AWARD/CONTRACT, SRI INTERNATIONAL, S&T PROJECT ENTITLED: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (GRILL FLAME) .

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP96-00792R000100140057-0
Release Decision: 
RIPPUB
Original Classification: 
K
Document Page Count: 
27
Document Creation Date: 
November 4, 2016
Document Release Date: 
October 28, 1998
Sequence Number: 
57
Case Number: 
Publication Date: 
April 6, 1981
Content Type: 
CONT
File: 
AttachmentSize
PDF icon CIA-RDP96-00792R000100140057-0.pdf1.39 MB
Body: 
STANDARD SERVICES FORM AD2b,MI GENE~A U&pve For Release 2003/09/10AfOAdtPi ? aZR000100140057-0 PAGE of f[O. PROD. REG. (41CFt) 1-16.101 _ _ 2 7 CONTRACT (Ont. INS/. Wrn/.) NO. S. 1117ECTIVE DATE 3. REQUISITION/1'URCHAM Rl?UfLT/"O)ECT NO. 4. CERTIFIED FOR NATIONAL DEFENSE UNDER DDSA 1 . IEG 2 AND/OR DMS REG. 1. 0 1 r 0 22 m DA 0- - -0 8 6 RATdNG SS--1 __ s. 1SSUE'O By CODE 4 b. AD/ ,d l _~ . ISiERED Sr CODE l 50507A 1' DELIVERY (1) ebur awx 44r4 3) -if fpl DESTI? DEFENS.: SUPPLY SERVICE-WASHINGTON DCASMA - San Francisco NATION Room 1D-245, The Pentagon 1250 Bayhill Drive OTHER (Sue Washington, DC 20310 San Bruno, CA 94066 ^ Attn: Mr, S. CONTRACTOR CODE 94025 FACIL)T)' CODE ?. DISCOUNT bolt PROMPT PAYMENT NAME AND ADDRESS P SRI International NET (s-W' d`7'' 333 Ravensworth Avenue town y, site, and ZIP Calk) Menlo Park CA 94025 , 10. SUIIMIT INVOICES (4 t.pies NNIeia e/hrrun, L 0.eifird) TO ADDRESS SHOWN IN MOCK See Section G-1 11. SHIP TOIMARK FOR CODE 12. PAYMENT WILL SE MADE SY CODE OS 6A DCASR Los Angeles See Section G-3 P.O. Box 45011 Los Angeles, CA 90045 ? 10 U.S.C. 2301 (a)(11) THIS PROCUREMENT WAS 1:1 ADVERTISW, ? NEGOTIATED, PUS ,ANT TO. 13 . ^ 4 1 U.S.G. 232 (cK ) 14. ACCOUNTING Aft APPROPNAnON DATA ACRN: AA 9710400.44 6FO301 1222 503744 $148,000 TABLE OF CONTENTS (XI SEC PAGE (X) SEC PAGE PART I? THE SCHEDULE PART 11 -GENERAL PROVISIONS A Cnrttr.ct Form 1 X 1 Getterel Provisions 10 E SlpplinlS. vices a Priam 2 PART III LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS C Dowiptiontspecifkstion 2 X J LW of Documents. Eahibks and other Attachments 18 D Packping and Marking 4 PART IV ? GENERAL INSTRUCTIONS E Inspection and Acceptance 5 x K Repe"enutbm. CertNlntions end other Ststemcna of Offeror 19 P Delivoriss or Perloem,noe 5 L lrgtnsctbm and Corail.om and Notion to Offorcirs D Contract Administrstion Oats - 6 M Eveluatlon Factors for Award Specie Provisions 7 I . S&T Project entitled: "Novel Intelligence Collection Techniques (GRILL FLAME)". 21. COST PLUS FIXED FEE TOTAL AMOUNT Of CONTRACT $148,000 CONTRACTING OFFICER WILL COMPL ETE BLOCK 22 OR 26 AS APPIJCABLE 22. 0 ?0 NTDA TO ?S NEGOTIATED AGREEMENT (C.Ntriat.r is ,squired to uka 26? ^ AWARD (Con/r rrt.r is Not req irtd to sign ibis darrmr.t.) Your .Per Ibis d trae.at and ,,,,N orig( r, S. Istria .Eta) Contractor ogres R. furnish and deliver III items or Perform all the s.r.ices sot forth or *Shot--" on Sol,Aehon Numb., . including she .dd,I,..s of eh.np.t made by you which .d4Mions of chowy.t .re ,it 1.Ah in bdt k%Nt,r.d .hove and on any seMinuorien shoots fair the consideration slated heroin. obove..s hereby accepted as to the items I.sled .bow cad on any c.ntm.NA.on shoos ntract wIKh c.ns.ta of the following dccum*n1v (a) th t Tim ra#Ms o,d obl.p.h.n of the pores so this contr.cl DWI be aubi to and Osa .find by III fallowing d.cu.et.a i.) this .word/csnr.ct. (b) she aol.w te"on, if any, This award centummV e co el fh. Government t ..IK.Mt,an and your .RN. and (b) this .word/c.Mr.ct. N. mod Ice sack pre.isieie. tepreseMaii.ns. c.rttfcat..ns. end specifications, as are attached or Mc.rpet.te by rower c. build. (Aitlrb Ntr air h u/ed berrii.) I,Ahes c.Mretait docum I "actuary, _r-` 22. NAME OF CONT t SY 27. UNITED STATES C ? ..tilt Lr[lll = ? -_ pore.. aulld.risied w If rib a 5 r~,~~ 24. NAME AND TITLE dkotla"Elt T* or prial) ..-, 23. DATE-SIGNED iv VR.c SIGNED 21. NAME OFF G`JtftRACTNIG OFfKN s Tspr ..'reN1) proved For Releas 10 : 17 June 81 D-GD790Ri00SII 0140057-0 IA-R M DircMzu 1 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION B - SUPPLIES/SERVICES AND PRICES B-1. SERVICES AND PRICES ITEM NO. DESCRIPTION 0001 S&T Project Entitled: "Novel Intelligence Collection Techniques (GRILL FLAME)." SGFOIA2 0002 Reports 0002AA Quarterly Progress andYiscal Status Reports 0002AB Quarterly Progress Briefings 0002AC Quick Reaction Reports 0002AD Draft Final Report 0002AE Final Report 0002AF Support Material *NSP - Not Separately Priced SECTION C - DESCRIPTION/SPECIFICATIONS C-1. SCOPE OF WORK (a) The contractor shall furnish the necessary personnel, materials, facilities, and other services as may be required to perform the work set forth herein, in the STATEMENT OF WORD (SOW) (Classified), dated 19 March 1981, and the contractor's technical proposal number ESU 81-60(classified), dated 23 March 1981, a copy of which is in the possession of both parties to this contract, which is hereby incorporated by reference with the same force and effect as if set forth in full text. (b) In the event of an inconsistency between the provisions of this contract, the SOW and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) the. contract (excluding the technical proposal); and then (ii) the technical proposal. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 . - , ' Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. r7DA903-31-c-0292 SRI INTERNATIONAL SECTION C - CONTINUED C-2. REPORTS The contractor shall submit the following written reports in accordance with the delivery schedule set forth in Section F. (a) A report which shall contain major accomplishments, problems encountered, and amount of funds expended. (b) An oral briefing of accomplishments and potential for further research, if any. (c) A final technical report which shall include a complete and clear exposition of the basis the other measures of etechnicaleor tabularedatahnecessaryc methodologies used, and any o to understand the report and underlying consideration. (d) Interim Technical Reports. These reports shall present a concise and including appropri- factual discussion of technical findings and accomplishments during the reported. m atter?references. of technical ate will ate subject be provided at the beginning of the report. (e) Reports delivered by the contractor in the performance of the contract shall be considered "Technical Data" as defined in the applicable Rights in Technical Data clause of the General Provisions. (f) Bulky reports shall be mailed by other than first-class mail unless shall submission first-class the urgency of one (1) copy less than first-class. (g)' The heading of all reports shall contain the following information: CONTRACT NUMBER NAME OF CONTRACTOR CONTRACT EXPIRATION DATE CONTRACTOR'S PROJECT DIRECTOR SHORT TITLE OF CONTRACT WORK PHONE NUMBER C-3. REPORT DOCUMENTATION PAGE (DD FORM 1473 APPLICABLE (ITEM 0002AA and 0002AC thru 0002AE) under reports Although Military Standard mandatory. Document'ationDPageA DD Form 1473, is mandatory this item, use of Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION C - CONTINUED C-4. DISCLAIMER STATEMENT All reports resulting from this study will contain the following disclaimer statement on the cover of such reports: "The views, opinions, and findings contained in this report are those of the author(s) and should not be construed as an official Department of Defense position, policy, or decision, unless so designated by other official documentation". SECTION D - PACKAGING AND MARKING D-1. PACKAGING AND MARKING OF TECHNICAL DATA ITEMS Technical Data Items shall be preserved, packaged, packed and marked in accordance with best commercial practices to meet the packing requirements of the carrier, and insure safe delivery at destination. D-2. PACKAGING AND MARKING OF CLASSIFIED ITEMS (a) CONFIDENTIAL or SECRET material will be packed to conceal it properly and to avoid suspicion as to contents, and to reach destination in satisfactory condition. Internal markings or internal packaging will clearly indicate the classification. NO NOTATION TO INDICATE CLASSIFICATION WILL APPEAR IN EXTERNAL MARKINGS. (See paragraph 17 of the Industrial Security Manual for Safeguarding Classified Information, DoD 5220.22-14). (b) CONFIDENTIAL or SECRET documents will be inclosed in two (2) opaque envelopes or covers. The inner envelope or cover containing the transmitted will be addressed, return addressed, and sealed. of the documents being transmitted will be clearly marked on the front and back of the inner container. The classified documents will be protected from direct contact with the inner cover by a cover sheet or by folding inward. For SECRET documents, a receipt form identifying the addresser, addressee, and documents will be inclosed in the inner envelope. CONFIDENTIAL documents will be covered by a receipt only when the sender deems it necessary. The inner envelope or cover will be inclosed in an opaque outer envelope or covers The ssifice markings of the inner envelope should not be detectable. will be addressed, return addressed, and sealed. NO CLASSIFICATION MARKINGS WILL APPEAR ON THE OUTER ENVELOPE OR COVER. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 'Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION E - INSPECTION AND ACCEPT".NCE Ec-1 INSPECTION AND ACCEPTANCE AT DESTINATION Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity. E-2. MATERIAL INSPECTION AND RECEIVING REPORT (1969 DEC) DAR 7-104.62 ITEM 0002AE At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a Material Inspection and Receiving Report in the manner and to the extent required by a Appendix , "Material Inspection and Receiving Report". SECTION F - DELIVERIES OR PERFORMANCE F-1. TERM OF CONTRACT The term of this contract is from the effective date of the contract through 05 April 1982 F-2. NOTICE REGARDING LATE DELIVERY In the event the contractor anticipates difficulty in complying with the contract delivery schedule, the contractor shall immediately notify the Contracting Officer thereof in writing, giving pertinent details, including the date by which it expects to make delivery; PROVIDED, however, that this data shall be informational only in character and that receipt. thereof shall not be construed as a waiver by the government of any contract. delivery schedule, or any rights or remedies provided by law or under this contract. F-3. REPORTS AND OTHER DELIVERABLES Delivery of all reports and other deliverables shall be made to the address specified in Section G-3 in accordance with the following: ITEM NO. DESCRIPTION DATE (On or Before) 15 October 1981, and 0002AA Quarterly Progress and Fiscal 115 July 5 January 1982 Status Reports 0002AB Quarterly Progress Briefings Quarterly, date as agreed to by COTR & Contractor Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION r - CONTINUED 0002AC Quick Reaction Reports As required by COTR 0002AD Draft Final Report 19 February 1982 0002AE Final Report 05 April 1982 0002AF Support Materials As required SECTION G - CONTRACT AMDINISTRATION DATA G-1. VOUCHERS Vouchers, identified by contract number, with supporting statements, shall be submitted for review and provisional approval to the cognizant audit agency listed below: Defense Contract Audit Agency 298 So. Sunnyvale Ave., Suite 103 Sunnyvale, CA 94086 G-2. DELEGATION OF AUTHORITY FOR CONTRACT ADMINISTRATION The DCASMA San Francisco is hereby designated as the authorized representative of the Contracting Officer for purpose of administering this contract in accordance with current directives. `- G-3. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) (a) The Contracting Officer's Technical Representative (COTR) under this contract is c/o SRI International 333 Ravenswood Ave., Menlo Park, CA SG1A 940251 1 SG1J (b) The COTR is designated to: (i) Receive for the government, reports and other material called for in this contract and represent the Contracting Officer in the technical phases of the work. (i'i) Certify the contractor's "need to know" in connection with the contractor's: (A) request for information from government activities, (B) requests to private contractors for information developed pursuant to government contracts, Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION G - CONTINUED (C) visits to government installations and other government contractors to obtain information to be used in contract performance. (c) The COTR is not authorized to: of this (i) Change any of the terms and the scope of work will be made only by the written modification to the contract. (ii) Redelegate his or her authority. (iii) Initiate acquisition actions by use of imprest funds, blanket purchase urchase orders, to place calls or delivery order under basic agreements, agreements, or p basic ordering agreements, or indefinite delivery type contracts. SECTION H - SPECIAL PROVISIONS H-1. FACILITIES CAPITAL COST OF MONEY Notwithstanding the provisions of DAR allowable, pothe st underathis contracthat facilities capital cost of money is not an H-2. ALLOWABLE COST (a) Reproduction Costs. Costs of "duplicating" as defined in Printing and Binding Regulations published by the Joint Committee on Printing of the Congress of the United States, c srentiis, Allowable reproduction and duplicating usually includes thatnpr alucetr from stencils, ti s, masters, and mats used on single unit duplicatn inchesequipment provided that, not nor than inches with a maximum image of 10-3/4 by 14-1/4 ? 5,000 production units shall be produced of any page and that items consisting of multiple pages will not eacceed 25,000 production units in the aggregate. (b) Special Costs. ritiwriting gdby.the Contracting Officer Special items which have bcertified in as constituting part of the contractor's Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION H - CONTINUED H-3. IDENTIFICATION OF RESTRICTED RIGHTS COMPUTER SOFTWARE (1977 APR) DAR 7-2003.76 The offeror's attention is called to the requirement in the "Rights in Technical Data and Computer Software clause that any restrictions on the government concerning use or disclosure of computer software which was developed at private expense and is to be delivered under the contract must be set forth in an agreement made a part of the contract, either negotiated prior to award or included in a modification of the contract before such delivery. Therefore, the offeror is requested to identify in his proposal to the extent feasible any such computer software which was developed at private expense and upon the use of which he desires to negotiate restrictions, and to state the nature of the proposed restrictions. If no such computer software is identified, it will be assumed that all deliverable computer software will be subject to unlimited rights. H-4. MILITARY SECURITY CLASSIFICATION 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. This contract document is unclassified. H-5. CLASSIFIED INFORMATION The contractor will not use any electrical inforM;ation processing equipment in his possession for the purpose of processing or transmitting classified information under this contract without the written permission of the Contracting Officer. H-6. DISSEMINATION OF INFORMATION There shall be no dissemination or publication, except within and between the contractor and any subcontractors, of information developed under this contract or contained in the reports to be furnished pursuant to this contract without prior written approval of the COTR or of the Contracting Officer. H-7. INSURANCE SCHEDULE The contractor shall maintain the types of insurance and coverage listed below. TYPE OF INSURANCE MINIMUM AMOUNT (i) Workmen's Compensation and all occu- required by State Law pational disease Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION H - CONTINUED (ii) Employer's Liability including all occupational disease when not so covered in Workmen's Compensation above (iii) General Liability (Comprehensive) Bodily Injury per occurrence (iv) Automobile Liability (Comprehensive) Bodily Injury per person Bodily Injury per occurrence Property Damage per accident $100,000 per accident $300,000 $100,000 $300,000 $ 10,000 H-8. CHANGE IN KEY PERSONNEL The contractor shall notify the Contracting Officer prior to making any change in the personnel indentified in the proposal as key individuals to be assigned for participation in the performance of 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. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-$1-C-0292 PAGE 10 SRI INTERNATIONAL Edition 4-3 SECTION I - GENERAL PROVISIONS GENERAL PROVISIONS FOR COST REIMBURSEMENT, RESEARCH AND DEVELOPMENT CONTRACTS WITH NONPROFIT ORGANIZATIONS I-i. The following Defense Acquisition Regulation clauses and provisions set forth in Subpart (a) and those checked in Subpart (b) hereof, the full text of which will be made available upon request, are incorporated by reference with the same force and effect as if set forth in full text. Subpart (a) Date DAR Reference 1. Definitions 1979 MAR 7-103.1 2. Allowable Cost, Fixed-Fee and Payment 1978 SEP 7-203.4(a) as modified by DAR 7-402.3(c)(6) Decreases $100,000 to $10,000. 3. Standards of Work 1959 FEB 7-402.4 4. Inspection 1959 FEB' 7-402.5(b) 5. Assignment of Claims (The last sentence of paragraph (a) is omitted) 1962 FEB 7-103.8 6. Examination of Records by Comptroller General *1975 JUN 7-104.15 7. Subcontracts 1979 MAR 7-402.8(a) 8. Equal Opportunity Pre-Award Clearance of Subcontracts 1971 OCT 7-104.22 9. Utilization of Small Business and Small Disadvantaged Business Concerns 1980 AUG 7-104.14(a) 10. Termination for the Convenience of the Government -- Alternate 1974 APR 7-302.10(c) 11. Limitation on Withholding of Payments 1959 FEB 7-403.12(a) 12. Buy American Act and the Balance of Payments Program 1980 OCT 7-104.3 13. Convict Labor 1975 OCT 7-104.17 14. Walsh-Healey Public Contracts Act 1958 JAN 7-103.17 15. Contract Work Hours and Safety Standards Act - Overtime Compensation 1971 NOV 7-103.16 16. Equal Opportunity 1978 SEP 7-103.18(a) 17. Officials Not To Benefit 1949 JUL 7-103.19 18. Covenant Against Contingent Fees 1958 JAN 7-103.20 19. Authorization and Consent 1961 JAN 7-302.21 20. Notice and Assistance Regarding Patent and Copyright Infringement 1965 JAN 7-103.23 14-3: 1 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 PAGE 11 SRI INTERNATIONAL SECTION I - CONTINUED 21. Certain Communist Areas 1980 FEB 7-103.15 22. Utilization of Labor Surplus Area Concerns 1978 JUN 7-104.20(a) 23. Audit by Department of Defense 1978 AUG 7-104.41(a) 24. Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 1976 JUL 7-103.27 25. Affirmative Action for Handicapped Workers 1976 MAY 7-103.28 26. Clean Air and Water 1975 OCT 7-103.29 27. Reporting of Royalties (Foreign) 1966 OCT 7-104.8(a) 28. Excusable Delays 1969 AUG 7-203.11 29. Gratuities 1952 MAR 7-104.16 30. General Services Administration Supply Sources 1977 AUG 7-204.28 31. Priorities, Allocations, and Allotments 1975 OCT 7-104.18 32. Notice of Intent to Disallow or Not Recognize Costs 1978 AUG 7-203.35 33. Competition in Subcontracting 1962 APR 7-104.40 Subpart (b) Title Date DAR Reference If the contract is fully funded, check the following clause. Limitation of Cost 1966 OCT 7-402.2(a) If the contract is incrementally funded, check the following clause. ( ) Limitation of Funds 1966 OCT 7-402.2(c) If the contract is $500,000 or more, check the following clauses. ( ) Labor Surplus Area Subcontracting Program 1978 JUN 7-104.20(b) ( ) Subcontracting Plan for Small Business and Small Disadvantaged Business Concerns (Negotiated) 1980 AUG 7-104.14(b) No Cost Accounting Standards clauses are required in this contract if the contract is executed outside the United States, its territories and possessions, or if the offeror has certified that it is a small business concern, or if the price is set by law or regulations. See DAR 3-1204.1(a). If the above does not apply and if the contract is negotiated and exceeds $100,000, check the first and third clauses below, unless the contractor certifies that he is eligible for and elects to use modified contract cover- age, in which case the second and third clauses below should be checked. Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION I - CONTINUED PAGE 12 ($ Cost Accounting Standards 1978 MAY 7-104.83(a)(1) ( ) Disclosure and Consistency of Cost Accounting Practices 1978 MAY 7-104.83(a)(2) ( Administration of Cost Accounting Standards 1978 MAY 7-104.83(b) If the contract may involve ocean or international transportation, check the appro- priate clauses. ( ) Ocean Transport of Government-Owned 04 9( ) 7- Supplies 1963 NOV 979 MAR .1 a 1 19(b) 7-104 ( ) Employment of Ocean-Going Vessels 1 . 19( 7-104 ) ( ) Preference for United States-Flag Vessels 1979 MAR . c 95 7-104 ( ) Preference for United States Flag Air Carriers 1975 NOV . If this is a classified contract, check the following clauses, and attach DD Form 254 or DD Form 254c, if necessary, to Section J. (),) Military Security Requirements 1971 APR 7=104.12 This clause is modified by deleting paragraphs (c) and (d) and substitu- ting those found at DAR 7-204.12 (~() Filing of Patent Applications 1969 DEC 7-104.6 If the contract is awarded on the basis of adequate price competition and the contract is $100,000 or more, check the following clauses. ( ) Price Reduction for Defective Cost or Pricing Data - Price Adjustments 1970 JAN 7-104.29(b) ( ) Subcontractor Cost or Pricing Data - Price Adjustments 1970 JAN 7-104.42(b) If the contract is awarded without adequate price competition and the contract is $100,000 or more, check the following clauses. (V,) Price Reduction for Defective Cost or Pricing Data 1970 JAN 7-104.29(a) (D~,) Subcontractor Cost or Pricing Data 1970 JAN 7-104.42(a) Check any of the following clauses, as appropriate, and add additional clauses as required. ( ) Service Contract Act of 1965, As Amended 1979 SEP 7-1903.41(a) ( ) Privacy Act 1975 NOV 7-104.96 (pQ Government Property (Cast-Reimbursement, 1972 SEP 7-402.25 Nonprofit) 14-3: 3 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION I - CONTINUED ( ) Patent Rights - Acquisition by the Government (Long Form) 1977 AUG 7-302.23(a) (X) Patent Rights - Retention by the Contractor (Long Form) 1977 AUG 7-302.23(b) ( ) Patent Rights - Deferred (Long Form) 1977 AUG 7-302.23(c) ( ) Patent Rights - Acquisition by the Government (Short Form) 1975 AUG 7-302.23(h) ( ) Patent Rights - Deferred (Short Form) 1975 AUG 7-302.23(1) (X) Rights in Technical Data and Computer Software 1979 MAR 7-104.9(a) ( ) Rights in Technical Data - Specific Acquisition 1979 MAR 7-104.9(c) ( ) Rights in Data - Special Works 1979 MAR 7-104.9(e) ( ) Rights in Data - Existing Works 1979 MAR 7-104.9(f) ( ) Rights in Technical Data and Computer Software (Foreign) 1975 JUN 7-104.9(g) (09 Technical Data - Withholding of Payment 1976 JUL 7-104.9(h) (X) Changes 1967 APR 7-404.1 ( ) Change Order Accounting (Undated) 7-104.90 ( ) ( ) ( ) ( ) ( ) ( ) 1-2. DISPUTES (1980 JUN) ACQUISITION LETTER (AL) 80-16:'. DAR 1- 103, { Z iCiR-0 -'Uri (a) This contract is subject to the Contract Disputes Act of 1978 (P.L. 95-563). (b) Except as provided in the Act, all disputes arising under or relating to this contract shall be resolved in accordance with this clause. (c) (I) As used herein, "claim" means a written demand or assertion by one of the parties seeking, as a matter of right, the payment of money, adjustment or interpre- tation of contract terms, or other relief, arising under or relating to this contract. However, a written demand by the contractor seeking the payment of money in excess of $50,000 is not a claim until certified in accordance with (d) below. (ii) A voucher, invoice, or other routine request for payment that is not in dispute when submitted is not a claim for the purposes of the Act. However, where such submission is subsequently disputed either as to liability or amount or not acted upon in a reasonable time, it may be converted to a claim pursuant to the Act by complying with the submission and certification requirements of this clause. 1 4-3: 4 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. r1% v Y FCor01R6Jease 2003/09/10 : CIA-RDP96-00792R000100140057-0 PAGE 14 SRI INTERNATIONAL SECTION I - CONTINUED (iii) A claim by the contractor shall be made in writing and submitted to the contracting officer for decision. A claim by the Government against the contractor shall be subject to a decision by the Contracting Officer. (d) For contractor claims of more than $50,000, the contractor shall submit with the claim a certification that the claim is made in good faith, the supporting data are accurate and complete to the best of the contractor's knowledge and belief; and the amount requested accurately reflects the contract adjustment for which the contractor believes the Government is liable. The certification shall be executed by the contractor if an individual. When the contractor is not an individual, the certification shall be executed by a senior company official in charge at the con- tractor's plant or location involved, or by an officer or general partner of the contractor having overall responsibility for the conduct of the contractor's affairs. (e) For contractor claims of $50,000 or less, the Contracting Officer must, if requested in writing by the contractor, render a decision within 60 days of the request. For contractor certified claims in excess of $50,000 the Contracting Officer must decide the claim within 60 days or notify the contractor of the date when the decision will be made. (f) The Contracting Officer's decision shall be final unless the contractor appeals or files a suit as provided in the Act. (g) Interest on the amount found due on a contractor claim shall be paid from the date the contracting officer receives the claim, or from the date payment otherwise would be due, if such date is later, until the date of,payment. (h) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal or action arising under the contract, and comply with any decision of the Contracting Officer. 1-3. INSURANCE-LIABILITY TO THIRD PERSONS (1966 DEC) DAR 7-203.22 (a) The Contractor shall procure and thereafter maintain workmen's compensation, employer's liability, comprehensive general liability (bodily injury) and comprehensive automobile liability (bodily injury and property damage) insurance, with respect to performance under this contract, and such other insurance as the Contracting Officer may from time to time require with respect to performance under this contract; provided, that the Contractor may with the. approval of the Contracting Officer maintain a self- insurance program, and provided further, that with respect to workmen's compensation the Contractor is qualified: pursuant to statutory authority. All insurance required, pursuant to the provisions of this paragraph shall be in such form, in such amounts, and for such periods of time, as the Contracting Officer may from time to time require or approve, and with insurers approved by the Contracting Officer. 14-3: 5 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81 -C-0292 PACE 15 SRI INTERNATIONAL SEI'.TION I - CONTINUED (b) The Contractor agrees, to extent and in the manner required by the Contract- ing Officer, to submit for the approval of the Contracting Officer any other insurance maintained by the Contractor in connection with the performance of this contract and for which the Contractor seeks reimbursement hereunder. (c) The Contractor shall be reimbursed: (1) for the portion allocable to this contract of the reasonable cost of Insurance as required or approved pursuant to the provisions of this clause, and (ii) without regard to and'as an exception to the "Limitation of Cost" or the "Limitation of Funds" clause of this contract, for liabilities to third persons for loss of or damage to property (other than property (A) owned, occupied or used by the Contractor or rented to the Contractor, or (B) in the care, custody, or control of the Contractor), or for death or bodily injury, not compensated by insurance or otherwise, arising out of the performance of this contract, whether or not caused by the negligence of the Contractor, his agents, servants or employees, provided such liabilities are represented by final judgments or settlements approved in writing by the Government, and expenses incidental to such liabilities, except liabilities (I) for which the Contractor is otherwise re- sponsible under the express terms of the clause or clauses, if any, specified in Schedule, or (II) with respect to which the Contractor has failed to insure as required or maintain insurance as approved by the Contracting Officer or (III) which results from willful misconduct or lack of good faith on the part of any of the Contractor's directors or officers, or on the part of any of his managers, superin- tendents, or other equivalent representatives, who has supervision or direction of '(1) all or substantially all of the Contractor's business, or (2) all or substantially all of the Contractor's operations at any one plant or separate location in which this contract is being performed, or (3) a separate and complete major industrial operation in connection with the performance of this contract. The foregoing shall not restrict the right of the Contractor to be reimbursed for the cost of insurance maintained by the Contractor in connection with the performance of this contract, other than insurance required to be submitted for approval or required to be procured and maintained pur- suant to the provisions of this clause, provided such cost would constitute Allowable Cost under the clause of this contract entitled "Allowable Cost, Fixed Fee and Payment". (d) The Contractor shall give the Government or its representatives immediate notice of any suit or action filed, or prompt notice of any claim made, against the Contractor arising out of the performance of this contract, the cost and expense of which may be reimbursable to the Contractor under the provisions of this contract and the risk of which is then uninsured or in which the amount claimed exceeds the amount of coverage. The Contractor shall furnish immediately to the Government copies of all pertinent papers received by the Contractor. If the amount of the liability claimed exceeds the amount of coverage, the Contractor shall authorize representatives of the Government to collaborate with counsel for the insurance carrier, if any, in settling or defending such claim. If the liability is not insured or covered by bond, the Contractor shall, if required by the Government, authorize representatives 14-3: 6 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA Or~v Id Fo~Mease 2003/09/10 : CIA-RDP96-00792R000100140057-0 PACE 16 SRI INTERNATIONAL SECTION I - CONTINUED of the Government to settle or defend any such claim and to represent the Contractor in or take charge of any litigation in connection therewith; provided, however, that the Contractor may, at his own expense, be associated with the representatives of the Government in the settlement or defense of any such claim or litigation. I-4.' PAYMENT FOR OVERTIME PREMIUMS (1967 JUN) DAR 7-203.27 (a) Allowable cost shall not include any amount on account of overtime premiums except when (i) specified in (d) below or (ii) paid work- (A) necessary to cope with emergencies such as those resulting from acci- dents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (B) by indirect labor employees such as those performing duties in connection with administration, protection,. transportation, maintenance, standby plant protection, operation of utilities, or accounting; (C) in the performance of tests, industrial processes, laboratory procedures, loading or unloading of transportation media, and operations in flight or afloat, which are continuous in nature and cannot reasonably be interrupted or otherwise completed; or (D) which will result in lower overall cost to the Government. (b) The cost of overtime premiums otherwise allowable under (a) above shall be allowed only to the extent the amount thereof is reasonable and properly allocable to the work under this contract. (c) Any request for overtime, in addition to any amount specified in (d) below, will be for all overtime which can be estimated with reasonable certainty shall be used for the remainder of the contract, and shall contain the following: (i) identification of the work unit, such as the department or section in which the requested overtime will be used, together with present workload, manning and other data of the affected unit, sufficient to permit an evaluation by the Contracting Officer of the necessity for the overtime; (ii) the effect that denial of the request will have on the delivery or performance schedule of the contract; 1 4-3: 7 Revised 26 Mar 1981 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDky?S9X?jdFW2 lease 2003/09/10: CIA-RDP96-00792R000100140057-0 PAGE 17 SRI INTERNATIONAL rI SECTION I - CONTINUED (iii) reasons why the required work cannot be performed on the basis of utilizing multishift operations or by the employment of additional personnel; and (iv) the extent to which approval of overtime would affect the performance or payments in connection with any other Government contracts, together with any identification of such affected contracts. (d) The Contractor is authorized to perform overtime', in addition to that *ZC- aa performed under (a)(ii), to the extent that the overtime premium does not exceed ... . (End of clause) *Insert the amount, in dollars, agreed to during negotiations as representing the overtime premiums applicable to overtime not reimbursable under the exceptions contained in (a)(ii) of the clause. If it was agreed that the contract could be performed without the use of additional overtime, insert "Zero". 14-3: 8 Revised 26 Mar 1981- Approved For Release 2003/09/10: CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 PAGE 18 SRI INTERNATIONAL SECTION J - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS J-1. ATTACHMENTS #1 - DD FORM 254 - SECURITY REQUIREMENTS CHECK LIST Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS BY OFFERORS OR QUOTERS The Offeror, Bidder, Proposer, or Quoter (hereafter called the Offeror) repre- sents and certifies as part of his offer, bid, proposal, or quotation (hereinafter called his offer) that: (Check, "X", or complete all applicable boxes or blocks). K-1. CERTIFICATION OF RESPONSIBILITY The Offeror hereby certifies per DAR 1-905.3(11) that he (y)'does, ( ) does not, meet minimum standards of responsibility under DAR 1-903; i.e. that he has: (i) adequate financial resources, (ii) ability to comply with the performance schedule, (iii) a satisfactory record of performance, (iv) a satisfactory record of integrity, (v) is other wise qualified and eligible to receive an award under applicable laws and regulations, and (vi) has the necessary organization, experience, operational control, technical skills, equipment and facilities or existing commitments and arrangements to obtain them. K-2. CONTINGENT-FEE (1974 APR) DAR 7-2002.1 The Offeror/Quoter represents and certifies as part of his proposal/quotations that: (Check all applicable boxes or blocks). (a) He ( ) has, (x) has not, employed or retained any company or person (other than a full-time, bona fide employee working solely fob-the offeror/quoter) to solicit or secure this contract, and (b) he ( ) has, kr) has not, paid or agreed to pay any company or person (other than a full-time bona fide employee working solely for the offeror/quoter) any fee, commission, percentage, or brokerage fee contingent upon or resulting from the award of this contract; and agrees to furnish information relating to (a) and (b) above, as requested by the Contracting Officer. (For inter- pretation of the representation, including the term "bona fide employee", see Code of Federal Regulations, Title 41, Subpart 1-1.5). If the offeror/quoter, by checking the appropriate box provided therefor, has represented that he has employed or retained a company or person (other than a full- time bona fide employee working solely for the offeror/quoter) to solicit or secure this contract, or that he has paid or agreed to pay any fee, commission, percentage, or brokerage fee to any company or person contingent he shall furnish, in duplicate, a complete Standard Form 119, Contractor's Statement of Contingent or Other Fees. if offeror/quoter has previously furnished a completed Standard Form 119 to the office issuing this solicitation, he may accompany his proposal/quotation with a signed statement (a) indicating when such completed form was previously furnished, (b) identifying by number the previous solicitation or contract, if any, in con- nection with which such form was submitted, and (c) representing that the statement in such form is applicable to this proposal/quotation. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 PAGE 20 COt1TRACTNO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - CONTINUED K-3. TYPE OF BUSINESS ORGANIZATION (UNDATED) DAR 3-501(b)(3) Part IV SECTION Y. (iii)(A) The Offeror/Quoter represents and certifies as part of his proposal/quotation that: (Check all applicable boxes or blocks). He operates as ( ) an individual, ( ) a partnership, (X) a nonprofit organization, (rh) a corporation, incorporated under the laws of the State of California K-4. CONTRACT NEGOTIATION Designate below the person(s) authorized to conduct negotiations. TITLE Sr. Contract Administrator NAME J. 0. Dolen TELEPHONE NUMBER: AREA CODE 415NUMBER 859- EXT 5645 K-5. CONTRACT ADMINISTRATION Designate below the person(s) whom the government may contact for prompt action on matters pertaining to administration of the contract. NAME J. 0. Dolen ? TITLESr. Contract Administrator NUMBER 859-5645 EXT TELEPHONE NUMBER: AREA CODE 415 K-6. REMITTANCE ADDRESS Offeror shall indicate in the space provided below th address to which payment should be mailed SRI INTERNATIONAL p. 0. Box 99163 Marina Del Rey, CA 90299 K-7. CERTIFICATION OF NONSEGREGATED FACILITIES (1970 AUG) DAR 7-2003.14(b)(1)(A) (Applicable to contracts, subcontracts, and to agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $10,000 which are not exemp~dfrom tbidder, provisions afferorf applicant,Oarasubcontractore)? By the submission of this bid, the Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - CONTINUED certifies that he does not maintain or provide rheidoes employees hisreraployees facilities at any of his establishments, and that to perform their services at any location, under his control, where segregated facil- ities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in-this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or enter- tainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom or otherwise. lie further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certi- fications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notices to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT 'FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES. A Certification of Nonsegregated Facilities must be sub- mitted prior to the award of a subcontract exceeding $10,000 which is not exempt sub- each clause. The from the provisins of the Equal mitted either r fo quarterly, semiannually, or annually). NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. K-8. PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (1973 APR) DAR 7-2003.14(b)(1)(B) has not, participated in a The offeror represents that he ()D has, ( ) previous contract or subcontract subject either to the Equal Opportunity clause herein or the clause originally contained in Section 301 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; that he ( ) has, ( ) has not, filed all required compliance reports; and that repre- sentations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained prior to subcontract awards. (The above repre- sentation need not be submitted in connection with contracts or subcontracts which are exempt from the clause). Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - CONTINUED K-9. AFFIR}IATIVE ACTION COMPLIANCE (1979 SEP) DAR 7-2003.14(b)(2) The bidder (or offeror) represents that (1) he T) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2) or (2) he ( ) has not previously had contracts subject to the written affirmative action. programs requirement of the rules and regulations of the Secretary of Labor. K-10. PLACE OF PERFORMANCE Offeror will state below the intended place(s) of performance, including the street address. (a) Offeror-owned and operated facilities (including city,. county, state and country). SRI INTERNATIONAL 333 Ravenswood Avneue, Menlo Park, California, USA (San Mateo County) (b) Facilities owned and operated by other than offeror: N/A (Name of owner-operator) (Complete address) K-11. TRANSPORTATION The offeror hereby certifies that proposed prices include all transportation charges as required by the clause entitled "F.O.B. Destination", DAR 7-104.71, in Section K. K-12. DISCLOSURE STATEMENT-COST ACCOUNTING PRACTICES AND CERTIFICATION (1978 MAR) DAR 7-2003.67(x) Any contract in excess of $100,000 resulting from this solicitation except (i) when the price negotiated is based on: (A) established catalog or market prices of commercial items sold in substantial quantities to the general public, or (B) prices set by law or regulation; (ii) contracts awarded to small business concerns (as defined in DAR 1-701.1); or (iii) contracts which are otherwise exempt Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - CONTINUED (see 4 CFR 331.30(b)) shall be subject to the requirements of the Cost Accounting Standards Board. Any offeror submitting a proposal, which, if accepted, will result in a contract subject to the requirements of the Cost Accounting Standards Board, must, as a condition of contracting, submit a Disclosure Statement as required by regulations of the Board. The Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation (see (I) below) unless (1) the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards exceeding the monetary exemption for disclosure as established by the Cost Accounting Standards Board (see (II) below); (ii) the offeror exceeded the monetary exemption in the cost accounting period immediately preceding the cost accounting period in which this proposal was sub- mitted but, in accordance with the regulations of the Cost Accounting Standards Board, is not yet required toa Disclosure Statement (see (III) below); (iii) the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal (see (IV) below); or (iv) post-award submission has been authorized by the Contracting Officer. See 4 CFR 351.70 for submission of copy of Disclosure Statement to the Cost Accounting Standards Board. CAUTION: A practice disclosed in a Disclosure Statement shall not be deemed to be, by virtue of such disclosure, a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. Check the appropriate box below: ( ) I. CERTIFICATE OF CONCURRENT SUBMISSION OF DISCLOSURE STATEMENT(S) The offeror hereby certifies that he has submitted, as a part of his proposal under this solicitation, copies of the Disclosure Statement(s) as follows: (i) original and one copy to the cognizant Administrative Contracting Officer (ACO) (see DoD Directory of Contract Administration Components (DoD 4105.5911)); and (ii) one copy to the cognizant contract auditor. Date of Disclosure Statement(s): .????????????????????????" " " " Name(s) and Address(es) of Cognizant ACO(s) where filed: ...................:...................... The offeror further certifies that practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement(s). Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION X - CONTINUED ( ) II. CERTIFICATE OF MONETARY EXEMPTION The offeror hereby certifies that he, together with all divisions, sub- sidiaries, and affiliates under common control, did not receive net awards of negotiated national defense prime contracts and subcontracts subject to Cost Accounting Standards totaling more than $10 million in his cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further crhefwilltadvise the contractinggofficerrimto an mediatelyd resulting from this proposal CAUTION: Offerors who submitted a Disclosure Statement under the filing requirements previously established by the Cost Accounting Standards Board may claim this exemption only if the dollar volume of CAS-covered national defense prime contract and subcontract awards in their preceding cost accounting period did not exceed the $10 million threshold and the amount of this award will be less than $10 million. Such offerors will continue to be responsible for main- taining the Disclosure Statement and following the disclosed practices on CAS-covered prime contracts and subcontracts awarded during the period in which a Disclosure Statement was required. ( ) III. CERTIFICATE OF INTERIM EXEMPTION The offeror hereby certifies that (i) he first exceeded the monetary exemption for disclosure, as defined in (II) above, in his costAaccounting period immediately preceding the cost accounting period in which this proposal was submitted, and (ii) in accordance with the regulations of the Cost Accounting Standards Board (4 CFR he is not yet required to submit a Disclosure Statement. 351.40(f)), The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period he will immediately submit a revised certificate as the Contracting verifyrhisnsuthe form bmiss specified under (I) above Disclosureor ( {IV) V) below, , Statement. CAUTION: Offerors may not claim this exemption if they are currently required to disclose because they were awarded a CAS-covered national defense prime contract or subcontract of $10 million or more in the current cost accounting period. Fur-prior ther, the exemption proposals periodtin which the of expiration monetary exemption was exceeded. (V )IV. CERTIFICATE OF PREVIOUSLY SUBMITTED DISCLOSURE STATEMENT(S) The offeror hereby certifies that the Disclosure Statement(s) were filed as follows: January 15, 1979 Date of Disclosure Statement( s): ....?????????????????" Name(s) and Address(es) of Cognizant Mrs. Vivian I, Lee, ACO DCASMA-San ACO(s) where filed: Francisco ??????????????'i2S8'fiayfiiii*lbrive;'San'$run.o, CA 94066 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 PAGE 25 SRI INTERNATIONAL SECTION K - CONTINUED The offeror further certifies that practices used in estimating cost in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement(s). K-13. CLEAN AIR AND WATER CERTIFICATION (1977 JUN) DAR 7-2003.71 Applicable if the bid or offer exceeds $100,000, or the Contracting Officer has determined that orders under an indefinite quantity contract in any year will exceed $100,000, or a facility to be used has been the sub'ect of a conviction under the Clean Air Act (42 U.S.C. 1857c-8(c)(1)) or the Federal Water Pollution Control Act (33 U.S.C. 1319(c) and is listed by EPA, or is not otherwise exempt. The bidder or offeror certifies as follows: (i) any facility to be utilized in the performance of this proposed contract is-( ), is not-V-3, listed on the Environmental Protection Agency List of Violating Facilities; (ii) he will promptly notify the Contracting Officer, prior to award, of the receipt of any communication from the Director, Office of Federal Activities, U.S. Environmental Protection Agency, indicating that any facility which he proposes to use for the performance of the contract is under consideration to be listed on the EPA List of Violating Facilities; and (iii) he will include substantially this solicitation certification, in- cluding this paragraph (iii), in every nonexempt subcontract. K-14. INSURANCE By submission of his offer the offeror certifies that, except as noted below, he will have the following minimum insurance coverage on award date should negotia- tions result in a contract award within 90 days of above submission. TYPE OF INSURANCE (a) Workmen's Compensation and all occupational disease 1 ' Liability including all r s MINIMUM AMOUNT As required by State Law (b) Emp oye $100,000 per occupational disease when not so covered in accident p Workmen's Compensation above (c) General Liability (Comprehensive) Bodily Injury per occurrence $300,000 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 CONTRACT NO. MDA903-81-C-0292 SRI INTERNATIONAL SECTION K - CONTINUED PAGE 26 (d) Automobile Liability (Comprehensive) $100,000 $ Bodily Injury per person rence 000 $300, Bodily Injury per occur 000 $ 10 Property Damage per accident EXCEPTIONS: (If none, state "NONE") , K-15. SUBCONTRACTING Offeror represents that the estimated percentage of subcontracting con- templated for this acquisition is 11% percent. K-16. TECHNICAL QUALIFICATIONS By submission of this offer, the offeror is certifying that he has sufficient trained personnel to perform the study required. In addition to the minimum standards for responsible contractors, the following additional standard will apply: to the extent that a prospective contractor proposes to perform the contract by subcontracting, acceptable evidence of his "ability to obtain" experience and technical skills shall be a commitment or explicit arrangement which must be in existence prior to being awarded a contract under this solicitation. K-17. PERSONNEL SECURITY CLEARANCE All contractor's employees engaged in the performance of work pursuant to this contract must have a 'current security clearance (Military) authorizing them access to classified information up to and including TOP SECRET. The contractor shall furnish to the Contracting Officer the names, addresses, records of experience and such other information on each employee as may be required to vertify said clearance. Employees of the contractor shall not be assigned for classified work pursuant to this contract unless and until the contractor has been granted necessary security clearance. If the contractor is notified during the life of this contract by any Government Official having security cognizance that an employee's security clearance has been revoked or suspended, the contractor shall immediately so notify the Contracting Officer. The contractor's loss of facility clearance up to and including TOP SECRET shall be cause for termination of this contract. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 SG1A Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140057-0