STATEMENT OF WORK FOR BIOPHYSICAL RESEARCH AND ANALYSIS

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP96-00789R003000420006-7
Release Decision: 
RIPPUB
Original Classification: 
S
Document Page Count: 
18
Document Creation Date: 
November 4, 2016
Document Release Date: 
December 7, 1998
Sequence Number: 
6
Case Number: 
Content Type: 
STATEMENT
File: 
AttachmentSize
PDF icon CIA-RDP96-00789R003000420006-7.pdf919 KB
Body: 
Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 SECRET STATEMENT OF WORK FOR BIOPHYSICAL RESEARCH AND ANALYSIS 1.0 (S/NF) PURPOSE: The purpose of this effort is to perform biophysical research and analysis on neuromagnetic phenomena. 2.0 (S/NF) BACKGROUND: The FY 1991 Defense Authorization Act identified DIA as executive agent of a new program for examining anomalous phenomena. One of the areas of specific interest was based on results from an earlier DOD sponsored research effort involving brain neuromagnetic responses to various visual or visual-related stimuli. This pilot work was performed by the Biophysical Group at the Los Alamos National Laboratory (LANE), Los Alamos, NM, as part of an Army research effort under the Surgeon General's Research and Development (SGRD) office. 3.0 (S/NF) OBJECTIVE: This statement of work is based on findings from the previous LANE research on this topic. Primary objective of this effort is to identify correlations of brain neuromagnetic responses to a variety of independent conditions or parameters.. 4.0 (S/NF) SCOPE: This activity will replicate previous results, will recalibrate the experimental environment, will search for possible artifacts and will initiate new systematic research. This new research will include a variety of population groups and will examine a variety of possible physical variables. All the measurements will be based on passive magnetoencephalograph (MEG) recording instrumentation. 5.0 (U) TECHNICAL/OTHER CONSIDERATIONS: 5.1 (S/NF) This effort is part of a larger external investigation effort in this general phenomenological area that includes a DIA contractor, the Science Applications International Corporation (SAIC). The SAIC program manager for this effort, Dr. Ed May, had been directly involved in the previous LANE activities in this area. Consequently, LANE will be required to work with both the DIA COTR and the SAIC program manager for most of the activities identified in this statement of work (SOW). 5.2 (S/NF) It is anticipated that both government and contractor supplied individuals will be involved in the MEG- measurement activity. All activity involving non-DIA CLASSIFIED BY: DIA DT DECLASSIFY ON: OADR Enclosure 1 SECRET/NOFORN Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 personnel (e.g., contractor supplied) will be coordinated in advance with the DIA COTR. Specific. subject/population types to be investigated will be reviewed and approved by the COTR well in advance of their involvement. 5.3 (U) All research protocols, analysis methodologies, specific scheduling, and other procedures will be reviewed/approved by the DIA COTR. A contractor Scientific Oversight Committee (SOC) will review and comment on all experimental protocols, procedures and analysis methods. The SOC will also review and comment on the final report prepared for this effort. 5.4 (U) This effort will be subject to review by the LANL Human Use Review Panel to assure that all experiments with human subjects conform to standard- human use guidelines set forth by Health and Human Service and DOD regulations. (Additional human use guidance is provided on attachment 1. to this SOW). 5.5 (U) The contractor will be required to submit brief progress reports and cost data to the DIA COTR on a monthly basis. A final technical report containing all protocols, methodology, analysis techniques, results, ante conclusions will be provided to the COTR by 1 July 1992. An advanced draft of this final report will also be required 2 weeks prior to submission of the final report. 5.6 (U) Should unforseen schedule or 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 overall project. 6.0 (U) SPECIFIC TASKS: 6.1 (U) Examine the hardware and software used in the earlier remote stimuli study to determine possible instrumental artifacts; calibrate existing electromagnetic/ magnetoencephalograph (MEG) environment. This should include, but is not limited to, (a) open sensors; (b) brain equivalent targets; and (c) non-central nervous system targets. 6.2 (S/NF) Perform new remote stimuli experiments with a variety of subject population types and variations to the remote aspect (e.g., vary light stimuli parameters, vary location from MEG room, presence/absence of "senders"). SECRET/NOFORN 2 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 6.3 (U) For same subject pool as used in item 6.2, perform direct visual stimuli measurements under a variety of MEG sensor locations. Identify correlations to various population groups, where possible. 6.4 (S/NF) Examine results from item 6.3 to determine inter-group discrimination potential of MEG results. 7.0 (U) QUICK REACTION CAPABILITY (QRC): The contractor will maintain quick response capability to problems or unexpected demands (e.g., briefings, unique subject availability,) as may be encountered during this project. 8.0 (U) ALLOCATION OF EFFORT: Level of effort to be applied to each task is shown below: TASK NO. ALLOCATION OF EFFORT ($) 6.1 15 6.2 60 6.3 20 6.4 5 SECRET/NOFORN 3 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 HUMAN USE GUIDELINES A. DEFINITIONS 1. Human Subiect: 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. GENERAL GUIDANCE 1. The contractor shall conduct research using human. subjects at all times so as to be in full compliance with all applicable laws, federal regulations and DO~i 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 Approved For Release 2000/08/08 :CIA-RDP~~~~RQO~QRQ~-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 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. 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 compliance with all laws, customs, and practices of the country in which the study is to be conducted. C. REOUIREMENTS FOR REPORTING AND DOCUMENTATION 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 COTR 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 or 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 provided to the DIA Contracting Officer. 4. The Contractor shall immediately notify the DIA Contracting Officer, by telephone, of inquiries from sources outside the Department of Defense concerning the use of human subjects under this cantract. Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. (U) Contracting Authority: Virginia Contracting Activity, P. O. 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 Biophysical Research and Analysis services for a DIA special evaluation activity. External assistance .funds are available for this effort, and are part of a Congressional Directed Pragram. 4. (U) Description of Action: It is anticipated that a cost- plus-fixed fee contract will be negotiated and awarded to satisfy this requirement. R&D funds for this effort are cited on Purchase Request (PR) No. 330/028Z/91. 5. (U) Reason far Authority Cited: a. (U) This action is based on the need to utilize research achievements from a previous DOD-sponsored R&D effort. b. (S/NF) Between 1985-1989, the Army's Surgeon General Research and Development (SGRD) office sponsored basic research in a phenomenological evaluation area. One of the specific topics initiated by this SGRD effort was examination of brain neuromagnetic activity correlates. This pilot effort was performed by the Biophysics Group at the Los Alamos National Laboratory (LANE), Los Alamos, NM, due to their unique equipment and analysis capability. Investigations from this pilot work yielded positive results. Follow-on to this work is one of the main research activities desired in the Congressional direction as part of DIA's over-all Phenomenological Research Program. c. (S/NF) This specific effort at LANE was originally included in PR 330/0012Z/91, via subcontract from the Science Applications International Corporation (SAIL). However, it has recently been determined that direct MIPR action from DIA to LANE would be mare appropriate then an SAIC subcontract at this time for this specific Biophysical Research and Analysis task. SECRET/NOFORN 1 Classified By: DIA DT Enclosure 2 Declassify On: OAD Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 In addition, Dr. Charles Wood, the Biophysical Group's director, had over two years of direct involvement in the previous pilot activity and was responsible for developing all appropriate methodologies and analysis techniques. d. (S/NF) This neuromagnetic activity research and analysis task requires a sole source procurement in order to efficiently build upon previous pilot study findings and to take advantage of the LANL interdisciplinary staff and their expertise. The Biophysics Group had previously developed all appropriate experimental protocols, analysis techniques, hardware, and task-specific software required for in-depth study of neuromagnetic responses as required under this task, e. (S/NF) While a few medical facilities exist with similar monitoring systems, none of them have the complex interdisciplinary or analysis capability required far this topic of investigation. In addition, none of them are capable of examining unique parameters or physical variables as required far DIA's over-all evaluation in this area. It would require 3 or more years far another contractor to build up similar expertise. Consequently, sole source procurement form LANL is the proper action for accomplishing this sensitive task in a timely and effective manner. 6. (U) Efforts to Obtain Competition: ~Jue 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 the Los Alamos National Laboratory 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. SECRET/NOFORN 2 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 SG1J SG1J 10. (U) Other Factors: a. (S) Acquisition data availability: Data from previous government-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) Unusual and Compelling Urgency: This task requires timely response form LANL in order to meet the Congressionally- directed requirements. This requirement can only be satisfied via other than full and open competition and by utilizing the existing LANL capabilities. 11. (U) Technical 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. ~-s~ SG1J Name: Date: ~( / vc~ ~Y/ 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 m knowled a and belief. SG1J Name : Date ? ~ ~ ~`'~`'~ ~~ Vice Assistant Deputy Director Title: for Scientific and Technical Signature: Intelligence .-~-~- - 13. (U) Fair and Reasonableness Cost/Price Determination: A detailed technical and cost proposal will be required from the contractor, LANL. 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. SECRET/NOFORN 3 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 14. (U) ~'`ontracting Officer Certification: In accordance with FAR 6.303-2 (a) (12), I hereby certify that the facts and representation under my cognizance, which are included in this J&A, are accurate and complete to the best of my knowledge and belief. NAME: Contracting Officer SECRET/NOFORN 4 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Based on the foregoing justification, I hereby approve the procurement of BIOPHYSICAL 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. SECRET/NOFORN 5 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 RESEARCH OF PLANNED, ON-GOING, AND COMPLETED STUDIES Research by my staff indicates, to the best of our knowledge, that there is no other known similar or collateral study or analysis, planned, in progress, or completed which fulfills the objectives or specific intent of this proposed contract study: Biophysical Research and Analysis (Purchase Request # 330/028Z/91). Date : ~ t ~~C ~ ~ 1 PREPARED BY: DT-5A CERTIFIED AS ACCURATE AND COMPLETE: J(5HN T . BERBRI C SG1J SG1J Assistant Deputy Director for Scientific and Technical Intelligence Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 MIPR CONTROL PROVISIONS AND GUIDANCE 1. Funds cited may be used only for the project delineated in the classified Statement of Work (Enclosure 1). 2. The DIA estimate for this project is $250,000.00 over a 12 month period. 3. The total MIPR estimate shall not be exceeded by the purchasing office. 4. Changes in purpose, scope or desired results from those delineated in the Statement of Work must have DIA approval. A copy of the final Statement of Work will be provided to DIA/DT-S for review prior to further contractual actions. 5. The MIPR should be addressed to: HQ DOE Attn: Barbara Nbyers, IN-40 Forrestall Bld Washington, D.C. 205$5 6. Two copies of the final contract should be provided to: Defense Intelligence Agency ATTN: VP-SF Washington, D.C. 20340 ~? Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 ?CIA-RDP96-0078ARnn~nnn~~nnn~_~ Defense Intelligence Agency ATTN: Logistics .~~ RTS-6B1 Washington, DC 20340-3205 Phone: (202) 373- 2890 Autovon 243- 2890 ITEMS ~~ ARE ~_~ ARE NO7 INCLUDED 1 N THE INTERSERVICE SUPPLY SUPPORT PROGRAM ANO REQUIRED INTERSERVICE 9 SCREENING L~ HAS ~_~ HAS NOT BEEN ACCOMPLISHED ITEM NO. MILITARY iNTERDE PARTMENTAL PURCHASE REQUEST PAGE 1 OF PAGES 6. AMEND NO. 3. CONTROL SYMBOL NO. 4. GATE PREPARED 5. MIPR NUMDER PiL~SIC 12 JULY 1991 HgM44p -1--0240 ~? FROM: (agency, name, telephone number o! originator) U. S ? Departvzent of l;nergy Intelligence Disse:ttination Division ATTN: :Saxbara 2foyers, (IN--40} P.O. Fox 23865, GA-301 DESCRIPTION (Federal stock number, nomenclature, specification and/or drawing No., etc.) Funds are hereby certified available in the amount of ~250,U00.00 far external Research and Analysis."This agree tent is entered into p authority of the Economy Act of 1432, as amend to Federal Acquisition Regulation (FAR} 6.002 and requlatians? To the best of our knowledge h DOE and its contractor in direct competiti t rsuant Lo t d (31 .S.C nd othe ap the wa k r 'n with , -lie ysical ese ESTIMATED UNIT PRICE ESTIMATED TOT AL PRICE e requirem nts and 1535), an adheres licable fe eral laws .quested wi 1 not place rivate sec or ?" S G1J irch and an 7_ysis. e Los Alamos National Laboratory (LANE} for biog EPiCL: Statement of work MIPR Control Provisions and Guidance THB MIPR ESTIMATE IN BLOCK 11 MAY NOT BE EXCEED] ON 30 SEPTEMBER 19 92? MIPR ACCEPTANCE: PROVIDE FOUR COPIES AS FOLLOW SG1J FOUR.~COPIES. T0: Director, Defense Intelli ATTN: RTS-6B1 IGATION ,~~,g/ for Fnancial deputy Co ptrolle ing Policy and Accoun DIA INT NAME OFFI PHONE ~A, ATT1~~: FOR CAT I ACCEPTANCE: MAIL SF 1080 BILLING TO D 20340-3035 FOR CAT II ACCEPTANCE: ADD TO CONTRACT DISTRIBU COPY OF THE CONTRACT AND ALL MODIFICATIONS FOR ONE COPY OF EACH RECEIVING REPORT T0: DIA, ATTN 4.201(c) ION LIT (F~ ACH ~ WASH OC-4 E CONT CT. ATION CIT NGTON, DC ONE COMPLETE HEREIN AND IN SEE ATTACHED PAGES FOR DELIVERY SCHEDULES, PRESERVATION AND PACKAGING INSTRUCTIONS, SHIP- ~250s~JO.00 10' PING INSTRUCTIONS AND INSTRUCTIONS FOR DISTRIBUTION OF CONTRACTS AND.RELATED DOCUMENTS. t 13. MAIL SF 1080 TO (Payment will be ma e by 12. TRANSPORTATION ALLOTMENT (Used if FOB Contractor's plant) Defense Intelligence Agency ATTN : ~-4 Washington, DC 20340-3035 __ FUNDS FOR PROCUREMENT ARE PROPERLY CHARGEABc TTu rFn TOTAL PR'ICESET FORTH BELOW. THE AVAILABLE - ACf+N APPROPRIATION LIMIT/. '.i11BF1 E A O 7M1 6F0301 1222 503744 SG1J VOICES WILL BE FORWARDED IN ACCORDANCE WITH ACCTG STA DOOAAO hA X250,000.00 pREYlOUS EDITION IS OBSOLETE. S/N 0102-LF-0046501 ""approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 t~T~4~ SG1J SG1J Approved For Rele MILITARY INTERDEPARTMENTAL PURCHASE REQUEST 3. CONTROL SYMBOL NO. 4. DATE PREPARED 5. MIPR NUM?ER 7.2 3ULY 1991 HIIM440 -1--0240 D,S. Departrsent of Energy Intelligence Dissemination Division ATTN: t3arbara Lroyers, (IN-40) P.Q. Bax 23ti~i5, G~'.--301 n Defense Intelligence Agency ATTN: Logistics ~~ RTS-6B1 Washington, DC 20340-3205 Phone: (202) 373- 2890 Autovon 243- 2880 ,T ~ 'r ~~? ITEMS ~~ ARE (_~ ARE NOT INCLUDED 1 N TI1E INTERSE-RVICE SUPPLY SUPPORT PROGRAM AND 9 SCREENING L~ HAS ~_~ HAS NOT BEEN ACCOMPLISHED. ITEMI DESCRIPTION NO. (Federal stock number, nomenclature, specification and/or drewinQ No., etc.) Funds are hereby certified available in the 50 UOG 00 for external Research 2 e reguirere~ - amount of $ reement is entered rota p>.rsuant ~o t a hi "' g s P aad ,Analysis. authority of the Economy Act of 1'32, as amend d (31 .S.C ~Trr~ ~ nn~ n~ oche aP to Federal ncc3u.l.bl.l.~.~,,.. ..~---s---~---- - _ and requlations. To the best of-our knowledge rltwitho her the !]L~r: antz 1Lti ~vL~....~:...?.-?.- -- -- for bio ~ sisal ~rese Las Alamos 2datianal Laboratory (LAN'L) p y F1QCL: Statement of work MIPR Control Provisions and Guidance TELL MIPR ESTIMATE IN BLOCK 11 MAY NOT BE EXCEED ON 30 SEPTEMBER 19 92 1535) , an licable fe quested wi rivate sec for Fnancial ing ptroile nts and adheres .eral laws .l not place :ar . " Ilysis. 20340-3035 FOR CAT II ACCEPTANCE: ADD TO COIFICATIONSTFOR ACH AP ROPF ATIONOCIc) HEREIN~AND~ COPY OF THE CONTRACT AND ALL MOD WASH NGTON, DC.20340-3035 ATTN OC-4 ONE COPY OF EACH RECEIVING REPORT T0: DIA, . GRAND TOTAL INVOICES WILL BE FORWARDED IN ACCORDANCE WITH E CONT CT. ~250,aGO.oo 1U' PING INSTRUCTIONS ANO INSOTRUGT ONS FOR DISTRIBUTION OF CONTRACTS AND RELATED OOCUMENTS.IR be ma e b 12, TRANSPORTATION ALLOTMENT (Used it FOB Contractor's ptertf) 13. MAIL SF 1080 TO (Payment Wll 'Defense Intelligence Agency ATTN: ~-4 Washington, DC 20340-3035 FUNDS FOR PROCUREMENT ARE PROPERLY CHARGEABLE TO THE ALLOTMENTS SET FORTH BELOW. THE AVAILABLE 14. BALANCES OF WHICH ARE SUFFICIENT TO COVER THE ESTIMATED TOTAL PRICE'-r,AN AC^TG S7A AMOUNT MIPR ACCEPTANCE: PROVIDE FOUR COPIES AS FOLLOW lJeNuly "" Policy and S G 1 J DIA P FOUR COPIES T0: ~ NAME Director, Defense Int ence A ency OFFIC ATTN:. RTS-6Bl PHONE Washington, DC 20340-3205 FOR CAT I ACCEPTANCE: MAIL SF 1080 BILLING TO D A, ATT Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 Approved For Release 2000/08/08 :CIA-RDP96-007898003000420006-7 ~ ~ 13. ~q ~ VOUCHER FOR TRANSFERS Page 1 of BETWEEN APPROPRIATIONS AND/OR FUNDS BILL IN LIEU OF SF-1080 OFFICE BILLING: BILL #B2010595 US DEPT OF ENERGY FINANCE DIVISION P.O. BOX 5400 ALBUQUERQUE, NM 87115 SCHEDULE # OFFICE BILLED: DEFENSE INTELLIGENCE AGCY ATTN: OC-4 DATE ISSUED: 11/12/91 DESCRIPTION OF SERVICES AGRHHM44010240 $221,365.45 AMOUNT TOTAL: $221,365.45 REMITTANCE IN PAYMENT SHOULD BF SENT TO: U S DEPARTMENT OF ENERGY FINANCE DIVISION P.O. BOX 5400 ALBUQUERQUE, NM 87115 ACCOUNTING CLASSIFICATION (BILLING OFFICE) CERTIFICATE OF OFFICE BILLED I CERTIFY THAT THE ABOVE ARTICLES WERE RECEIVED AND ACCEPTED OR THE SERVICES PERFORMED A3 STATED AND SHOULD BE CHARGED TO THE APPRO- PRIATION(S) AND/OR FUND(S) AS INDICATED BELOW; OR THAT THE ADVANCE PAYMENT REQUESTED IS APPROVED Artn ~1-t~ttr,r~ BE PAID AS INDICATED. (DATE) ACCOUNTING CLASSIFICATION (OFFICE BILLED) 9710400.44 7M1 6F0301 1222 503744 $221,365.45 CERTIFY T~1T THE GOODS/~ ~;; ~`~'!CES DEC .!BED IN THIS QOCUMENT h,'~,VE CEEN RECEi'~ ED, AND WERE PROVii:ED IN ACCO~ DANCE WITH THE 'T~RMS W THE Cnni?nnnr nn ouRU .~ ~~~ ??'''rT. NAM SG1J ~~p~pproVea F~~=e~'r~as~2000/08/08 : CIA-RDP96-007898003000420006-7 TITEE, SG1J 1. Date of request 2. Dolivery required by 3. Purchase request number P~~~r~~~~$~~lease 2 00/08/08 : CIA- DP96-00789800300 420006-7 ~ 1 ? ~ 6 Jun 91 -- 330/0012Z/91/ ~.- INSTRUCTIONS-ORIGINALANDBCOPIES 4A. Au [ rovi g Off~~l or Designee (DIAM 44-21 5A. Funds are certified available and have been committed ~J Y L~ ! ~UN~t~ A.ccouMing classification 56. Amount Signature - JOH BERBRICH, Asst Dep Di r, DT Type Name Data 0/M: 9710100.44 7Y1 6F0301 1221 503744 50,000.00 48. Name, Ext,andSignature of Designated Supply Coordinator INCREASE } (DIAM 25-1) 5C. Name and signature of Certifying Official SG 1 J Signature SG 1 A Signature Type Name Date Type Name Date Office ymbol DT- 'A ~A. ship To: Director 76. Mark for: SG1J Washington, D.C. 20340-6150 DT-5A SA. Estimated Stock/Item No. Description of Supplies or Services ? Quantity Unii Price Amount RELEASE OF FUNDS FOR EXTERNAL RESEARCH $50,000.00 AND ANALYSIS (INCREASE} Sole Source Contract with SAIC for Phenomenological Research 9. ^ Recurcing requirement Source: 8B. Total GSA Schedule Number (if knownl $ 50,000.00 Acquisition Plan No. INCREASE 10. Action Office if ExCernal to D1A: Ocher: tnterservice Support Agreement No: External POC: 11.Ju:tification/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 FY91 DIA budget as line iten>~~,917.033 for Congressionally Directed Programs. THIS AMENDMENT PROVIDES AN ADDITIONAL $50K 0&M FUNDS FOR CONTRACT COMPLETION. 12A. Requisition Number/Othe 13A. Coord"'~,at' s ^CRRB QSADPO ~ ? Q GC OC-4 VP-SF ~" 1 Phone No. ~/~ - - Date ~ ~ ~ - - 138. Approvals Q Not required 13C. Budget Reporting Code (DIAR 44-4) ~~ Contracting and Acquisition Office CRRB ~ Otfier: SADPO Q Yes ^ No 120. Received By: (Signature) 14A. Action Assigned To: 146. Date S G 1 J Contract Specialist: Date Telephone No: OIA FORM x,20 ~5-8ro'ved For Release 2000/08%~~OUS~~~~~~~0=007898003000420006-7 PURCHASE REQUEST 1. Date of request 2. Delivery required by 3. Purchase request number ? INSTRUCTIONS-ORIGINALANDBCOPIES. 11 JU1 91 30 Sep 92 330/02$Z/91 4A a DIAM 442) 6A Funds are certified avallffile and have been committed Accounting clsssiflcetian bB. Amount JOfiN T. BERBRIC set Dep Dir for S&T R/D: 9710400.44 7M1 6F0301 1222 503744 $250,000.00 Type Name Dabs 48. Name, Ext, and Signature of Designated Supply Coordinator (DIAM 26-1 ~ 6C. Name and signature of Certifying Official Signature S G 1 A Signature SG1J Type Name Date Typs Name Date Office Symbol DT-5A ? 78. Mark for: ? DIA SG1J Washington, D. C. 20340-6150 (DT-5A) 8A StocWitem No Descri tion of Su lies or Services Qua tit U it Estimated . p pp n y n Price Amount RELEASE OF FUNDS FOR EXTERNAL RESEARCH $250,000.00 AND ANALYSIS. Sole Source Contract with Los Alamos National Laboratory (LANE), for biophysical research and analysis. 9. ^ Recurring requirement Source; 86. Total GSA Schedule Number lif known) _. - $250,000.00 Acquisition Plan No. 10. Action Office if External to DIA: HQ DOE/LANE other: Barbara Movers intaraervice Support Agreement No: External POC: HQ DOE/ IN/40 (202) 586-8297 11. Justification/Remarks The purpose of this request is to conduct biophysical research via the Los .Alamos National Laboratory (LANE), Los Alamos, NM. Funds for this effort are in the approved FY 91 DIA budget as line item 1.004 for Congressional Directed Programs. 12A. Requisition Number/Other 13A. Coord ~i c ^CRRB ^SADPO ~ ~a UP SF - GC OC-4 12.B Loglstice Branch Action OfficerlPhone No. ~-~~ - - D~ S- B - RS e 12C. Method 136. Approvals Not required 13C. Budget Reporting Code ^ Contracting and Aoqui:itiofi Office CRRB (DIAR 44-4) 8400 , ^ Other: SADPO ^ Yea ^ No 12D. Received By: SSggnature) 14A. Action Asigned To: 14B. Data Contrect Specialist: Dat DIA FORM 820 (682) v Provi4ll Edition is Obsolete. REGRADED UN"CSfFfED ; !- ~ a ~"'r ~"'...., ~ ~ ~ r~~ ~ ~ t ~'iNH'E~t S'E~ARA1'ED f RDM Approved For R~5i2~t0@O/Ui3~ : GIA-RC~P9~~d0789R003000420006-7 15. OBLIGATION R ECORD AMOUNT OF CO MMITMENT ~ DATE REFERENCE NUMBER OBLIGATIONS INCURRED UNOBLIGATED BALANCE REMARKS DATE REFERENCE NUMBER OBLIGATIONS INCURRED UNOBLIGATED BALANCE REMARKS RECAP: Basic $250,000.00 ~ Uniform Contract Format (over ~25K- Statement of Work/Specifications ~ SY~(ie~S2S~r2f~Ciustificstion far other than fu11 and open competition SADPO Acquisition Authority Emergency Justification Services Questionnaire Ust of Recommended Source: DTIC/NTIS Statement IR&D) Economic Analysis/Cost Comparison Analysis (DIAR 45-81 S50K+ DD 254, Security Classification Specification DD 1423, Contract Data Requirements List with Data Item Desaiptbn (OD Form 1884) Technical Evaluation Criteria Technical Evaluation Plan Logistical Support Plan (DIAR 25-4? ~. otnerlsl Statement ~ Appce~,F~"oR~~se;a90Q~119t~8/~11$igRDP96-007898003000420006-7