ADVISORY REPORT OF FINAL AUDIT OF CPFF TASK ORDER ITEK CORPORATION
Document Type:
Collection:
Document Number (FOIA) /ESDN (CREST):
CIA-RDP67B00074R000500200001-0
Release Decision:
RIPPUB
Original Classification:
K
Document Page Count:
6
Document Creation Date:
December 21, 2016
Document Release Date:
November 20, 2008
Sequence Number:
1
Case Number:
Publication Date:
November 15, 1964
Content Type:
REPORT
File:
Attachment | Size |
---|---|
![]() | 325.71 KB |
Body:
~.,.. m ........,.,?z.... .r.:u?aJnen. ........r,..-era i :..x...: __~_._.._~_~.,aaer_. -um
Ammrnvor! I-nr DoIonco 7(1(iQll II')(1 ? ('IAPfDr-7Dr)r)r)7ADnnncF(V17(1(VV 1 r)
L.v T* 'Y
TO OVI
suc*- D111t L$ RatMP .s AT coalaraota
P ft.
Itek Lboratories
:.e:ia6toa. ~? ,
led c Jung rsq~sstlt~ ~,ppreraa c,f o rar.Nu
Yafersnc? your .s:ter 61 to 50 Sop `~~? fo,~ I poNd
rtod 1 tPr? urNS f o=
o:lliag rates for t-`2a ?a tabl,- for b .I.11t F
ruts. 4a follows, ,.rs aoasidered accep
the prt'SA~ iwqueat _
i Overhead 15M
(AA Lzpea'
Special tquipOOOts
MAP
.th* ritht . to "J' is 'is**' 1
, lion of ,Laboratos eQ?
Itelc
be i oq This gwaifi'aat s 'tk? for"
y~t11b lf. toga
16%
STAT
Palo &1tQ Overhead 1
ualified to the ezt.nt that the Qorern"at reserves
2.- TLise rotes are a yr all got tyese rates whicla ty.iCostract`rsbas
-----Aa rill be?,i~ . ,
I t co*t~jpl:;rOIL that
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
oBA-43o0-65
#1724
RBlLI iii:
Audit Liai6on Office
P. 0. Dour 8155
8. W. Wtation
Washington, D. C.
15 November 1965
SUBJWLT; Advisory Report of Final Audit of Cm Task Order
Itek Corporation
Newton, Kassachusetts
Task Order No. 2 to Contract BB-425
TO : Contracting Officer
1. This is the final audit report for Task Order No. 2 to
Contract BB-425 dated 30 June 1961. The Ta k Order required the contractor
to conduct a complete engineering de ign study in two pha es directed
toward the development of a viewer capable of employing high re,.olution
photography with a minimum degration. The task order wa terminated on
5 April 1962 in it., entirety for the convenience of the Government
after comp 1. etionc ,of Phase I. The contractor submitted all documents
pertaining to thi. Task Order as for a comp-eted Ta.h Order. The
auditor take. no exception to this submission.
2. The Taws.. Order provided for, c:,,timated costs of $85,,0A
and fixed fee of $7,258 totaling $92,291.
The contractor submitted the followin1, documents to effect
closing of the Ta:k Order. The e are:
a. Final cost summary and certificate
b. Contractor's release
c. Contractor's assignment of refunds, rebate and credits=.
d. Certification of percentage of completion of Task Order.
e. Inventory schedule (DD Form 54.y) required in terminatio-is.
f. R port of inventions and subcontracts
g. C L:ck payable to Trea urer of the United States for
$1.._,9.74 representin;~ the difference between the amount billed by the
contractor and the amount claimed a,. cost:, incurred plea. the portion of
the fixed fee.
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
4. The re-ult.,.; of audit follow:
Per
Contractor
Co ;t;:
$;::9,964.8
Fee
2,685.00
Total claimed
64 83
5.
Comment o Fixed Fee:
The contractor calculated the Fixed Fee at 37% of the
total fee of $7,258 shown in paragraph 2 above. The 37% represent:;
the percentage of completion a; certified by the contractor. It i.. to
be noted that the ratio of cost.,., incurred ($29,964.83) to total cost;:
($85,0',3) c timated in paragraph 2 above is 5-24-
7. Allowable cost: were determined in accordance with Sections
VIII and XV, Armed S,:rvices Procurement Rfgulation and other terms of
th,: contract.
'(. There are no ncla*med wage.., unclaimed deposit , unrepresented
checks or known potential credits or refunds.
8. There are, no known charges out;standing again t the contractor
for any loss, dasaage, or de ,truction of Government Prop r Y,.
SIGNED
STAT
Auditor General epre.entativa
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
StGKtI '
(When Filled In)
-L
PRECONTRACT APPROVAL
CONTRACTOR
Itok Corp.
CONTROL NO.
COR 2666
RECORD
(PART ONE)
CONTRACT NO. AMENDMENT NO.
BB 425, TO. #2
Copy lk of 3
16 Nov. 65
THIS CONTRACT APPROVAL RECORD CONTAINS A RECOMMENDATION SUBMITTED FOR CONCURRENCE OF
THE UNDERSIGNED. CONCURRENCE IN THIS PRECONTRACT APPROVAL RECORD IS RECOMMENDED BY THE CON.
TRACTING OFFICER. BY CONCURRENCE, THE CHIEF. BUDGET AND FINANCE BRANCH, SIGNIFIES THAT SUFFICIENT
FUNDS ARE AVAILABLE (NOT INCLUDING CONTINGENT & EXPOSURE) AND/OR HAVE BEEN ADJUSTED AS PROVIDED
IN THIS DOCUMENT.
TYPE OF CONTRACT
^ L.I. ^ F.P. REDETERM ^
171 DEFINITIZED C] FPIP ^
^ F.P. KKCPFF El
CPIF ^ TECH REP
T&M 11 FISCAL YEAR
CALL TYPE
FINANCIAL DATA
CONTRACT VALUE
s92,649.88 Final
PREVIOUS OBLIGATION - PRIOR FY
$ 92,291.44
PREVIOUS OBLIGATION - CURRENT FY
$ -0-
OBLIGATION BY THIS DOCUMENT
DESCRIPTION, PROGRAM OR LINE ITEM
FISCAL YEAR
PROJECT
AMOUNT
>
<
1010-7000-730
961
CORONA
(59o"I 17)
TOTAL THIS OBLIGATION
f (59,641.17)
CONTINGENT UPON AVAILABILITY
OF FUNDS
EXPOSURE LIABILITY
RATE
DATE
RATE
DATE
CPFF 0/H RATES FIXED THRU
PRICING FORMULA FI
XED THRU
T&M RATES FIXED THRU
TECH REP RATES FIXED THRU
NEGOTIATOR AyyPPPROVAL
JfP1'lY ~~T ~V! ~S
PR CONTRACT CONCURRENCES
CD RECORDATION
25X
s~FD //E
Z/ 77v/ -, 5
UNIT
TYPED NAME
SIGNATURE
DATE
CONTRACTING OFFICER
SIGNED
I~
52
e16
BUDGET & FINANCE
GENERAL COUNSEL
Gil
TECHNICAL REPRESENTATIVE
TECHNICAL REPRESENTATIVE
CONTRACT SIGNATURE (Contracting Officer)
DATE
DATE MAILED
DATE DISTRIBUTED
L
fidv. ~ s
FORM 2167
11.63
GROUP 1
Excluded I,om ouloman,
downq,adi g and
dedaaif axon
1
5X1
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
SECRET
PRECONTRACT APPROVAL RECORD
(PART TWO) I BB--425, TO. #2
The services and equipment being procured by this Contract No.
BB-425, T.O. #2 are in furtherance of the CORONA
Program(s), the nature of which cannot be publicly disclosed for security rea-
sons. The Contracting Officer therefore determines that this procurement must
be accomplished by negotiations pursuant to the authority of Section 3(a) of
PL 81-110 and Class Determination and Finding, OXC 2122, signed by the DDCI on
15 October 1961.
Certification of funds for this contract will be handled under the pro-
cedure approved by the Director of Central Intelligence on 15 December 1956
which, in effect, results in all covert expenses involving issuance of Treasury
Checks being accumulated in a separate account within the Finance Division. The
amounts in this account will be periodically scheduled for certification of the
vouchers by the Director. This procedure eliminates the necessity for a sepa-
rate certification of authority under Section 8(b) of Public Law 110, 81st Con-
gress (formerly 10(b) - see 85-507 dated 7/7/58) for each contract.
The following comments describe the procurement hereby effected, the
terms and provisions generally of this contract/amendment, and a resume of
major issues negotiated:
1. Task Order No. 2/BB-425 was written to cover a study and
engineering design of a High Performance Rear Projector Viewer
for NPIC. It was terminated for the convenience of the Government
upon completion of Phase I. Final costs were audited and accepted
at a total of $29,964.83. An equitable adjustment of fee was
allowed at $2,685 for a total of $32,649.83.
2. The Contractor has submitted the following:
1. Final Release
2. Assignment of Refunds, Rebate and Credits
3. Certification of Completion
4. Inventory Schedule
5. Report of inventions and subcontracts
6. Check in amount of $1,339.74 representing the
difference between the amount billed and
amount claimed as costs pl*r portion of fixed fee.
3. Residual inventory will be picked up and returned to Govt.
Storage for possible use.
4. All work was satisfactorily performed.
Pro j :
Code:
MOR oa o0 3 /
Amt
GROUP
FORM 2167a SECRET F- -I
,.-d
I I - 6 3 6d.ed .
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0 +
STAT
JI/-HI
REPORT OF INVE.1 r IONS AND SUBCONTRACTS
Form Approved
(Pursuant to "Patent Rights" Contract Clause)
Budget Bureau No. 22-R 160
INSTRUCTIONS TO CONTRACTOR
This form may be used for INTERIM and FINAL reports, and A FINAL report shall be submitted as soon as practicable
when used shall be completed and forwarded to the Contracting after the work under the contract is complete and shall in-
Officer in triplicate. elude (a) a summary of all inventions required by the contract
to be reported, including all inventions previously reported
An INTERIM report shall be submitted at least every twelve and any inventions since the last INTERIM report; and (b)
months, commencing with the date of the contract, and should any required information for subcontracts which has not pre-
include only those inventions and subcontracts for which com- viously been reported.
plete information has not previously been reported.
1. NAME AND ADDRESS OF CONTRACTOR
Itek Corporation
2. CONTRACT NUMBER
10 Kaguire Road
S. TYPE OF REPORT (Check one)
L
Massachusetts 02173
Lexington
Qa
INTERIM ['b
FINAL
,
.
.
SECTION I - INVENTIONS ("Subject Inventions" required to be reported by the "Patent Rights" clause)
4. INVENTION DATA (check one)
rxa. THERE WERE NO INVENTIONS WHICH REASONABLY APPEAR TO BE PATENTABLE
Db. LISTED BELOW ARE INVENTIONS WHICH REASONABLY APPEAR TO BE PATENTABLE. ANY INVENTION DISCLOSURES WHICH
HAVE NOT BEEN PREVIOUSLY SUBMITTED TO THE CONTRACTING OFFICER ARE ATTACHED TO THIS REPORT.
t)
(it)
(iii)
(1 v)
(v)
CONTRACTOR
CONFIRMATORY
LICENSE OR
PATENT
APPLICATION
HAS FILED
OR WILL FILE
ASSIGNMENT HAS
NAME OF INVENTOR
TITLE OF INVENTION
SERIAL NUMBER
U.S. PATENT
BEEN FORWARD-
D TO CONTRAC-
AND CONTRAC-
TOR'S DOCKET NO.
APPLICATION
TING OFFICER
YES
NO
YES
NO
SECTION II - SUBCONTRACTS (Containing a "Patent Rights" clause)
S. LISTfp BELOW IS INFORMATION REQUIRED BUT NOT PREVIOUSLY REPORTED FOR SUBCONTRACTS. (11 not applteabie, write'None'.)
u
N)
(iii) DATE CLAUSE
(iv) DATE
NAME AND ADDRESS OF SUBCONTRACTOR
SUBCONTRACT NUMBER
FURNISHED TO CON'
SUBCONTRACT
TRACTING OFFICER
COMPLETED
Nara
L
SECTION II
I - CERTIFICATE
CONTRACTOR CERTIFIES THAT THIS REPORT OF INVENTIONS AND SUBCONTRACTS INCLUDING ANY ATTACHMENTS,
IS CORRECT TO THE BEST OF THE CONTRACTOR'S KNOWLEDGE AND BELIEF.
DATE N ED OFFICIAL (Print or Typa) SIGMA
Director
6-24-65 Patents and Licensin
DD
I NOORV58 882
Approved For Release 2008/11/20: CIA-RDP67B00074R000500200001-0