support services Solicitation Number: W52P1J14R0204 Agency: Department of the Army Office: Army Contracting Command Location: ACC - Rock Island (ACC-RI) Print Link Packages Interested Vendors List Notice Details GENERAL INFORMATION Original Synopsis Sep 10, 2014 6:03 pm Return To Opportunities List Watch This Opportunity Notice Type: Special Notice Add Me To Interested Vendors Posted Date: September 10, 2014 Solicitation Number: W52P1J14R0204 Notice Type: Special Notice Response Date: - Synopsis: Added: Sep 10, 2014 6:03 pm The Government intends to award a sole source (in accordance with FAR 6.302-1) contract to Honeywell Technology Services Inc (HTSI) for staff augmentation support services at Camp Arifjan, Kuwait. Services to be procured include operations specialists, management analysts, current/future planner, executive administration assistant, contract analyst, supply personnel, plans and operations officer, operations analyst, logistics analysts and transportation personnel. The contract will have a six month base period of performance and a six month option period. Anticipated award date is 26 September 2014. Competition is limited due to the transition time required for a new contractor to transition-in, the short period of performance, and to ensure continuity of services. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. Estimated contract value is $6.7 million inclusive of any anticipated surge requirements for the base and option period. Base award amount is estimated at $2.5 million. Archiving Policy: Automatic, on specified date Archive Date: September 10, 2015 Original Set Aside: N/A Set Aside: N/A Classification Code: R -- Professional, administrative, and management support services NAICS Code: 561 -- Administrative and Support Services/561210 -- Facilities Support Services Contracting Office Address: ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500 Point of Contact(s): James Doran, 309-782-3276 ACC - Rock Island (ACC-RI) Return To Opportunities List Watch This Opportunity Add Me To Interested Vendors User Guide For Help: Federal Service Desk Accessibility https://www.fbo.gov/index?s=opportunity&mode=form&id=40b9a2d93c19196ac0b5599827992fc6&tab=core&_cview=0 1/1

  15. THE UNDER SECRETARY OF DEFENSE 3010 DEFENSE PENTAGON WASHINGTON, DC 20301-3010 AUG 2 1 2014 ACQUISITION, TECHNOLOGY AND LOGISTICS MEMORANDUM FOR: SEE DISTRIBUTION SUBJECT: Actions to Improve Department of Defense Competition Competition is the most valuable means we have to motivate industry to deliver effective and efficient solutions for the Department of Defense (DoD). When we create and maintain a competitive environment, we are able to spur innovation, improve quality and performance, and lower costs for the supplies and services we acquire. Over the past four years, the Department has not met its competition goals. In fact, we have experienced a declining competition rate, and we must take action to reverse this trend. Specifically, we will implement the following actions to improve the competitive environment. First, each quarter we will address progress to expand and improve our use of competition at the Business Senior Integration Group meetings. We will collaborate to understand best practices that have been successfully employed to either achieve direct competition or realize the benefits and effects of indirect competition. To facilitate our analysis, we will be deploying business intelligence tools that enable us to use data to identify opportunities for improvement. Second, I am issuing the "Guidelines for Creating and Maintaining a Competitive Environment for Supplies and Services in the Department of Defense" (see http://bbp.dau.mil/). These guidelines are intended to provoke thought about the various approaches that may be used to competitively fulfill DoD requirements. The techniques and examples should be considered in developing acquisition strategies to tailor an approach that creates and maintains a competitive environment throughout the life cycle of a given product or service. We plan to publish the "DoD Competition Handbook, A Practical Guide for Program Managers" in September 2014. This product will update and expound upon the Defense Systems Management College handbook published in 1984 for program managers, "Establishing Competitive Production Sources." The updated Handbook will provide case studies and examples that address all phases of the weapon system life cycle, inc! udi ng new chapters on technology maturation and risk reduction; engineering, manufacturing and development; and operations and support. Third, for competitive solicitations in which more than one company expressed interest during the market research phase but only one offer or a Jesser number of offers were ultimately received, the contracting officer will seek feedback from those companies who originally expressed interest to understand why they did not submit an offer. We will use this feedback to consider how we might overcome barriers to competition for future requirements. Fourth, contracting officers will be required to use Requests for Information (RFI) or Sources Sought (SS) notices before soliciting non-competitive acquisitions that cite FAR 6.302-1 - "Only One Responsible Source." The results of this inquiry will be included in

  16. the Justification and Approval (J&A) document. This technique is already used in many instances, but expanded use will inform our ability to maximize use of competitive procedures. In certain limited circumstances, it may be inappropriate or unnecessary to use an RFI or SS notice as a market research method for a particular acquisition; therefore, waivers to this requirement are permitted. The waiver authority is the Head of the Contracting Activity, or designee. The authority may not be delegated lower than a general/flag officer or SES. Finally, we will amend our procedures for completing non-competitive J&A documents. Current policy already requires that J&As describe actions, if any, the agency may take to remove or overcome barriers to competition for subsequent acquisitions of the same supplies or services. Our policy does not require tracking of such plans or actions taken to remove barriers to competition. As a result, approval authorities may be missing opportunities to learn why non-competitive acquisitions are not overcoming barriers to competition for subsequent acquisitions of the item. To address these missed opportunities, we will require follow-on acquisitions of the same supply or service to include the previous J&A as part of the approval package. To the extent the planned actions cited in the prior J&A were not completed, the subsequent J&A must be approved at one level above the prior J&A. The approving official has the discretion to determine if the planned actions were completed, and J&As approved at the Senior Procurement Executive level will remain at that level. Given the declining trend in competition in the Department and in light oftoday's limited resources, we must maximize our use of direct and indirect competition. Every dollar saved through competition benefits the W arfighter and the taxpayers. The aforementioned guidance and requirements will be incorporated in the Defense Acquisition Guidebook and Defense Federal Acquisition Regulation Supplement. Frank Kendall 2

  17. DISTRIBUTION: ASSISTANT SECRETARY OF DEFENSE FOR ACQUISITION ASSISTANT SECRETARY OF DEFENSE FOR LOGISTICS AND MATERIEL READINESS ASSISTANT SECRETARY OF DEFENSE FOR NUCLEAR, CHEMICAL, AND BIOLOGICAL DEFENSE PROGRAMS ASSISTANT SECRETARY OF DEFENSE FOR OPERATIONAL ENERGY PLANS AND PROGRAMS ASSISTANT SECRETARY OF DEFENSE FOR RESEARCH AND ENGINEERING SERVICE ACQUISITION EXECUTIVES DEPUTY ASSISTANT SECRETARY OF DEFENSE FOR MANUFACTURING AND INDUSTRIAL BASE POLICY EXECUTIVE DIRECTOR, DEFENSE SCIENCE BOARD DIRECTOR, ACQUISITION RESOURCES AND ANALYSIS DIRECTOR, ADMINISTRATION DIRECTOR, DEFENSE PRICING DIRECTOR, DEFENSE PROCUREMENT AND ACQUISITION POLICY DIRECTOR, HUMAN CAPITAL INITIATIVES DIRECTOR, INTERNATIONAL COOPERATION DIRECTOR, JOINT RAPID ACQUISITION CELL DIRECTOR, SPECIAL PROGRAMS DIRECTOR, SMALL BUSINESS PROGRAMS DIRECTOR, TEST RESOURCE MANAGEMENT CENTER DIRECTORS OF THE DEFENSE AGENCIES DIRECTORS OF THE DEFENSE FIELD ACTIVITIES 3

  18. Keven L. Barnes Sent: To: Cc: 11 September, 2014 4:57 PM Keven L. Barnes Wilder, Charles J II CIV USARMY 408 CONTR SPT BDE (US); Harris, Jeffery D LTC USARMY 408 CONTR SPT BDE (US); john.klein@sba.gov; major.clark@sba.gov RE: Registered: W52P1J14R0204 NOTICE OF INTENT TO FILE GAO LEVEL PROTEST BY CLOSE OF BUSINESS 12 SEPT FOR VIOLATING COMPETITION IN CONTRACTING ACT Subject: Mr. Barnes,    In addition, you may submit a FOIA request for any documents that are not publically available.    JAMES W. DORAN,  CFCM  Contracting Officer  Army Contracting Command, Rock Island  EAGLE and Sustainment Contracting Division Mailing Address:  Army Contracting Command‐RI  3055 Rodman Avenue  Attn: Jim Doran  CCRC‐FC  Rock Island, IL  61299‐8000  Telephone:  309‐782‐3276/DSN 312‐793‐3276            ‐‐‐‐‐Original Message‐‐‐‐‐  From: keven.barnes@latvianconnectionllc.com  [mailto:keven.barnes@latvianconnectionllc.com]  Sent: Thursday, September 11, 2014 7:43 AM  To: Doran, James W CIV USARMY ACC (US); Doran, James W CIV USARMY ACC (US)  Cc: Wilder, Charles J II CIV USARMY 408 CONTR SPT BDE (US); Harris, Jeffery D LTC USARMY 408 CONTR SPT BDE (US);  john.klein@sba.gov; major.clark@sba.gov  Subject: Registered: W52P1J14R0204 NOTICE OF INTENT TO FILE GAO LEVEL PROTEST BY CLOSE OF BUSINESS 12 SEPT  FOR VIOLATING COMPETITION IN CONTRACTING ACT    This is a Registered E‐mailR message from Keven L. Barnes.  ________________________________________________________________________________________      Mr. Doran,        This is a notice to you that you and the Army are violating CICA.  Also, this an allegation of that the Procurement  Integrity Act has once again been violated by the U.S. Army.        1

  19. Please provide me a copy of the solicitation and post all relevant solicitation documents to FBO.  There will be no other Please provide me a copy of the solicitation and post all relevant solicitation documents to FBO.  There will be no other  notice or warning to   you.    This request is from a U.S. Small Business        Perhaps you didn't read the Memo for the DoD from Frank Kendal on competition.   Please provide a signed J & A that is signed by a Flag Officer.        W52P1J14R0204    Notice Type:    Special Notice    Synopsis:    Added: Sep 10, 2014 6:03 pm    The Government intends to award a sole source (in accordance with FAR 6.302‐1)   contract to Honeywell Technology Services Inc (HTSI) for staff augmentation   support services at Camp Arifjan, Kuwait. Services to be procured include   operations specialists, management analysts, current/future planner, executive   administration assistant, contract analyst, supply personnel, plans and   operations officer, operations analyst, logistics analysts and transportation   personnel. The contract will have a six month base period of performance and a   six month option period. Anticipated award date is 26 September 2014.   Competition is limited due to the transition time required for a new   contractor to transition‐in, the short period of performance, and to ensure   continuity of services. All responsible sources may submit a capability   statement, proposal, or quotation which shall be considered by the Agency.   Estimated contract value is $6.7 million inclusive of any anticipated surge   requirements for the base and option period. Base award amount is estimated at   $2.5 million.    Contracting Office Address:    ACC ‐ Rock Island (ACC‐RI), ATTN: AMSAS‐AC, Rock Island, IL 61299‐6500    Point of Contact(s):    James Doran, Description:   chrome‐extension://lifbcibllhkdhoafpjfnlhfpfgnpldfl/call_skype_logo.png309‐782‐3276        (a) A contracting officer who receives or obtains information of a violation   or possible violation of subsection 27(a), (b), (c), or (d) of the Act (see   3.104‐3 <http://www.acquisition.gov/far/html/Subpart%203_1.html#wp1139331> )   must determine if the reported violation or possible violation has any impact   2

  20. on the pending award or selection of the contractor. on the pending award or selection of the contractor.    (1) If the contracting officer concludes that there is no impact on the   procurement, the contracting officer must forward the information concerning   the violation or possible violation and documentation supporting a   determination that there is no impact on the procurement to an individual   designated in accordance with agency procedures.    (i) If that individual concurs, the contracting officer may proceed with the   procurement.    (ii) If that individual does not concur, the individual must promptly forward   the information and documentation to the HCA and advise the contracting   officer to withhold award.    (2) If the contracting officer concludes that the violation or possible   violation impacts the procurement, the contracting officer must promptly   forward the information to the HCA.    (b) The HCA must review all information available and, in accordance with   agency procedures, take appropriate action, such as‐    (1) Advise the contracting officer to continue with the procurement;    (2) Begin an investigation;    (3) Refer the information disclosed to appropriate criminal investigative   agencies;    (4) Conclude that a violation occurred; or    (5) Recommend that the agency head determine that the contractor, or someone   acting for the contractor, has engaged in conduct constituting an offense   punishable under subsection 27(e) of the Act, for the purpose of voiding or   rescinding the contract.    (c) Before concluding that an offeror, contractor, or person has violated the   Act, the HCA may consider that the interests of the Government are best served   by requesting information from appropriate parties regarding the violation or   possible violation.    (d) If the HCA concludes that section 27 of the Act has been violated, the HCA   may direct the contracting officer to‐    (1) If a contract has not been awarded‐    (i) Cancel the procurement;    (ii) Disqualify an offeror; or    (iii) Take any other appropriate actions in the interests of the Government.    3

  21. (2) If a contract has been awarded‐    (i) Effect appropriate contractual remedies, including profit recapture under   the clause at 52.203‐10   <http://www.acquisition.gov/far/html/52_200_206.html#wp1137667> , Price or Fee   Adjustment for Illegal or Improper Activity, or, if the contract has been   rescinded under paragraph (d)(2)(ii) of this subsection, recovery of the   amount expended under the contract;    (ii) Void or rescind the contract with respect to which‐    (A) The contractor or someone acting for the contractor has been convicted for   an offense where the conduct constitutes a violation of subsections 27(a) or   (b) of the Act for the purpose of either‐    (1) Exchanging the information covered by the subsections for anything of   value; or    (2) Obtaining or giving anyone a competitive advantage in the award of a   Federal agency procurement contract; or    (B) The agency head has determined, based upon a preponderance of the   evidence, that the contractor or someone acting for the contractor has engaged   in conduct constituting an offense punishable under subsection 27(e)(1) of the   Act; or    (iii) Take any other appropriate actions in the best interests of the   Government.    (3) Refer the matter to the agency suspending or debarring official.    (e) The HCA should recommend or direct an administrative or contractual remedy   commensurate with the severity and effect of the violation.    (f) If the HCA determines that urgent and compelling circumstances justify an   award, or award is otherwise in the interests of the Government, the HCA, in   accordance with agency procedures, may authorize the contracting officer to   award the contract or execute the contract modification after notifying the   agency head.    (g) The HCA may delegate his or her authority under this subsection to an   individual at least one organizational level above the contracting officer and   of General Officer, Flag, Senior Executive Service, or equivalent rank.            Ban on Disclosure of Procurement Information        4

  22. Current and former federal employees and contractors who advise, or formerly  Current and former federal employees and contractors who advise, or formerly   advised the government on procurement cannot disclose contractor bid or   proposal information or source selection information until a contract is   awarded. Contractor bid or proposal information includes:    .         Cost or pricing data    .         Indirect costs and direct labor rates    .         Proprietary information about manufacturing process, operations, or   techniques identified as such by any contractor    .         Information identified by any contractor as "contractor bid or   proposal information"    Source selection information includes:    .         Bid prices submitted by bidders    .         Costs or prices submitted by offerors    .         Source selection plans    .         Technical evaluation plans    .         Technical evaluations of proposals    .         Cost or price evaluations of proposals    .         Competitive range determinations    .         Rankings of bids, proposals or competitors    .         Reports and evaluations of source selection panels, boards or   advisory councils    .         Other information marked as "source selection information"        RE: W912ER‐14‐R‐0016   https://www.fbo.gov/spg/USA/COE/DACA78/W912ER‐14‐R‐0016/listing.html        15.404 Presolicitation notices and conferences.        (a) General. Presolicitation notices and conferences may be used as   preliminary steps in negotiated acquisitions in order to‐‐     5

  23. (1) Develop or identify interested sources;    (2) Request preliminary information based on a general description of the   supplies or services involved;    (3) Explain complicated specifications and requirements to interested sources;   and    (4) Aid prospective contractors in later submitting proposals without undue   expenditure of effort, time, and money.    (b) Presolicitation notices. (1) When presolicitation notices are used, the   contracting officer shall prepare and issue the notice to potential sources   and shall synopsize the notice in accordance with Subpart 5.2.    (2) Each presolicitation notice shall‐‐     (i) Define as explicitly as possible the information to be furnished in the   response;    (ii) Indicate whether it is contemplated that the presolicitation notice will   be followed by a conference and a formal solicitation; and    (iii) Request an expression of interest in the contemplated acquisition by a   specified date.    (3) In complex acquisitions, the presolicitation notice may also request   information pertaining to management, engineering, and production   capabilities. Detailed drawings, specifications, or plans will not normally be   included with a presolicitation notice.    (4) The contracting officer shall furnish copies of the solicitation to (i)   all those responding affirmatively to the presolicitation notice and (ii)   other prospective contractors upon their request (but see Subpart 9.4,   Debarment, Suspension, and Ineligibility).    (c) Presolicitation conferences. (1) The presolicitation conference may be   used only when approved at a level higher than the contracting officer. It   shall not be used as a method for prequalification of offerors.    (2) The contracting officer shall‐‐     (i) Advise all organizations responding to the presolicitation notice of the   details of any pending presolicitation conference;    (ii) Conduct the conference and arrange for technical and legal personnel to   attend, as appropriate; and    (iii) Furnish copies of the solicitation to all organizations attending the   conference, unless they decline to participate in the acquisition.      6

  24.   Keven L. Barnes    CEO    (USAF) Ret.  Description: Description: LCLLC_r50    Kuwait + 965 5012 2072 <tel:%2B%20965%205012%202072>    USA (707) 385 9344 <tel:%28707%29%20385%209344>    SKYPE LatvianConnection‐1    keven.barnes@LatvianConnectionLLC.com   <mailto:keven.barnes@LatvianConnectionLLC.com>  www.LatvianConnectionLLC.com <http://www.latvianconnectionllc.com/>        KUWAIT    CAGE:                 SGM59    DUNS:                534749622        CALIFORNIA    DUNS 830587791    CAGE 5GLB3        The information contained in this message may be privileged, confidential, and   protected from disclosure. If the reader of this message is not the intended   recipient, or any employee or agent responsible for delivering this message to   the intended recipient, you are hereby notified that any dissemination,   distribution, or copying of this communication is strictly prohibited. If you   have received this communication in error, please notify us immediately by   replying to the message and deleting it from your computer. Thank you. Latvian   Connection General Trading and Construction LLC.          ________________________________________________________________________________________  For more information about the RPostR Registered E‐mailR service visit   www.rpost.com  7

More Related