UNIFORM CONTRACT REPORT

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP96-00789R003000410001-3
Release Decision: 
RIPPUB
Original Classification: 
S
Document Page Count: 
41
Document Creation Date: 
November 4, 2016
Document Release Date: 
October 21, 1998
Sequence Number: 
1
Case Number: 
Publication Date: 
February 10, 1992
Content Type: 
CONT
File: 
AttachmentSize
PDF icon CIA-RDP96-00789R003000410001-3.pdf1.85 MB
Body: 
Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 UMHUN SGT FC T PART I - THE S'C 1HXJLE SFJCFICN B - SWP JFS/SMVICFS AND PRICES B.1 SFRVIC:ES AND PRICES LINE rm D rrCH Q(F~NI`ITY AN r 0001 EXternal RDT&E in accordance with 1 Lot $ 400,000 specifications set forth in Section C. (Subsections 6.1 through 6.4). 0002 Reports 1 NSP 0002AA Workplan Milestone Report 1 NSP 0002AB Progress Reports 5 (est) NSP 0002AC Special Report 1 NSP 0002AD Final Technical Report 1 NSP 0002AE Variance Report As needed 0002AF Technical Briefing 1 NSP 0003 Quick Reaction Capability As needed Page 1 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 PARrI - THE 9Q E SB IT C - D TI'ICN/! ICATIC S . C.I. WI s 1Th lr: Under this contract, the contractor, as an independent contractor, and not as an agent, servant, or employee of the Goverrmment, utilizing special knowledge and techniques possessed by and available to the contractor, shall furnish all labor, equipment, facilities, services, and materials, necessary for the performance of the work set forth below: See Statement of Work, Enclosure 3, and DD Form 1423 (Contract Data Requirements List) dated 26 Jan 89 attached in Exhibit A. Page 2 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 PART I - THE S IEtU E SEC11ON F - DELIVERIES OR PERECEMWE F.1 TIM OF D1L VF : The work and services required under Section B shall be co pleted/delivered as specified on Enclosure 9. F.2.1. The work required by task 6.1 through 6.5 shall be performed during the period commencing on the effective date of this contract and not to exceed 18 months in length. F.3- PIACE OF PERFCFMNM: The work under this contract shall be performed at the contractor's facilities unless otherwise provided in this contract. Page 3 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 PARTI - Tms SBCPICN H - SPUMAL 14 WI.SZCNS H.1. DISC?1 ; OF INFUNMON: a. The contractor shall not disclose any information under this contract, including the following, to any person unless (i) it is required for the performance of this contract or (ii) the individual is specifically .authorized in writing by the Contracting Officer to receive the information. (1) The contract schedule and technical data incorporated therein. (2) Sponsorship of the contract. (3) The Government's use, interest in, or application of the following: (a) The contract schedule and technical data incorporated therein. (b) Purchase description, specifications and drawings. (c) Scientific studies, research, development and design service. (d) Components, devices, equipments and system;. (e) Techniques, methods and processes. (f) Details and/or results of performance. b. Disclosure by the contractor which require specific written authorization from the Contracting Officer include information, whether written or oral, to be revealed in open publications, technical conferences, symposia, meetings, periodicals, journals, brochures, advertising, films, photographs, fact-sheets, or other material prepared open publication. c. When prescribed by the Contracting officer, the contractor agrees to insert in subcontracts and purchase order hereunder provisions which shall conform substantially to paragraphs a and b. Normally these provisions will not be required by the Contracting Officer in purchase orders for standard commercial item; which have been sold or offered for sale to the public coaunercially by any supplier. d. The provisions set forth in paragraphs a, b, and c shall not be construed to preclude the contractor from otherwise using, for its normal commercial purposes, information, techniques, processes, methods, developments, coanponents, devices, equipments, systems, and proprietary data employed in the conduct of the work, except that which is specifically developed for or as a result of this contract, or which is precluded from release due to its classified nature. In'so using the information as authorized by this paragraph the contractor (i) shall not disclose any information concerning the sponsorship of this contract, or (ii) the nature of the Government's interest in and application of the subject matter of this contract. e. The contractor will submit to the Contracting Officer for clearance and release six (6) copies of the material at least four (4) weeks in advance of presentation or publication. Page 4 of 7 Approved For Release 2000/08/08: CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 H-2- oWM#UEW HED MM: The Contractor shall request any data required for the conduct of this contract, in writing, from the Contracting Officer's Technical Representative (COTR). The cam will maintain records of all such Goverment furnished data to insure accountability and return to the Government upon termination of the contract. H.3. SBCORBLY : a. The Contractor shall maintain and administer a security program in accordance with DoD 5220.22-M Industrial Security Manual and DIAM 50-5. Copies of these documents are available for review in the office of the procuring Contracting Officer. b. Loss or suspension of required security clearance, as set forth on the attached DD Form 254 (Contract Security Classification Specification) will result in inability to perform in accordance with the terms and conditions of the contract. As a result the contract is subject to default in accordance with the clause entitled "Default." c. The Government reserves the right to direct any Contractor employee to be removed from performance, direct or indirect, whenever there is probable cause to believe, on the basis of all facts available, that such action is warranted in the interest of national security, whether or not the cause is deemed of sufficient severity to warrant action to terminate the Contractor's or, individual's security clearance. The Government also reserves the right to direct any contractor employee to be remved from performance, direct or indirect, for the period of time necessary to conduct any investigation of alleged misconduct which may, in the opinion of the Contracting Officer, jeopardize the security of the project. d. Military security requirements in the performance of this contract shall be maintained in accordance with the DD Form 254 contained in Section J. The highest classification involved in the performance of this contract is Top Secret/-`a .ial Caqiart~teid Intel l i Grp (SCI). This contract document is unclassified. e. The contractor will not use any electronic/electrical information Processing equipment in the possession of the contractor for the purpose of processing or transmitting classified information under this contract without the written permission of the Contracting Officer. H-4- Q IN KEY PERSONNEL: The Contractor shall notify the Contracting Officer prior to making any change in the proposal as key identified in the y personnel assigned to this contract. The Contractor must demonstrate that the qualifications of the prospective personnel are equal to or better than the qualifications of the personnel being replaced. Page 5 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 H.S. USE OF iN SUBJECTS: a. DEFINITIONS: 1. Human Subject: An individual about whom an investigator conducting research obtains data through interaction with the individual, including both physical procedures and manipulations of the subject or the subject's environment. The term does not include military or civilian personnel who are qualified to test by assignment to duties that call specifically for such qualifications such as test pilots and test engineers. 2. Non-U.S. Citizens: Foreign nationals, excluding, personnel on active duty. 3. Research: The term does not include individual or group training of military personnel such as combat readiness, effectiveness, proficiency, or fitness exercises. b. GOTERAL GUIDANCE: 1. The contractor shall conduct research using human subjects at all tines so as to be in full ompliance with all applicable laws, federal regulations and DoD instructions. Among them are: a. 45 CFR 46 Health and Human Services (HHS) Regulation, "Protection of Human Subjects"; b. 10 U.S.C. Section 980, "Limitations on Use of Humans as Experimental Subjects"; c. DoD Directive 3216.2 (January 7, 1983) "Protection of Human Subjects in DoD-Supported Research"; 2. Safeguarding the rights and welfare of subjects at risk in activities supported by this contract is the responsibility of the Contractor. Compliance with this contract will in no way render inapplicable pertinent federal, state, or local laws or regulations. In order to provide for the adequate discharge of this institutional responsibility, no activity involving human subjects under this contract shall be undertaken unless a Contractor Human Use Review Board (CRB) has reviewed and approved such activity. 3. The contractor must provide the Contracting Officer with a written assurance that it is in compliance with all provisions of 45 CFR 46 HHS Regulation, "Protection of Human Subjects", as amended. 4. The Contractor will assure the Contracting Officer that the identities of all subjects will be protected. 5. Informal consent must be obtained in writing from each human subject before research is undertaken. Page 6 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 6. The Contractor shall provide all necessary medical care to research subjects for injury or disease which is the proximate result of participation in the research. 7. Studies conducted outside the United States, its territories or possessions, shall be conducted in complianoe with all laws, customs, and practices of the country in which the study is to be conducted. c. PBDUIREM= FOR REPORrING AND DOCt F.rP,TION? 1. Copies of all documents presented or required for initial and continuing review of the CRB, e.g., Board minutes pertaining only to the contract, record of subjects consent, transmittal on actions, instructions and conditions resulting from Board deliberations addressed to the activity director, are to be retained by the Contractor for at least three (3) years after completion of the research. All documents shall be accessible for inspection during normal working hours by the DIA WIR or authorized representative. 2. Except as otherwise provided by law, information in the records or possession of the Contractor which refers to or can be identified with a particular subject may not be disclosed except: a. With the consent of the subject of his legally authorized representative, or b. As may be necessary for the DIA to carry out its legal responsibilities. 3. Upon expiration or termination of this contract, a list of all unused test material shall be providedkto the DIA Contracting Officer. 4. The Contractor shall iiately notify the DIA Contracting Officer, by telephone, of inquires from sources outside the Department of Defense concerning the use of human subjects under this contract. Page 7 of 7 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 NOMENOMUCAL AM ANALYSIS 1.0 (S/NF) POSE: The purpose of this effort is to conduct research and perform select analyses of anomalous phenomena. 2.1 (C) Phenomenological research and analysis as intended by this contract refers to anomalous phi associated with human abilities. Investigations in this area have sometimes been referred to as Remote Viewing (RV), Extrasensory Perception (ESP), and recently Anomalous Cognition (AC) or Anomalous Phenomena (AP). Foreign researchers have also used the term psychoenergetics to describe aspects of these areas. 2.2 (S/NF) Over the past sixteen years DIA has followed the field Of SG1 B psychoenergetics for two basic reasons: 2.4 (S/NF) In 1983 a report with project findings was sent to congressional intelligence and appropriation committees. The report affirmed the existence of remote viewing phenomenon and recommended that additional research for quantifying and developing remote viewing as an intelligence collection tool be pursued. This recommendation was endorsed by a special Science Panel that met to review the project findings. This panel also affirmed that the contractual research was scientifically sound and urged that basic and applied research in psychoenergetics be continued, its scope expanded, and that other laboratories be involved. Classified By: DIA DT SCI'/NOFURN Declassify on: OADR Enclosure 3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 2.5 (S/NF) The first opportunity to expand this research scope occurred in 1985. The Department of the Army's Surgeon General Office for Research and Development (DASGRD) initiated a five year research and development program. The SGRD program centered on two main aspects: basic anomalous phenomena understanding, and applications-oriented research. DIA established close ties with this R/D effort to ensure that applications research would be adequately pursued. 2.6 (S/NF) In 1987, it became apparent that SGRD funding might not be available to carry through to the end of the five year period. Consequently, additional funding was sought by DIA and acquired through funding transfer action by the House Appropriations Committee (HAC). This funding was provided to DIA; MIPR action to the SGRD contract was the most expeditious method of allocating this funding. 2.7 (S/NF) Results of this effort yielded several findings of breakthrough potential. Subsequently, follow-on research support was provided to DIA by Congressional action for FY91; DIA was identified as the executive agent due to long-standing knowledge and expertise in this area. Both R&D and O/M funds were allocated for continuing basic and applied research, for applied investigation and for assisting in assessment of relevant foreign research. Additional funds were also provided by congressional action in FY92 to continue this effort and to start new research. 3.0 (S/NF) CBJECFIVE: The objective of this contract is to continue the most premising-basic and applied research in this area that resulted from the FY 1991 effort. It also includes follow-on to exploratory work in order to demonstrate statistical significance and identify underlying parameters. 4.0 (S/HF) SCOPE: Basic research, applied research and threat assessments will be acc coplished for this phet lological area. 5.0 (S/HF) ICAI,/a1HFR CONSIDF1 ATICNS: 5.1 (S/NF) All research activities and findings resulting frc*n previous programs in psychoenergetics shall be brought to bear on this effort. In addition, expertise in multidisciplinary areas throughout SAIC shall be made available as consultants or for special support as required. 5.2 (U) Specialized support, if not available at the contractor, can be obtained via consultant or subcontract efforts with prior approval by the COIR. Every effort should be made to insure such support is from the recognized experts in the field. Some of the specific tasks in section 6.0 can be performed in unclassified facilities. 5.3 (S/NF) This effort will utilize a technical review group (e.g., a Scientific Oversight Committee, a Human Use Review Panel and a Policy Board) that was established in the previous effort. SEQRET/NOFORN 2 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 5.4 (S/NF) Some of the experiments/investigations required to fulfill this contract may require participation of select government personnel. All such investigations will be fully planned and coordinated with the COTR and will be under the purviews of the SOC and the Human Use Review Ca miittee. 5.5 (U) Should unforseeen schedule of other issues arise concerning any of the specific tasks identified in section 6.0, the COTR will be given immediate notice. If necessary, adjustments to priorities and schedules can be approved by the COTR if there is no cost or other impact on the over-all program. The COTR will also review/approve all anticipated research protocols. 5.6 (U) All items in sections 6.0 and 7.0 will be funded from R&D funding provided by this contract, and shall be expended NLT 18 months after contract award. Accounting procedures to clearly identify the R&D expenditures shall be implemented by the contractor. 5.7 (U) Terms of reference and additional task details are on file by the COTR and will be provided to the contractor to insure adequate task understanding. This material is contained in DIA publication DPI'-S-1007-S, 29 NOV 1990. 6.0 (S/HF) SPDIFrC TA.'4K5: 6.1 (U) Basic Research: 6.1.1 (U) Biophysical Measurements (Follow-on to SOW 6.3.1 in PR 330/012Z/91): 6.1.1.1 (S/NF) Determine how magnetoencephalograph (MDG) measurements correlate with counterpart electroencephalograph (EEG) data. This effort will assist in simplifying over all brain wave measurement activity, will form the initial phases of the larger data base required for establishing statistical significance, and will assist in screening/ selection. 6.1.1.2 (C) Perform refined MEG data analysis for individuals involved in the previous effort for the purpose of isolating neurophysical parameters that correlate with anomalous performances. This analysis will use new/improved statistical procedures not available in previous efforts. 6.2 (U) Data Patterns/Correlations (Follow-on to SOW 6.3.2 of PR 330/012Z/91) : 6.2.1 (C) Extend analysis of sender/no sender analyses to include new statistical evaluation methods involving artificial intelligence procedures for high performance candidates identified during the previous effort. Develop implications regarding target-individual match. SECTE2/NOFORN 3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 6.2.2 (U) Examine all relevant MM/EEG data and worldwide ancanalous cognition research to identify performance testing/patterns and to help isolate key physical/psychological/biophysical parameters. 6.3 (U) Applied Research (Follow-on to SOW 6.2.3.3 in PR 330/012Z/91): 6.3.1 (S/NF) Conduct long distance anomalous eomnamicati.on experiments that involve leading candidates identified in previous research. The key variable will be location, and will involve controlled sites selected by the CXYI'R. 6.4 (U) Theoretical Issues (Follow-on to SOW 6.2.5 in PR 330/012Z/91): 6.4.1 (U) Perform anomalous phenomena experiments in the presence of select sensitive instrumentation that may help identify underlying physical parameters. Pilot work should include an off-the-shelf Mossbaur device. 6.4.2 (U) Identify physical mechanism models for anomalous cognition and develop protocols for testable experiments using select individuals. 6.5 (U) Research Methodology (Follow-on to SOW 6.4 of PR 330/0122/91): 6.5.1 (U) Provide appropriate research methodology support to include reviews/approvals by the established Scientific Oversight C=-aittee, the Policy Board and the Human Use Review Panel for the follow-on activity. 6.5.2 (S/NF) Provide appropriate management support and appropriate project research support activity to include document preparation, administration, and all project associated travel for contractor personnel, consultants, and other experts. This task includes research methodology assessment of related worldwide activity to search for new scientifically-sound approaches. Select conference attendence or sponsorship may also be required to identify new methodologies. 7.0 (0) Q U I C K R M C P I C N C A P A R " r r L I T ! ( 9 1 1 C ) : The contractor will maintain a quick response capability and be prepared to respond in less than 24 hours to problems or unexpected demands for brief technical papers that may be developed during the term of this project. SDCRET/NOFORN 4 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 8.0 (0) MIIX:2 cK OF EFFU: The level of effort to be applied to each basic task category is shown in the following paragraphs. (II) Basic Task No. Allocation of Effort/ % Funding (R&D) 6.1 30 6.2 20 6.3 10 6.4 10 6.5 25 7.0 5 SECRET/NOFOp.N 5 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 CONTROL NO. JU3TIF IC ATIOff AND APPRUVAL FM OTHER THAN FULL AND OPEN Ct14PE T T N 1. (U) Contracting Authority: Virginia Contracting Activity, p. 0. Box 46563, Washington, DC 20050-6563. 2. (U) Authority Cited: 10 U.S.C. 2304(c)(1); FAR 6.302-1, "Only one Responsible Source and no other supplies or services will satisfy Agency requirements." 3. (U) Description of Supplies/Services: The Defense Intelligence Agency (DIA) proposes to procure Phencmnological Research and Analysis Services for a DIA special activity program. External assistance funds available for this Congressional Directed Program total $1,850,000.00. This purchase request (PR No. 330/025Z/92) provides $400,000.00 of this total amount as a modification to an existing contract (MDA 908-91-C-0037). The remaining R&D funding will be for new work and will be processed separately as a new contract. 4. (U) Description of Action: It is anticipated that a cost-plus-fixed fee contract will be negotiated and awarded to satisfy this requirement. Funds are R&D as cited on Purchase Request No. 330/025Z/92. 5. (U) Reason for Authority cited: a. (S/NF) This action is based on the need to utilize previous research achievements developed under other DOD-sponsored R&D efforts. The bulk of this prior R&D effort was provided by the Department of the Army's Surgeon General Office (SGRD) in 1985 and spanned several years. This basic and applied' research effort involved Dr. Edwin May as the principle researcher and program manager. Dr. May was at that time with the Stanford Research Institute (SRI), Menlo Park, CA. He has since joined the science Applications International Corporation (SAIC) and has taken his extensive data base and key research assistants with him. Dr. May is regarded as the leading U.S. investigator in this Phenomenological area. He has been a program manager in this area since 1986, and has a long involvement (over 20 years) in this field. His extensive work history provides for continuity not available from any other individual. He is recognized by investigators world-wide, and can easily remain current with relevant foreign research. SEX RE T/NOFORN Classified By: DIA ODT Declassify By: OADR Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SECRET b. (S/NF) This contractor is also uniquely qualified to perform such research due to their extensive background in interdisciplinary research areas that spans over 20 years. This multidisciplinary staff will be available for consultation as the need arises. In addition to Dr. May, the contractor also has on its staff another physicist who has extensive experience in phenomenological research involving psychoenergetics investigations. Dr. Angelo has over 10 years of involvement in this field in a project management capacity and at applications research levels. c. (U) Due to this background of expertise and unique qualifications, and due to additional knowledge generated thus far under the existing DIA Phenomenological research contract (MDA 908-91-C-0037), the existing contract modification requirements can only be satisfied by the Science Applications International Corporation (SAIC). By doing so, duplication of effort can be avoided and maximum research effeciency can be achieved. d. (S/NF) The contractor also has an extensive classified data base which has co-mingled with both government and proprietary data that is essential for this contract. It would require several years for a new contractor to achieve the present level of expertise and competence possessed by Dr. May and Dr. Angelo. This would create a serious delay in pursuit of appropriate research, in achievement of application-oriented results and in understanding potential threat posed by similar foreign activities in this area. e. (U) This contract is a continuation of work performed under the original effort and is inextricably related. 6. (U) Efforts to Obtain n. Due to the uniqueness of this research area, there are no other qualified research facilities and personnel available to satisfy this contract. To bring other potential organizations up to speed would not be possible without unacceptable delays or additional costs. 7. (U) Action to Increase Competition: Every effort will be made to release research results as widely as possible to attract other potential researchers. Not only will this be accomplished through specialized (and properly classified) channels, but also appropriate portion will be released at unclassified levels to attract interest in academic facilities. 8. (U) Market Survey: Based on the significant advantage that SAIC possesses in this area, a Market Survey would not serve a useful purpose at this time. 9. (U) Interested Sources: No other source has expressed an interest in this requirement. Recent contacts at technical symposiums on this topic indicate that no one would be willing to enter into this activity except possibly as a subcontractor. Other researchers in this field are highly specialized, are located at universities or private foundations, and do not want to engage in any classified or broad-based research at this time. SECRET/NOFURN 2 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 However, every effort will be made to involve some of these researchers as subcontractors for unclassified aspects of this contract. 10. (U) Other Factors: a. (S) Acquisition data availability: Data from previous governent- sponsored research is available in DIA. Since this was part of a controlled access project, every effort will be made to downgrade, and where practical, declassify basic aspects of the research. This will, in time, generate a wider interest in this field. b. (U) Subcontracting Competition: The same basic reasons for this other than full and open petition for SAIC also apply to subcontractor selection. There are only a few individuals/facilities available that have any established expertise for supporting a portion of this unique research area. It would not be timely or cost advantageous to the government for the Contractor to pursue competitive action for the highly specialized support that may be required. 11. (U) Technical Certification: I hereby certify that the supporting data under my cognizance which are included in the J&A are accurate and ccenplete to the best of my knowledge and belief. Name: Date: Title: Signature: 12. (U) Requirements Certification: I hereby certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Title: Signature: 13. (U) Fair and Reasonableness Cost/Price Determination A detailed technical and cost proposal will be required from the contractor, SAIC. Prior to award, the Government will conduct an in-depth analysis of all technical and cost aspects of this requirement. Based on the outcome, a fair and reasonable cost will be negotiated. Therefore, I hereby determine that the anticipated cost for this contract action will be fair and reasonable. SDCT/NOFORN 3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Based on the foregoing justification, I hereby approve the procurement of PHENommQOLOGICAL RESEARCH AND ANALYSIS on an other than full and open competition basis pursuant to the authority of 10 U.S.C. 2304(c), subject to availability of funds, and provided that the services and/or property herein described have otherwise been authorized for acquisition. Signature: Name: Title: SECRET'/NOFORN 5 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SERVICES QOE57.ZC MUM > - Doct No. 330/025Z/92 External Analysis and Development The following questions are to be answered by the individual initiating the procurement request for contractor support services, and will be used by the CO in determining whether the services are nonpersonal. 1. THE ICE OF THE WCY C (A) To what extent can the Government obtain civil servants to do the job? Agency and other government personnel are not available with the requisite skills and analytical background (B) Does the proposed contractor have specialized knowledge or equipment which is unavailable in the Government? If the answer is in the affirmative, describe the specialized knowledge or equipment. The Contractor has unique knowledge of this phenomenological area. The contractor has employees that are reooanized leaders in this field of analysis. They have a classified data base which has ca-mingled both government and proprietary data that is absolutely essential for the successful completion of this contract (C) To what extent do the proposed services represent the discharge of a Governmental function which calls for the exercise of personal judgment and discretion on behalf of the Government? Not at all. (D) To what extent is the requirement for services to be performed under the proposed contract continuing rather than short-term or intermittent? This_reauirement is expected to be a continuing task 2. O N1RACT[FAL PR I:.SICNS CJCNC I W THE CXNI CR' S IIi30YEES (A) To what extent does the Government specify the qualifications of or reserve the right to approve, individual contractor employees? Security and possible specification of contractor expertise Page 1 of 4 Enclosure 5 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 (B) To what extent does the Government reserve the right to assign tasks to and prepare work schedules for the contractor employees during the performance of the contract? Not at all. (C) To what extent does the Government retain the right (whether actually exercised or not) to supervise the work of the contractor employees, either directly or indirectly? Not at all. (D) To what extent does the Government reserve the right to supervise or control the method in which the contractor performs the service, the number of people he will employ, the specific duties of individual employees, and similar details? Not at all. (E) To what extent will the Government review performance by each individual contractor employee, as opposed to reviewing a final product on an overall basis after completion of the work? Not at all. (F) To what extent does the Government retain the right to have contractor employees removed from the job for reasons other than misconduct or security? Not at all. 3. OIIM PR WI'SICNS OF TM (XVI CP (A) Are the services properly defined as an end product? Yes. (B) Is the contractor undertaking a specific task or project that is definable either at the inception of the contract or at some point during the performance, or is the work defined on a day to day basis? The contractor is undertak r a specific project which is defined at the inception of the contract in the Statement of Work (C) Will payment be for results aeooatiplished or solely according to time worked? Payment will be for results acoon~}alished Page 2 of 4 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 (D) To what extent will the Government furnish the office or working space, facilities, equipment, and supplies necessary for contract performance? None re u i red. 4. ARQNTSPRATTCN OF THE (T.IR~G2 (A) To what extent are contractor employees used interchangeably with Government personnel to perform the same functions? Not at all. (B) To what extent are the contractor employees integrated into the Government's organizational structure? Not at all. (C) To what extent are any of the elements in (2) and (3) above present in the administration of the contract, regardless of whether they are provided for by the terms of the contract? Not at all. (A) Is the requirement the result of an unsolicited proposal? If so,- describe. No. (B) If the procurement is sole source, why is it sole source? The proposed contractor has unique personnel and proprietary approaches to this area as discussed in l(B) (C) What is the potential for follow-on procurement? There is some potential for follow-on procurement dependirrr on the nature and extent of achievements in the subject area. The current state of this field of study is judged to be on the threshold of breakthroughs which would radically change the nature of this requirement. (D) If it is significant, will the Government become irrevocably carnnitted to sole source procurement? Not likely. If anticipated developments materialize this field of study could became much more popular with a greater number of contractors and academic institutions. Page 3 of 4 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SG1J Prepared by: Code: OD]2-S Date: 10 February 1992 Pursuant to the FAR and on the basis of information contained above and a review of the referenced acquisition request, it is my determination that the services to be procured are nonpersonal. (Reference parenthetical weights on various factors in the FAR.) Procuring Contracting Officer I concur, and believe that the Contracting Officer's judgment may reasonably be made under the FAR. Page 4 of 4 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 RES&MM OF Pi, 2 , CH-GOING, AM CQHP'tELFD Si DIES Research by my staff indicates, to the best of our knowledge, that there is no other kncrm similar or collateral study or analysis, planned, in progress, or completed which fulfills the objectives or specific intent of this Proposed contract study: PhencBnenoloxgical Research and Analysis (Purchase Request # 330/025Z/92). Date: ODT-S SG 1 J CERTIFIED AS ACCURATE AND C L rE: JOHN T. BERBRIQ1 Director Office for Scientific and Technical Intelligence Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SG1D Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 FAC 90-7 SEPTEMBER 23.1991 PART 53-FORMS DEPARTMENT OF DEFENSE 1. CLEARANCE AND SAFEGUARDING CONTRACT SECURITY CLASSIFICATION SPECIFICATION 1AO1J a TOP P SECRET (The requirements of the DOD Industrial S h M l etvr y an ua apply b. LEVEL Of I flGUAROING IIEQUIRED to all security aspects of this effort.) SECRET 2. THIS SPECIFICATION IS fOR: (x e..e. auw.pkte a? ?ppio6ie) 3. THIS SPECIFICATION IS: cx and eaw.pkee M eppucow j MIME COI(TPACT NUMIEA X MDA9O8-91-C-0037 Oet! (I'T'YY00) S oR~nfAL of afto b. SINCONTSACT NUMSER b, OEVISEO (S4pe`stdef MYilion M0. o?t? (YYMMOO) x ?M Pew+/ 1eR) G SOUCfTATRON OR OTHCA NUMSER Our Dale crI'YMDO) Wtt (YYMMDD) C- PNLAL (Co plt4 Revel S Yea e 4. IS THIS A FOLLOW-ON CONTRACT? YES No. K sew error yet? tl.e fe/lowM g: Lij MWfled a ale.l?( eeexiaed be ye.e*led sneer O"ecedl.p Co-tea t Mm-bed Is V. dtend to r.ll foNowon aroma. 5. t5 THIS A FINAL DO FORM 2517 YES fro. N Yet, oo.ro+ete b., talo v.g: MI ees o ae to Vw tunte.cto. i epueR dated , eetentlon of U.e idee.Ufied dealf.M Rwttetat M eutlweQW tee the peeled of 6. CONTRACTOR (Why* Co..mert-f end Gove.nw.eM Eotey (CAGE) Code) ?. NAME. ADDRESS. ANO ZIP COOK b. CAGE COOS C. COGNIZANT SECtMITY Ofi1CE (Nerve. Addeeq and yip Code) SAIC DIS 1010 El Camino Real Presidio of San Francisco Suite 330 Bldg 35, Rm 14 Menlo Park, CA 94025 ORFC9 San Francisco, CA 94129-7700 7. SUBCONTRACTOR a. NAME. ADDRESS. AND ZW CODE b. CAGE COOS C COGNIZANT SECURITY OFfCE (N?Ine. Addf M and Zip Cede) S. ACTUAL PERFORMANCE a. LOCATION b.' CAGE COOS C COGNUANT'$CCIMRY OffI E (N?w.e. Add.e>Q and lip Code) same as 6.a. 9. GENERAL IDENTIFICATION OF THIS PROCUREMENT R&D Contract: Research and Analysis 10. THIS CONTRACT WILL REQUIRE ACCESS TO: YES No 11. IN PERFORMING THIS CONTRACT. THE CONTRACTOR WILL: YES NO S. COMMUNICATIONS SECVR" KOMSEQ 6WORMATION e. NAV LI. 11 /N M AN R CONTRACTOR'S fACtLRY OA A DV(RNMENTACTIVMY X b. RESTRI TEO DATA X b. RECTeVI CLASSIFIEO DOCUMENTS ONLY c. CRITICAL NUCLEAR WEAPON DESIGN Me4ORMATION c. RICEtv5 AND GENEUTE C.ASSMIEO MATEIIAI d. fORMCRLY RESTIUCTED DATA X d. PASRICATE. MOONY. OR STORE CLASSIHEO HAROWAUE t. INTELUGENCE INFORMATION: 19 PERFORM SERVICES ONLY X (II Sendt..e Co.nputw.emed 4410 ?t.on (SCI) X UERO RI O. U.S. POs s ION ANO MUST Ell , Now?fq Y CENTER (Ol OR OTHERSE ONDARY D+STR/tU11N01f R1TER Q 10 SE E 1. SPECIAL ACCESS INFORMATION h. AEOVIRE A COMSEC ACCOUNT 9 NATO INFORMATION I. HAVE TEMPEST REOVIREMENTS h. POIIEIGN GOVERNMENT INFORMATION J. NAVE OPERATIONS SECUNTY (OPKQ AOUISIMENTS e LIMITED D$SSCMtNATION M4PORMATION X k. aE AIRNO$UZED TO USC TIN DEFENSE COURIER SERVKE j. FOR OffIOAL US( ONLY INFORMATION I. OTHER (Specify) w OTHER (Spedf,) DoD 5200.17(M-2); DIAM 50-3; DIAM 50-5 apply Approved For Release 2000/08/08 : CIA-RDP96-00789R0Q3P00410001-3 o sure FAC 90-7 SEPTEMBER 23,1991 17. REQUIRED DISTRIBUT4O o. cwtmCroR K Suboow AC,OR Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 fa- 53303-DD-254 FEDERAL ACQUISITION REGULATION (FAi fel.r.uel or aedeta k 4.et f...n eppeaeN for Mmfk te(eeee `'I' ?PPeopettM US. t~ --..+e~...aon u.atpt ft pro.eo.. dry VW pfd fN? hep o.ed r.ebfk n4+w ?.eR be ,e benftt.d for tfR+eo.d pmo, b ft6. ibteect Q TMpph No public exhibition of SCI authorized. _ to the Dkoe et foe heedom of InMrwwden eetd f.cwky Re?A... 0"k* *(Ow Ae.Mee.t S.ort.ey of Defmw rub4k Aff.k4? fee te.4ew. ? In fAe tyre of ean.OoO Ueoe Apewckt. rtqueth fxdtedotuee theft be W6"ttd to that 6"Kp 13. SECURITY GUIDANCE. The tecwttydueH.cUon putdwtes M,ded foe Ntee tttrKfed dloet K Idt. ufeed below K eery dttfKvtty k ee cgewgted M o mfr" thK q.W.not 4 WK "edit' wnufbutky feaoe lndta.tts a need foe dwyes M thk yu:d..ae. the co.tteteetoe it w 001ft d end encw. Wed to proAde e4cowme.ded doeeyet: to dt.fkeye the putdee os or the d. eKlorrion .+eipnad to wq kefoen .Uo or m.w .l fw,thiwd oe qt-,o.ted -dee V o eonero a wd b eubmlt"eweWUoo for leteepeetdon of thh gWd.noe to the offkMf tdee tIfkd belt... P e.dtep find dedtiwt, the Kdonneden &-v6-.d ai ll be f wdkd end p.otee ed at the h:,hea Itxf of dwH:otbn twfgned x feco.rnwded (M An tl epe n o for the atdfeed e#wt Att.Ckw be...ed...d...ro.e.ee mreewadr+K,. nydoo.nrneep~ulaedesa.ca eet4nnoedhe.,,, Add eddttkn.fp. oe tl weeded to P+o?tde twepleee etId.nc eJ a. This contract requires access to SCI. The Director, Defense Intelligence Agency has exclusive security responsibility for such information released to the contractor or developed under this contract. DIAM 50-5, Volumes I and II provide the necessary guidance for physical, personnel and information security measures and is a part of the security specifications for this contract. DCASR is relieved of all responsibility for all SCI material for information released to the contractor under this contract.- Access to SCI limited to US govt SCIF. Contractor facility limited to SECRET NOFORN collateral material. b. All contractor personnel to be granted access to all classified information released or generated under this contract must be U.S. citizens. granted a final security clearance by.the Government prior to being given-access.: Immigr4nt aliens, interim cleared personnel or personnel holding a contractor granted CONFIDENTIAL clearance are not eligible for-access to classified information released or generated under this contract without the express permission of the Director, DIA. c. Classified material released or generated under this'contract is not releasable to Foreign National without the express permission of the Director, DIA. (continued) 14. ADOCTIONAL SECURITY REQUIREMENTS. ReVulreenenit Ino aitttonwtsrtrequ;renten ereKUbkyKdfashitoowuact.grv :deob#yf re peetfwwif tDnQ.ctw/efetsee M Me mn0.cY doaeweent LZJ tOeH -P wide en eppeppa to ruteweewf wtid fdewefoer the.ddltioeee/e,gtdeemeetD Hu./de ? raCY tt! the reeteirewNwp b Net aopwtt.rtt tKarfryohSa. fht Keen r3 Nadditiwnef ep,a, t rneede4J DIA document ODT-S-1040-S; "Contractor Security Procedures Guide," for contract MDA908-91-C-0037: 15. INSPECTIONS. Ekweent, of Wait convect bre ow:de the arnpett+oet =,&;= rty ME.eK seculfey oftoe. Of YK egrf.M.wd idtwfffy epedfec .~ weerre r eketeng C rvedeut end ehe ~ctrv:te re+poostbfe ft A pect.ont DIA has exclusive security responsibility for any SCI classified information developed or related to this contract. U. RTIWICATION AND SIGNATURE. Seaaity requirements stated herein are tooettpkte and information to be rekased or generated under rase .t,e.xa.w . . CHIEF, ODT-S Defense Intelligence Agency Washington, D.C. 20340-0001 OD F6rm 254 Reverse. DEC 90 53-212 l_J "? JYet C. COGNIZANT SECUNW offla r0K MUM( ANO x scowipcTOR d. US. ACTIVITY M&PONSNIE FOR Oy(KSEAS SECUReTY ADMtHtSTMTION e. ADMMttfTMTTVE CONTNACTsoG Oftictet f. OTHERS AS NECESSARY DSO-28 2 C. TLEflIONE {wedt.de Aeeo Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SG1A Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Public reporting burden for this collection of Infoi mation is estimated to average 440 hours per response, including the time for reviewing instructions sear existing data sources, gathering and maintaininthe data ne hi d d d l e rtp e e , an comp eting and reviewing the collection of information, Send comments regarding this _ burden estimate or an other aspen of this collection of Information, including suggestions for reducing this burden, to DeparimeM of Defense. Washington Headquarters Services, Directorate for information Operations and Reports, 1215 Jefferson Davis Highway, Suite 7204, Arlington, VA 22202-4302 and to the Offke of Management and Budget, Paperwork Reduction Project (0704-0188), Washington. DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government issuing Contracting Officer for the ContracVPR No. listed in Block E. A CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: UO TOP TM OTHER .X 0. SYSTEM/ITEM enomeno oglca E. CONTRACT/ PR NO. F. CONTRACTOR Research and Analysis 330/025Z/92 SAIC 1. DATA ITEM NO. 2. TITLE OF DATA ITEM Contractor's progress, 3. SUBTITLE A001 status and manaaempnt rpnnrf t Sta di c s R tu e o s 4. AUTHORITY (Data Acquisition Document No.) 5 CONTRACT REFERENCE (S O.W. v B. REQUIRING OFFICE DI-MGMT-80227 C.6.1,'C.6.2 C.6.3 C.6.4 DIA/DDT-S 7. DD 250 REQ 1 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION REQUIRED T ... - B MO 5 7i.Ref EM R -S lock 12: Contractor will provide draft report --[! DT 5 DARP. Draft will be returned within 7 working days. 15. TOTAL ?--~~- 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE A002 Technical Report-Study/Services Interim Technical Reports 4. AUTHORITY (Data Acquisition Document No.) S. CONTRACT REFERET 0. W. B. REQUIRING OFFICE DI-MISC-80508 46.2 3, C.6.4 DIA/ODT-S 7. DD 250 REQ I 9. DIST STATEMENT 10. FREQUENCY 1FIRST SUBMISSION 14 REQUIRED A T T M DISTRIBUTION E D R ,t;. e.RFl ock 12: Contractor will provide draft report 5 DARP. Draft will be returned within 7 working days. 1. DATA ITEM NO. A003 4. AUTHORITY (Data Acquisition Document No.) DI-MISC-80508 9. APP CODE A 9. DIST STATEMENT REQUIRED 16. REMARKS Ref Block 12: Contents of this report will encompass A002 plus any remaining contract period. Contractor will. provide draft report 5 DARP. Draft will be returned within 7 working days 9. DIST STATEMENT REQUIRED SG1J 10. FREQUENCY ONE/R It. AS OF DATE 0 13. DATE OF SUBSEQUENT SUBMISSION a. ADDRESSEE DM0 D- 1& ESTIMATED TOTAL PRICE 18. ESTIMATED TOTAL PRICE 18. ESTIMATED TOTAL PRICE 19. ESTIMATED TOTAL PRICE Enclosure 9 Approved For RL1J$?ZODU/IIOS$Rb6013 (See DoD 5010.12-M for detailed instructions.) FOR GOVERNMENT PERSONNEL Item A. Self-explanatory. Item B. Self-explanatory. Item C. Mark (X) appropriate category: TDP - Technical Data Package; TM - Technical Manual; Other- other category of data, such as 'Provisioning,' 'Configuration Management'. etc. Item* D. Enter name of system/item being acquired that data will support. Item E. Self-explanatory (to be filled in after contract award). Item F. Self-explanatory (to be filled in after contract award). Item G. Signature of preparer of CDRL. Item H. Date CDRL was prepared. Item I. Signature of CDRL approval authority. Item J. Date CDRL was approved. item 1. See DoD FAR Supplement Subpart 4.71 for proper numbering. Item 2. Enter title as it appears on data acquisition document cited in Item 4. Item 3. Enter subtitle of data item for further definition of data item (optional entry). Item 4. Enter Data Item Description (DID) number, military specification nufiber, or military standard number listed in DoD 5010.12-L (AMSDL), or one-time DID number, that defines data content and format requirements. Item 5. Enter reference to tasking in contract that generates requirement for the data item (e.g., Statement of Work paragraph number). Item 6. Enter technical office responsible for ensuring adequacy of the data item. FOR THE CONTRACTOR Item 17. Specify appropriate price group from one of the following groups of effort in developing estimated prices for each data item listed on the DD Form 1423. a. Group I. Definition - Data which is not otherwise essential to the contractor's performance of the primary contracted effort (production, development, testing, and administration) out which is required by DD Form 1423. Estimated Price - Costs to be included under Group I are those applicable to preparing and assembling the data item in conformance with Government requirements, and the administration and other expenses related to reproducing and delivering such data items to the Government. b. Group II. Definition - Data which is essential to the performance of the primary contracted effort but the contractor is required to perform additional work to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, or quality of the data item. Estimated Price - Costs to be included under Group II are those incurred over and above the cost of the essential data item without conforming to Government requirements, and the administrative and other expenses related to reproducing and delivering-such data item to the Government. c. Group III. Definition - Data which the contractor must develop for his internal use in performance of the primary contracted effort and does not require any substantial change to conform to Government requirements with regard to depth of content, format, frequency of submittal, preparation, control, and quality of the data item. Item 7. Specify requirement for inspection/acceptance of the data item by the Government. Item S. Specify requirement for approval of a draft before preparation of the final data item. item 9. For technical data, specify requirement for contractor to mark the appropriate distribution statement on the data (ref. DoDD 5230.24). Item 10. Specify number of times data items are to be delivered. Item 11. Specify as-of date of data item, when applicable. Item 12. Specify when first submittal is required. Item 13. Specify when subsequent submittals are required, when applicable. Item 14. Enter addressees and number of draft/final copies to be delivered to each addressee. Explain reproducible copies in Item 16. Item 15. Enter total number of draft/final copies to be delivered. Item 16. Use for additional/clarifying information for Items 1 through 15. Examples are: Tailoring of documents cited in Item 4; Clarification of submittal dates in Items 12 and 13; Explanation of reproducible copies in Item 14.; Desired medium for delivery of the data item. Estimated Price - Costs to be included under Group Ill are the administrative and other expenses related to reproducing and delivering such data item to the Government. d. Group IV. Definition -Data which is developed by the contractor as part of his normal operating procedures and his effort in supplying these data to the Government is minimal. Estimated Price - Group IV items should normally be shown on the DO Form 1423 at no cost. Item 18. For each data item, enter an amount equal to that portion of the total price which is estimated to be attributable to the production or development for the Government of that item of data. These estimated data prices shall be developed only from those costs which will be incurred as a direct result of the requirement to supply the data, over and above those costs which would otherwise be incurred in performance of the contract if no data were required. The estimated data prices shall not include any amount for rights in data. The Government's right to use the data shall be governed by the pertinent provisions of the contract. L. .!D Form 1423 WOO eWM elease 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 DATA ITEM DESCRIPTION TITLE Contractor's Progress, Status and Management Report P ewouzupondo0iol N. OESCRIPTION/PURPOSE 3.1 The Contractor's Progress, Status and Management Report indicates the-progress of work and the status of the program and of the assigned tasks, reports costs, and informs of existing or potential problem areas. f 7.1 This Data Item Description (DID) contains the format and content preparation .instructions for the data product generated by the specific and discrete task requirement for this data included in the contract. 7.2 This DID may be applied in any-contract and during any program phase. 7.3 This DID supersedes DI-A-2090A, DI-A-3025A, UDI-A-22050B, UDI-A-22052A, UDI-A-23960, DI-A-30024, and DI-A-30606. (cont. on page 2) 8 APPROVAL LIMITATION S. OFFICE OF PRIMARY RESPON518IUTY (OPR) N/SPAVAR 9b. AMSC NUMBER N3947 10. PREPARATION INSTRUCTIONS 10.1 Contract - This data item is generated by the contract which contains a specific and discrete work task to develop this data product. 10.2 Format - This report shall be-typewritten on standard size (e.g. 8 1/2" by 11") white paper, and securely stapled. Pages shall be sequentially numbered. All attachments shall be identified and referenced in the text of the report. The report shall be prepared in the contractor's format and shall be legible and suitable for reproduction. 10.3 Content - The report shall include: a. A front cover sheet 'which includes the contractor's name and address, the contract number, the nomenclature of the system or program; the date of the report, the period covered by the report, the title of the report, either the .serial number of the report or the Contract Data Requirements List (CDRL) sequence number, the security classification, and the name of the issuing Government activity; b. Description of the progress made against milestones during the reporting periods c. Results, positive or negative, obtained related to previously-identified problem areas, with conclusions and recommendations; d. Any significant changes to the contractor's organization or method of operation, to the project management network, or to the milestone chart; e:? Problem areas affecting technical or scheduling elements, with-background and any recommendations for solutions beyond the'scope of the contract; f. Problem areas affecting cost elements, with background and any'recoameadatioas fo solutions beyond the scope of the contract; . g. Cost curves showing actual and projected conditions throughout the contract; h. Any cost incurred for the reporting period and total contractual expenditures as of reporting date; I. Person-hours expended for-the reporting period and cumulatively for the contract; J. Any trips and significant results; (coat-on page 2) Form Approved OMB No. 0704-0188 rep. 0i ft: Jun J0.1986 2. IDENTIFICATION NUMBER Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 q-4 % . I Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 1'` DI-MGMT- 80227 7. APPLICATION/INTERRELATIONSHIP (Cont'd) 7.4 Paragraphs 10.3.f, 10.3.g, and 10.3.h herein should be tailored on DD Form 1423 when such cost data is already submitted through a sophisticated cost reporting system under the contract. 10. PREPARATION INSTRUCTIONS (Cont'd) k. Record of all significant telephone calls and any commitments made by telephone; 1. Summary of Engineering Change Proposal (ECP) status, including identification of proposed ECPs, approved ECPs, and implemented ECPs; M. Contract schedule status; n. Plans for activities during the following reporting period; o. Name and telephone number of preparer of the report; p. Appendixes for any necessary tables, references, photographs, illustrations, and charts. *U.S. GOVERNMENT PRINTING OFFICE: 1986-704037/S0176 . Page 2 of 2 Pages Approved For Release 2000/08/08 CIA-RDP96-00789R00300041:0001-3 I o"GeAForjRM4M"00Qffl i04RVF Oj 9 Approved No. 0704-0188 2. TITLE ATION NUMBER Technical Report Study/Services 8 DESCRIPTION/PURPOSE 3.1 A technical report provides fully documented results of studies or analyses performed. 4.-; APPROVAL DATE 5. OFFICE OF PRIMARY 6a.DTIC 6b.GIDEP (YYMMDD) RESPONSIBILITY(OPR) APPLICABLE APPLICABLE 880115 G/T2137 X 7. APPLICATION/INTERRELATIONSHIP 7.1 This data item description contains the format and content preparation instructions for the data product generated by the specific and discrete task requirement as delineated in the contract. 7.2 This DID supersedes DI-A-5029. 7.3 Defense Technical Information Center (DTIC), Cameron Station, Alexandria, VA 22314. 8. APPROVAL LIMITATION 9a. APPLICABLE FORMS 9b. AMSC NUMBER G4291 10. PREPARATION INSTRUCTIONS 10.1 Format. (a) The report and all attachments shall be typewritten, or otherwise clearly lettered, and-shall be duplicated using non-fading ink. (b) Text shall be prepared on standard letter size paper (8 " " 1/2 X 11 ). (c) When attachments are included, they shall be fully identified, referenced in the.text, and folded to conform to the size paper used in the report. (d) Security classification and distribution markings shall conform to the requirements of the contract, purchase description and security requirements checklist? as applicable. 10.2 Content. (a) Title Page - Identifies the report by providing contract number project nam , e or purchase description title, task number, and reporting period. (continued on page 2) 11. DISTRIBUTION STATEMENT DISTRIBUTION STATEMENT A: Approved for public release= distribution is unlimited. F ort 1664, JUN 86 (FACSIMILE) Previous editions are obsolete. Page 1 of 2 Pages Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 ---- Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 DI-MGMT-80508 Block 10. Preparation Instructions (Continued) (b) Table of Contents (c) Section I - Includes the followings (1) Introduction (2) Summary - A brief statement of results obtained from the analytic effort. (3) Conclusions and their condensed technical substantiations. (d) Section II - A complete and detailed description of the analytic results which led to the conclusions stated in Section 1 above. Page 2 of 2 Pages Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 DIA IOGISucs/ Pl,AN OWM&cr TJ!IIE: Research lysis ~T spcmm: EC J T: A. EQUIppEWr ! INi NCE (RI5-6) Not Required 1. Internal Maintenance 2. Contractor Maintenance B. SOPPLy SUppp~T (Rar ) 1. Consumables Not Required 2. Euij ent Storage c M S-6) Not Required M"LDG D. FAQ (R[S-1) 1 . Utilities Not Required 2. Space, location 3. Health, Fnvirornnental & Safety iraplications E. P.El gM AND TRAIN (am) Not Required 1. Civilian & military personnel requirements 2. wired Training 3. Personnel relocations F. TICK AND Q ApHI(S (R SD) 1. Systems concept Not Required 2. Software requirements 3. Hardware requirements 4. Required funding G. PUFXU(ATIC M AND Cpja ICS (,Zrs--5) Not Required H. 03 IMC AUCNS (IC14) Not Required I. SEx3i p y SERVICES oSC) REQUIRED 1. Security clearances 2. Physical security 3. Contractor security 4. TEMPEST - DIA/OSC-2 will review and evaluate all requests to Process classified information electronically and will on equipment Procurement, installation, relocation and other measures gudanoe relative to the control of cxanprcmi.sing emanations. Enclosure 10 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 w-Wu1b1'1'1UN PLAN (AAP) FYA9_~RpApAP NO/PURCHASE REQUEST330/025Z/92 1. PROD r?,i~P~L!r ~EVB/BLvfCA~~RES-ARCH7AND OANALYSIS1-3 2. JUSTIFICATION AND DESCRIPTION (ATTACH) -SG1J SG1J 3. PROJECT MANAG 4. ELEMENT BUDGET OFFICE S.'CONTEXT:a., b., c. V 6. ACQUISITION ACCOMPLISHED BY: [X] RSQ [ ] MIPR TO [ ] ISA [ ] OTHER: 7. PROPOSED TYPE OF ACTION: a. [ ] NEW CONTRACT b. [X] MODIFICATION TO CONTRACT c. [ ] ORDER UNDER REQUIREMENTS CONTRACT NO d. [ ] ORDER UNDER GSA FED SUPPLY SCHEDULE e. [ ] OTHER: 8. COMPETITION (Applicable to pars 7a, 7b, and 7d (if ADP/TELECOM)): a. [ ] FULL AND OPEN COMPETITION b. [X] OTHER THAN FULL AND OPEN COMPETITION, PURSUANT TO 10 U.S.C. 2304 (C) ( 1 ) 9. TOTAL ESTIMATED CONTRACT AMOUNT:$400.000 10. CONTRACT DOLLARS: a.[ ] O&M b.[X] R&D c.[ ] PROC d.[ ] OTHER GOVT FUNDS 11. SOURCE(S) OF FUNDS ($000, UNESCALATED): a. PROGRAM/BUDGET LINE NAME/DOLLARS:SEE ATTACHED EXHIBIT #1 b. PROGRAM/BUDGET RECORD:SEE ATTACHED EXHIBIT #1 c. FROM OTHER AGENCY:NOT APPLICABLE 12. TARGET DATES FOR MILESTONES: a. AGENCY COORDINATION OF ACQUISITION PACKAGE BEGINS: 10 FEB 92 b. TRANSMITTED TO OC: 14 FEB 92 c. TRANSMITTED TO RSQ: 24 FEB 92 d. REQUIRED AWARD DATE: APR 92 e. REQUIRED DELIVERY DATE OR PERFORMANCE PERIOD: SEP 93 13. OTHER CONSIDERATIONS: THIS IS A CONGRESSIONAL MARK-UP PROGRAM 14. CONTRACTING OFFICER'S TECHNICAL ESENTATIVE (COTR): SG1J a. RECOMMENDED COTR: b. DATE COTR COURSE COMPLETED: 1 MAR 91 (or) c. DATE COTR COURSE SCHEDULED: 15. FOR ABBREVIATED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: 16. SUBMITTED BY: 17. CONCUR: HEAD OF MAJOR ELEMENT: NAME/TITLE: NAME: SIGNATURE: SIGNATURE: DATE: DATE: 18. CONCUR: OC/AGENCY COMPETITION 19. CONCUR: ASST DEP DIR FOR ADVOCATE: PROC: NAME: NAME: SIGNATURE: SIGNAT~gg DATE : Approved For Release 2000/08/08 : CIA- P96 f 9. R0UMb0 1-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 SEUMr ADVANCED AOQOISI` iaj PUN (AAP) 5 AAP NO. /PJRC RASE REIQUEST NO. 330/025Z/92 PF03BCT T ME: Phenomenological Research and Analysis (U) 1. (U) BACEMMM: a. (U) Phenomenological research and analysis as intended by this contract refers to anomalous phenomena associated with human activities. Investigations in this area have sometimes been referred to as Remote Viewing (RV), Extrasensory Perception (ESP), and recently as Anomalous Cognition (AC) or Anomalous Phenomena (AP) research. Foreign researchers have also used the tern, psychoenergetics, to describe aspects of this area. b. (S) In 1985, the Department of Army' Surgeon General Office for Research and Development (DASGRD) initiated a 5 -year phenomenological research and development program. Research identified for this effort centered on two aspects; basic phenomena understanding and applications oriented research. This SGRD program was in response to recommendations that followed from DIA's earlier 3-year evaluation effort that examined the validity and threat potential of an aspect of this phenomena known as remote viewing. DIA established close ties with this SGRD research program to insure that applications research would be adequately pursued. c. (S/NF) In 1987, it became apparent that SGRD furxling might not be available to carry the project through to the end of the 5-year period. consequently, additional f sought by DIA and acqu red period. funding transfer action funding was through by the House Appropriations Committee (HAC). This funding was provided to DIA; MIPR action to the SGRD contract was the most expeditious method of allocating these funds. d. (S/NF) Results of the DIA/SGRD effort yielded several findings of breakthrough potential. Subsequently, follow-on research support was provided to DIA by Congressional action for FY91. DIA was identified as the executive agent due to long-standing knowledge and expertise in this area. Both R&D and O&M funds were allocated for continuing basic and applied research, for applied investigations, and for assisting in assessment of relevant foreign research. Additional R&D funding was received by DIA in the FY 92 Defense Authorization Act to continue research in this area initiated in FY 91 and to undertake new research along with other activites. SDCREr/NOFORN Classified By: DIA/DT Declassify On: OADR la Enclosure 11 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 * * * * S E C R E T * * * * Ap g qd F9fA ?w ? SS9j41Il p'96-00789R003000410001-3 Notes: RC 301 Title: STAR GATE EC: 101 - DIA INTELLIGENCE PRODUCTION FU: 00 - GENERAL SUPPORT EU: 103 DIA S&T INTELLIGENCE TE: 00 - BASE RECORD CP: 0 - BASE RECORD PE: 0301301L - GENERAL DEFENSE INTELL PROGRAM PC: 0 BASE: DIA S&T INTELLIGENCE FOC: N/A SERVICE DEFINED KEYS GOIP DEFINED KEYS RC 301 - Responsibility Center SI 166 - Special interest MS 1 - Mission Structure OPE 301 - Old PE GOIP Rank: 0 Service Rank: 0 Alternate Rank: 0 MAJOR APPROPRIATIONS FY 92 FY 93 FY 94 FY 95 FY 96 FY 97 FY 98 FY 99 - I RDT&E 2000 0 0 0 0 0 0 0 10 TOTAL MILPAY 123 0 0 0 0 0 0 0 11 ARMY PAY 123 0 0 0 0 0 0 0 ..... ----- ..... 0 0 0 0 0 0 0 0 0 ELEMENTS OF EXPENSE FY 92 FY 93 FY 94 FY 95 FY 96 FY 97 FY 98 FY 99 0 0 0 FY 96 FY 97 FY 98 FY 99 ----- ----- ----- ----- 1.004 STARGATE R&D 2000 0 0 0 0 0 0 0 11.997 UNDEFINED LINE 153 0 0 0 0 0 0 0 11.998 ARMY PAY, NON-C -30 0 0 0 0 0 0 0 Approved For Release 2000/08/08 CIA-RDP96-00789RLWAQ00i410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 2. (S/NF) DFSQ27pnCK (gamed Capability) : This effort will permit both research and analysis of anomalous phenomena to continue. Tasks defined in the classified statement of work focus on those activities that have the highest potential payoff in phenomena understanding, in application analysis, and in threat assessment support. Progress in this area will assist DIA and the Intelligence Cmmunity in performing adequate threat assessments and for possible pursuit of applications involving this phenomenological area. 3. (U) ICN RFZgJIRFI(ENT : a. (U) Source of Mission (DCI goal, Defense guidance, JCS, Other): DCI Goal #2; DIP FY88-92 Required Capabilities ii. In, lq, 2a, 2e, 2g, 2j, 2n; DoD Plan for Intelligence Support to Operational Cinders FY88-92 Required Capabilities 20, 21, 23. NIT #9 & 32. b. (U) Impact of Disapproval: Failure to fund this effort would seriously degrade DIA's ability to assess military potential of the emerging foreign efforts in this field and would eliminate potential for phenomena understanding and application development. 4. (U) CUR=: a. (U) Relationship to ongoing or Proposed Projects: There are no }mown similar current or proposed projects. b. (U) Managerial Perspective (DIA goal or objective supported): (1) (U) Responsive to-P%24 1988-1992 General Production Guidance (2) (S/NF) A prior effort (1981-1983) concerning anomalous phenomena research was conducted through a DIA external contract. The main purposes of this effort was to evaluate the threat that foreign achievements in this area could pose to US national security and to explore its potential for use in US intelligence collection and military operational problems. The results of this effort have confirmed the reality of the remote viewing. Phenomenon and the existence of a potential threat to US national security. Assessments of foreign research in psychoenergetics were also included in the early effort. c. (U) Accordance With Agency ADP Planning, if applicable: N/A. d. (U) Government Furnished Space: None. SECREr/NOFORN lb Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 EXCEMCK to ~i- To .S j rKr size DIA/ODT R&D Contract: Phene_noloctical Research and Analysis (U) Purchase Request # 330/025Z/92 Information necessary for synopsizing this contract cannot be worded in such a manner so as to avoid disclosure of classified information. The activity of this contract is highly sensitive and any attempt to synopsize would reveal DIA's interest from an applications perspective. JOHN T. BERBRICH Director Office for Scientific and Technical Intelligence Enclosure 12 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 1. Date of request 2. Delivery required by 3. Pur ese request number PV JI 4 1 g use 2000/ 8/ : J - P96- 0789R O O 0 4 10001-3 q$ ~ W P 3 r, SE 9 t ~ 30 330/025Z/92 y INSTRUCTIONS - ORIGINAL AND 8 COPIES 4A. Au a (DIAM 44-2) 6A Funds are certified available and have been committed ~1 J Accounting classification 58. Amount ctor, R/D: $400,000.00 JOHN T. B E RICH. Office for & TI 9~ ay&v.4y 7't >Fo3~~ t~,aa.So gay ~ y peN , , Date 48. Name, Ext, and Signature of Designated Supply Coordinator (DIAM 26-1) SG 1 J SC. Name and signature of Certifying Official SG 1 J Signature SG 1 A Signature Type Name Date Type Name Date Office Symbol ODT-S i rec or 78. Mark for: (ODT-S SG1J DIA 8A Sto k/It N D i i f S li S Q U i Estimated c em o. escr pt on o upp es or ervices uantity n t Price Amount RELEASE OF FUNDS FOR EXTERNAL RESEARCH $400,000.00 AND ANALYSIS. Sole Source Contract with SAIC for Phenomenological Research. 9. ^ Recurring requirement Source: 8B. Total GSA Schedule Number (if known) _ $400,000.00 Acquisition Plan No. 10. Action Office if External to DIA: Other: Interservice Support Agreement No: External POC: 11.Justification/Remarks The purpose of this request is to pursue general phenomenological research via the Science Applications International Corporation (SAIC). Funds for this effort are in the approved FY 92 DIA budget as line item for Congressional Directed Programs. This request identifies follow-on work additions to research initiated in a previous Congressionally Directed effort (MDA 908-91-C-0037). New research resulting from the same FY 92 Congressionally Directed action is identified in PR 330/025Z/92.. 12A. Requisition Nu r Othe 13A. Coor 'nati^CRRB ^SADPO a DI-SFV\ '/?X GC OOC-4 r/Phone No. OOC-5 RLE-2A Z d Date RL -O OOC-2 SO 1,3k Approvals ^ Not required 13C. Budget Reporting Code 1XI Contracting and Acquisition Off ice R (DIAR 44-4) R400 ^ Other: ACA ^ Yes ^ No 12D. Received By: (Signature) 14A. Action Assigned To: 148. Date SG 1 J Contract Specialist: Date Telephone No: DIA FORM 820 (5 82) r Release 2000/08/08 : for O FOREIGN NATIONALS ~1t From 0030M assl ed EaeJasures JOHN T. BERBRICH, Office for & TI Type Name Date 46. Name, Ext, and Signature of Designated Supply Coordinator (DIAM 25-1) 7A. Ship To: Director 78. Mark for: (ODT-S: D I A Washington, f r 2n3dn F15n Stock/item No. I Description of Supplies or Services Sole Source Contract with SAIC for Phenomenological Research. External POC: 11.Justification/Remarks The purpose of this request is to pursue general phenomenological research via the Science Applications International Corporation (SAIC). Funds for this effort are in the approved FY 92 DIA budget as line item 1.tz"f for Congressional Directed Programs. This request identifies follow-on work additions to research initiated in a previous Congressionally Directed effort (MDA 908-91-C-0037). New research resulting from the same FY 92 Congressionally Directed action is identified in PR 330/025Z/92. 12A. Requisition Nu'Nrf l9 r/Phone No. 2., t0 Date't.- Contracting and Acquisition Office ^ Other: 13A. Coor``~inati~" s ^CRRB DI-SFV\a/'y/1?.. GC Ubu-Z OOC-5 RLE-P OOC-2 FR Approvals ACA 120. Received By: (Signature) SG 1 J 14A. Action Assigned To: Au We (DIAM 442) Accounting classification R/D: 9'laay(to.4q 7'i 6F3' i L''1 ^ Not required ^ SADPO OOC-4 RLE-2A RSO 13C. Budget Reporting Code ^ Yes ^ No Contract Specialist: Date Telephone No: DIA FORM 520 ( rove or a ease - - Previous Edition Is Obsolete. Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 OBLIGATIONS INCURRED UNOBLIGATED BALANCE 16. Summary Data for CRRB/SADPO Actions: Purpose: AMOUNT OF COMMITMENT REFERENCE NUMBER OBLIGATIONS INCURRED FY 91 FY 92 1,500,000 R&D 400,000 R&D 200,000 0&M UNOBLIGATED BALANCE REMARKS Intelligence Question/Objective: 17. List of Enclosures: Procurement Package Access List 2 Uniform Contract Format (over $25K) Statement of Work/Specifications 4 2 Justification for other than full and open competition SADPO Acquisition Authority Emergency Justification 5 Services Questionnaire List of Recommended Sources 6 Certification of Data Base 7 Government Ind d epen ent Cost Estimate 8 DD 254, Security Classification Specification 2- DD 1423, Contract Data Requirements List with Data Item Description (DD Form 1664) Technical Evaluation Criteria Technical Evaluation Plan Logistical Support Plan (DIAR 25-4) 12 Excep +-L_ Other(s) AAP iumma rv Approved For Release 2000/08/08 : CIA-RDP96-007898003000410001-3 SGIJ Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3 Approved For Release 2000/08/08 : CIA-RDP96-00789R003000410001-3