AMENDMENT TO FY 81 S&T PROJECT: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (GRILL FLAME) (U)

Document Type: 
Collection: 
Document Number (FOIA) /ESDN (CREST): 
CIA-RDP96-00792R000100140058-9
Release Decision: 
RIPPUB
Original Classification: 
S
Document Page Count: 
23
Document Creation Date: 
November 4, 2016
Document Release Date: 
October 28, 1998
Sequence Number: 
58
Case Number: 
Publication Date: 
June 4, 1981
Content Type: 
SUMMARY
File: 
AttachmentSize
PDF icon CIA-RDP96-00792R000100140058-9.pdf1.07 MB
Body: 
SG1J A$`EgKt~fE~Q>~AC`~~R~~~~14~/DT-3 Coord Approve SG 4 JUN 198t SG1 TYPIST'S INITIALS dsd SUBJECT Amendment to FY 81 S&T Project: Novel Intelligence Collection Techniques SG1J (GRILL FLAME) (U) REMARKS 1. (U) PURPOSE: To obtain approval for the amended, Statement of Work (Encl 1). 2. (U) BACKGROUND: The Contract Review Board approved the FY 81 S&T Project con- tract on 8 April 1981. 3. (U) DISCUSSION: a. (S) The purpose of the basic contract is to investigate the military applica- tions of psychoenergetic Rhenomena, with emphasis on remote viewing. This amendment is added to permit the development of audio/semantic analysis techniques and to determine what is required for target acquisition. b. (S) The funds for this amendment are furnished by the U.S. Army INSCOM to cover the Army's first year portion of a planned three year joint DIA/Army GRILL FLAME program in psychoenergetics. Funds are provided by Treasury check to DIA. 4. (U) RECOMMENDATION: That the attached SO'amendment be approved and forwarded with a requisition for $130K to DSS-W for processing. 3 Enclosures y' JACK VORONA 1. Amended SOW (S) 1 Cy Assistant Vice Director for 2. Sole Source Justifica- Scientific and Technical tion (S) 1 Cy intelligence 3. FY 81 S&T Project: _ Novel Intelligence Class'l+Ied by /'~ - I) Collection Techniques (GRILL FLAME) (S) 1 Cy Declassify on Review on }} Extended by (4 T / Reason- S'G'/? -? 3, SECRET D IA FORM 1 OCTo g_V9"9 For( lppAq 2QQ 1Q911A bCLAeR?P96?OG79QR000100140058-9 DIAR 12.8 Approved For Release 200 9 C 0792R0(010~ AMENDMENT TO STATEMENT OF WORK FY 81 S&T PROJECT: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (GRILL FLAME) 1. General The Statement of Work for FY 81 S&T Project: Novel Intelligence Collection Techniques (GRILL FLAME) is amended by the addition of Tasks 2.3 and 2.4 defined below. 2.0 Specific Tasks (FY 81) 2.3 Develop audio/semantic analysis techniques to separate correct from incorrect data available from taped viewer descriptions of remote viewing sites and to provide selective editing under operational conditions. 2.4 Determine what is required for target acquisition (names, maps, coordi- nates, pictures, arbitrary labelings, simply the word "target", etc.). 4. Deliverables: The contractor shall provide the following additional deliverables for tasks 2.3 and 2.4: A new paragraph or section shall be added to the quarterly and final reports to cover the new tasks. The Milestone Chart page will be chanced as follows: Change: MILESTONE CHART NOVEL INTELLIGENCE COLLECTION TECHNIQUE FY 81 ($230K) 2.0 Tasks for FY 81 2.1 S11 25K 2.2 5 25K 2.3 S 70K 2.4 S 60K Add: 6.0 Special Requirements: The COTR will insure that procedure 18, DoD Directive 5240.1-R governing experimentation on human subjects will be followed by the con- tractor in regards to tasks 2.3 and 2.4. Informed consent of all subjects will be obtained in writing and only in accordance with the guidelines issued by the Department of Health, Education and Welfare. These guidelines set conditions safeguarding the welfare of the subjects. Approved For Release 2003/ ET92R000100140058-9 ?r y Approved For Release 2003/09/10 fAQlESiOO792ROOOlOOl4OO589 Sole Source Justification for Novel Intelligence Collection Techniques (GRILL FLAME) with SRI International (S) In order to fulfill the objective of this statement of work, which is to investigate in detail certain psychoenergetic phenomena that have potential military applications, the contractor is required to have both a high degree of technical competence in the analysis and evaluation of psychoenergetic phenomena such as remote viewing and psychokinetics, and reliability and security clearances necessary to evaluate the app- licability to military purposes by comparing reported phenomena to actually verifiable observed phenomena (which might be very highly classified). (S) While there are other contractors or educational institutions avail- able with the potential to scientifically evaluate the phenomena, the personnel involved ~;ould not have the depth of background offered by SRI nor would they possess the requisite security clearances. For an- other contractor to acquire both personnel and expertise would be pro- hibitive in time and expense to the government. Additionally, SRI, a recognized leader in this field of analysis, has performed similar work for other U.S. Government agencies and has a unique, classified data base which has commingled both government and proprietary data that is absolutely essential for the successful completion of this contract. (S) For the above reasons, SRI International of Menlo Park, CA, is the only source for contracting for this study. SG1J AssistantUVice Director for Scientific and Technical Intelligence C lassified 4y t ~T- l G eitt on ecla R , e?rie-;; on 2 r ~ ,~ ' ~ fJl A A t Approved For Release 2003/09/1 6-00792R~0 F: ~ ffn U C&di4Q0 - ::-son - G 3 5 u 6 - " - Approved For Releas~ctA2 Z I 96-007928000100140058-9 JUSTIFICATION FOR SOLE SOURCE PROCUREMENT (U) 1. (S) SRI International is uniquely qualified for this sole source procurement by virtue of a combination of experience and performance. 2. (S/NOFORN) SRI International is a recognized leader in the field of psychoenergetics and has performed similar work for other U.S. Government agencies over the past few years. Previous work, under DIA contracts MDA-908-81-C-0292 and MDA-908-92-C-0034 has formed a highly meaningful data base which will greatly enhance the value and effectiveness of this new contractural effort. 3. (S) The effort involved for a new contractor to research the same level of capability and expertise that SRI currently possesses for this area would be too time consuming and uneconomical to acquire and develop. To acquaint a new contractor in this area of expertise, if he could be found, would require several years simply to achieve the present level of expertise and competence possessed by SRI International. CLASSIFIED BY: DIR, DIA DECL: Originating Agency's Determination Required R T ' 'j Lt ,--iiSABLE TO FOREIGN NATIONALS G Approved For Release 20 RETo0792ROO0100140058-9 A Approved For Release 2003/0 C~ 0R000100140058-9 Justification for Sole Source Procurement with SRI INTERNATIONAL 333 Ravenswood Ave. Menlo Park, California 94025 1. (S) SRI International is uniquely qualified for this sole source procurement by virtue of a combination of experience and performance both on past efforts and on current contract, FY 81 S&T Project: Novel Intelligence Collection Techniques (GRILL FLAME). 2. (S) SRI International has a high degree of technical competence in the analysis and evaluation of audio/semantic techniques and target acquisition. It is a recog- nized leader in the field of psychoenergetics and has performed similar work for other J.S. Government agencies over the past few years. 1' Ic 3. ..; Work proposed in this amendment is not severable from the existing FY 81 S&T Project: Novel Intelligence Collection Technique (GRILL FLAME) contract be- cause work on both contracts are very similar and interrelated. Previous work, under DIA contract DNA 001-78-C-0274 and FY 81 S&T Project: Novel Intelligence Collection Technique (GRILL FLAME) has formed a highly meaningful data base which will greatly enhance the value and effectiveness of this new contractural effort. 4. (S) The effort involved for a new contractor to research the same level of capability and expertise that SRI currently possesses for this area of analysis and evaluation would be too time consuming and uneconomical to acquire and de- velop. To acquaint a new contractor in this area--of expertise, if he could be found, would require several years simply to achieve the present level of exper- tise and competence possessed by SRI International. Consequently, it has been de- termined that to amend the basic DIA contract would be much more efficient than starting a new, separate Army contract. JACK VORONA Assistant Vice Director for Scientific and Technical Intelligence Approved For Release 2003/09/1 &ELR_61000100140058-9 Approved For Release 2003/09/10 : CIA-R~R96 00792R000100140058-9 STATEMENT of WORK for Novel Intelligence Collection Techniques (Psychoenergetics-Threat to U.S. and PoteOtial Applications) Classified by DIA/D-1-1 Deciasslfy on Retiiorr on_ 14 March 200 Extended hy_ PIA/t'' db65a 9 2"301 C. 3, Approved For Release 2003/09/10 : CIA-RDP96-00792ROO&ftf tit..f.bil,'_.l Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 STATEMENT OF WORK: NOVEL INTELLIGENCE COLLECTION TECHNIQUES (PSYCHOENERGETICS- THREAT TO US AND POTENTIAL APPLICATIONS) 1. General The objective of this effort is to investigate in detail certain psychoenergetic phenomena that have potential military applications. Emphasis will be on evaluating application potential and limitations of such phenomena, and to provide such knowledge as gained under this contract to appropriate DoD agencies who will evaluate the significance of foreign work, particularly as it may pose a threat to the US. Major emphasis will be on evaluating remote viewing phenomena and in particular, targeting aspects, via coordinate or other methods. Related to this are training methods, methods of enhancing reliability and repeatability of the phenomena. 2.0 Specific Tasks (FY 81) 2.1 Evaluate threat potential of foreign remote viewing - type investigations: 2.1.1 Simulate experimental results for which there is data to assess validity of the foreign research. 2.1.2 Assess military applications potential of the foreign research (or claims), particularly where a threat to US security is possible. 2.1.3 Assess feasibility of the most significant applications and evaluate limitations. 2.1.4 Evaluate the use of remote viewing to locate target objects or people. 2.1.5 Evaluate the use of remote viewing for event detection and to locate events. 2.1.6 Evaluate the use of remote viewing to detect the presence or absence of targets. 2.1.7 Evaluate the potential of various camouflage, concealment and deception as countermeasures to remote viewing. 2.1.8 Investigate the effects of the following variables on the remote viewing phenomena. (a) accuracy. (b) degree of resolution. (c) affect on the sensory inputs (feel, smell, touch, etc.). Approved For Release 2003/09/ ~I'~t` P96-00792R000100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 2.1.9 Determine potential of remote viewing to assess other types of information, such as specific S&T data; or function/purpose csf facilities or activities. 2.2 It is anticipated that during the contract period there will be quick reaction tasks approval by the Grill Flame Committee, passed through the COTR and levied on the contractor. These will be of high priority and will require prompt attention. 3. Security Requirements: it is expected that a maximum of six SI/SAO billets will be required to properly support the program. If and when SRI International commences work on operational situations, it is required that all personnel connected with operational matters possess the necessary clearances. 4. Deliverables: The contractor shall provide the following: 4.1 Quarterly Reports to highlight accomplishments and resources expenditures (by specific tasks the amount of funding, equipment used, Professional/Support man hours). Detail progress on each sub-task designated for examination during the quarter will be completed by the contractor. 4.2 Draft Final Report using the same format as the Quarterly Reports but covering the entire contract period. 4.3 A Final Report based on the Draft Final Report and the comments made by the COTR. 4.4 Program progress briefing shall be of an informal nature and shall be held at the end of each quarter. The cnntractc,- shall furnish copies of informal charts, viewgraphs and other aids as may be needed. The informal briefings shall consist of a contractor presentation and informal discussion among contractor, funding agencies and other government personnel as appropriate. 4.5 Quick reaction reports as requirer' by he COTR. They will be of limited scope and deal with subjects of especially high interest and/or critical timeliness. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 2 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 4.6 All supporting material, i.e. notes, maps, tapes for this contract will be made available by the contractor to the COTR and no such material will be destroyed without written permission. 5. Delivery Schedule: The COTR will insure members of the Grill Flame Committee receive copies of all deliverables. i 5.1 Quarterly Reports: Five copies to the COTR. The first report is due 100 days after the contract award date and will cover the first 90 days of the contract, Subsequent reports will be due each 90 days thereafter, i.e., 190 days after contract award, 280 days, 370 days, etc. 5.2 Draft Final Report: Five copies to the COTR within 30 days of completion of the contract. Comments will be returned to the contractor within 45 days of receipt of the draft. 5.3 Final Report: Ten copies and a camera ready master to the COTR within 45 days of receipt of the torments made on the Draft Final Report ; 5.4 Program Progress Briefings: Approximately 4 per year are anticipated. Specific times and places will be established by the COTR. Some briefings will occur in the Washington, DC area and may involve more than one presentation by the contractors. 5.5 Quick Reaction Reports: Number of copies, place and time of delivery to be determined by the COTR. 5.6 Supporting Materials: Provided to the COTR when requested during the period of contract performance All such material will be finally delivered to the COTR at the same time as Final Report. (5.3 above). Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 3 SECRET Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 MILESTONE CHART NOVEL INTELLIGENCE COLLECTION TECHNIQUE FY 81 ($150K) 2.0 Tasks for FY 81 2.1 2.2 Approved For Release 200 $125K $ 25K 1~~' 2 000100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT Government furnished property or equipment to be provided to the contractor will primarily consist of reports, data, and documents .which will be provided on a loan basis. Contractor access to other DIA facilities as may be necessary will be arranged by the DIA contract monitor. INSPECTION AND ACCEPTANCE Inspection, acceptance, and delivery of reports, will be at the Defense Intelligence Agency, ATTN: DT-1A, Washington, D.C., 20301. Acceptance will be based on a determination by the COTR with the approval of the Grill Flame Committee that the contractor is performing in accordance with the tasks specified in the Statement of Work. TECHNICAL PROPOSALS -Requires the contractor to provide information which details his methodology, schedule, and manpower loading in meeting the contractual requirements. Such information should be submitted to DIA/DT-lA for evaluation by the Grill Flame Committee prior to negotiations. OTHER The classification of the contract is SI/SAO. Reports issued under this contract shall contain the following acknowledgements: This study was supported and monitored by the Defense Intelligence Agency of the Department of Defense under Contract No. Approved For Release 2003/09/10 CIA-RDP96-00792R000100140058-9 VC " TZ 21 'L --= W Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 GOVERNMENT FURNISHED DATA Data required by the contractor will be requested in writing from the COTR. The COTR will maintain a record of all government documents transferred to the contractor and will ensure their return when the contract terminates. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) SG1J The COTR will bel DIA, telephone SRI International. 333 Ravenswood Ave., Menlo Park, California 94025. SG1J He is located at the contractor's facility. His point of contact in DIA/DT-lA, Washington, D.C. 20301 The COTR wi be the principal interface for SG1A both the contractor and the several DoD participants which are represented by the Grill Flame Committee. Approved For Release 2003/09/10 : C?A-RDP96-00792R000100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 REPORTS l.: These reports will present a concise and factual discussion of findings and accomplishments during the period and must include appropriate references. 2.' Each report will include a report summary. This summary. prominently identified, should normally not exceed a few pages. The purpose of the projects must be specified, together with a description of important equipment purchased or developed, if any, and the conclusions reached by the contractor. The most important single feature of this summary is that it must be meaningful to readers who are not specialists in the subject matter of the contract. 3.The requirement for careful preparation cannot be overemphasized as this summary will often provide the basis for decision on the continuity of the project. The contractor must recognize that his achievements are quite often surveyed by Department of Defense staff who function at a level that precludes a thorough review of detailed reports. 4. When appropriate, references should be made to more detailed sections of the report in order to guide those who may be prepared to spend the additional time required to develop a more complete and professional understanding of the accomplishments. 5. The report summary should include the following information for each major portion of the work. a. Problems. b. General methodology (e.g.. literature view, laboratory experiment, survey, field study, etc.). c. Results d. Implications for further research (if any). e. Special comments (if any). Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 MIPR CONTROL PRJVISIONS AND GUIDANCE 1. Funding cited may be used only for the project delineated in the attached statement of work (SOW) for Project GRILL FLAME. 2. The total MIPR estimate may not be exceeded by the purchasing office. 3. Changes in purpose, scope or desired results from those stated in the attached SOW must be approved by the COTR with the approval of the GRILL FLAME committee. 4. The COTR for this project is: c/0 International 333 Ravenswood Ave. Menlo Park 'CA 94025 5. The COTRs local point of contact is: 301 6. It is desirable that the accumulation of pre-award costs be permitted so that work on task 2.1 may begin as soon as possible. SG1J SG1 SG~ J SG1 A Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 EXCEPTION TO SF 30. AFAppvowsd forslALease 2003/09/10: CIA-RDP96-00792R000100140058-9 TAt6( ARP FORM 30, JULY 1966 P GENERAL SERVKES ADMINISTRATION AMEN AENT OF SOLICITATION/MODIFICA. , N OF CONTRACT FED: PROC. REG. (I) CFR) 1-16.101 1. AMENDMENT/MODIFICATION NO. 2. EFFECTIVE DATE 3. REOUISITFON/PURCHASE REQUEST NO. A. PROJECT NO. f 4ppacm P00002 30SEP81 1208/5702/81 AGE Of 5 1 5. ISSUED BY CODE HIASA7 6. ADMINISTERED BY (If other I>Ant Hack 5) C DDE S o 07A Virginia Contracting Activity DCASMA San Francisco ATTN: RS-Q2 1250 Bayhill Drive Washington, DC 20301 San Bruno, CA 94066 7. CONTRACTOR CODE 03652 FACILITY CODE NAME AND ADDRESS AMHtAMdtf OF ^ r SOLICITATION NO_ SRI International 333 Ravenswood Avenue DAT[~ /'~Ree block e) (street, ; ti , Menlo Park, CA 94025 .md ZIP ? CONI CONTRCAT1ON of MDA903-81-C-o292 RACT/ORDER NO Code) . L. I DATED 06APR81 ,see Hoek II) 9. THIS BLOCK APPLIES ONLY TO AMENDMENTS OF SOLICITATIONS ^ The above numbered solicitation is amended as set forth in block 12. The hour and dap specified for receipt of Offers ^ is extensded, ^ is not extended. Offerors must acknowledge receipt of this amendment prior to the hour and dap specified in the solicitation, or as amended, by owe of the faIowing methods; (a) By signing and returning copies of this amendment; (b) By acknowledging receipt of this amendment on each copy of the offer wbmi t.d; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE ISSUING OFFICE PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If, by virtue of this amendment you desire to change on offer already sbmitled, suds change may be made by telegram or letter, provided such telegram or letter makes reference to the solicitation and this amendment, and is r pivsd prior to the opening hour and date specified. 10. ACCOUNTING AND APPROPRIATION DATA (If required) ACRN: AB 2112020 25-2037 P381321.03250-2572 S18128 2P29 $189,892.00 11. THIS BLOCK APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS (a) ^ This Chan e O d i i t d g r er ssue s pursuan to The Changes set forth in block 12 ore made to the above numbered contract/order. (b) ^ The above numbered contract/order is modified to reflect the administrative changes (such as changes M ai g ofGoe, eppropriolion data, etc.) set forth in black 12. - - (c) U This Supplemental Agreement is entered into pursuant to authority of 10 U r tS . C . 2304(a ) (1:1) It modifies the above numbered contract as set forth in block 12. 12. DESCRIPTION OF AMENDMENT/MODIFICATION A. Delete any and all references to Contract No. MDA903-81-C-0292 and substitute therefor Contract No. MDA908-81-C-0004. B. Add the following as task number 2.1.10 to the Statement of Work (Classified) dated 19MAR 81: (U) 2.1.10 Continue development and evaluation of CRV training program. C. Add task numbers 2.1 and 2.2 of the Contractor's technical proposal number ESU 81-60 (Classified), dated 23MAR81, to the Statement of Work (Classified) dated 19MAR81. These tasks shall be renumbered 2.3 and 2.4 respectively. D. Add an additional paragraph or section to the quarterly and final reports specified in paragraph C.2 of the contract to cover the tasks added by this modification. E. Add the following as paragraph H.9 of the contract: (continued) Except in provided herein, all terms and conditions of tfw document referenced in block B, as heretofore Banged. remain exchanged cod is 6111 force WWI affect. 13. ^ CONTRACTOR/OFFEROR IS NOT REQUIRED CONTRACTOR/OFFEROR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 2 COPIES TO ISSUING OFFICE TO SIGN THIS DOCUMENT 14. NAME OF CON TOR/OFFEROR 17. UNITED TATES OF A 7~~ BY Br psunature of perg a it d to sign-F (Us Cook )5 NAME M hC TITL ~?S4G GNLER('plppretd~tl For Relea 2' !8 PI 0 ( - F41J~(6RI3 r~94 19. DATE SIGNED / ~' I e Jlrf A V/.01 l( A.dmI ni 6 44-0l 641 BARRY L. MCVAY 81SEP29 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 Contract MDA903-81-C-0292 Modification P00002 (New Contract MDA908-81C-0001.) Page 2 of 5 H- 9 USE OF HUNAN SUBJECTS (1978 Ault) (a) The following definitions are used in this clause: (1) At risk means that the human subject may be exposed to the Possibility of harm =physical, biological, psychological, sociological, or other - as a consequence of an act or omission that goes beyond the applica- tion of those established and accepted methods or best interests, or that increases ordiaa procedures which are in his recognized risks inherent in his chosen o ry risks ccupation forafieldiof,seIncluding rvice. the (2) Human Subject means any human being who, knowingly or unkowingly, is subjected to an act orsomission, whether at risk or not, the object of which is to contribute to knowledge to be gained as a part of work to be performed under the scope of this contract. (b) The Contractor, before undertaking to perform any study involving human subjects, whether at risk or not, shall insure that the following minimum conditions are complied with: (1) The proposed study has been reviewed and approved by a committee meeting the requirements set forth in Chapter 46 of Title 45 of the Code of -Federal Regulations. _ (2) The number of human subjects used will be kept to the minimum number that will reasonably achieve the required results. (3) The study must be such as to contribute significantly to scientific knowledge and have reasonable prospects of yielding important results essential to an Army research program. (4) The study will be conducted only by persons possessing the requisite scientific qualifications. The highest degree of skill and care will be required during all stages of study of persons who conduct or assist in the study. (5) The human subject will be informed that at any time during the course of his participation he has the right to revoke his consent and withdraw from participation without prejudice to himself. (6) Participation by subjects will be immediately terminated if it sub- sequently appears that the risk to the subjects is significantly greater than anticipated at the time review and approval was granted. (7) There shall be no greater intrusion into the privacy of the human subject than is absolutely necessary for the conduct of the study involved. Ex- cept for the submission of reports and other data required by this contract, any information obtained about human subjects as a result of their participation shall be held as confidential as the law allows. (8) The study will be conducted so as to avoid all unnecessary physical or mental suffering or injury. Approved For Release 2699R1OeIA-RDP96-00792R000100140058-9 Contract MDA903-81-C-0292 Modification P00002 Approved For Release 2003/09/10: CIA-RDP '00l9g 1d t-C-000+) Page 3 of 5 (9) No study will be conducted if there is any inherent reason to believe that death or disabling injury is likely to occur. Sufficient animal or laboratory experiments, or other evaluations-, must have been completed to give assurance of acceptable risks prior to the use of human subjects. (10) The degree of risk to be taken will never exceed that which is justified by the benefit to the subject and/or the humanitarian importance of the knowledge to be gained. (11) A physician will be responsible for the medical care of subjects.. Even if not the project leader, the physician hiii have authority to terminate the study at any time that he believes death, injury or harm is likely to result. (12) Proper preparations will be lade, and adequate facilities provided, to protect the subject against all foreseeable possibilities of injury, disability, or death. This includes but is not limited to hospitalization and medical treatmen as may be required. In addition, all apparatus and instruments necessary to deal with likely emergency situations will be available. (13) Human subjects will have no physical or mental conditions which will sake participation more hazardous for them than it would be for normal healthy persons, unless such condition is a necessary prerequisite for the particular study involved. In any such case, the use of human subjects with such pre-existing conditions must have been specifically described and justified in the scope of the work to be performed under this contract. (14) The scientifically qualified person conducting the study, and each member of his research team, will be prepared to terminate the subject's partici- pation at any stage if he has reason to believe, in the exercise of the good faith, superior skill, and careful judgment required of him, that continuation is likely to result in injury, disability, or death to the human subject. (c) The Contractor, before permitting any person to participate as a human subject, whether at risk or not, shall insure that the following minimum conditions are complied with: (1) Legally effective informed consent will be obtained by adequate and appropriate methods in accordance with the provisions of this clause. (2) All consent suet be voluntary. It must be the knowing consent of the individual or his legally authorized representative, so situated as to be able to exercise free power of choice without there having been any use of force, fraud, deceit, duress, constraint, coercion, or lawful or Improper Inducement. The ele- ments of information necessary to such consent include: (i) A fair explanation of the procedures to be followed, and their purposes, including identification of any procedures which are experimental. (ii) A description of any attendant discomforts or risks reasonably to be anticipated. (continued) (~pj roved.F?or' efease16d1%U H6 CIA- IJP96-(~0P I06' `0T61= Approved Fob- Release 2003/09/10 : CIA-RDP96-007928)00100140058-9 Contract "ftA9O3-81-C-0292 Modification P00002 (New Contract No. MDA908-81-C-000)+) Page ~" of 5 (iii) A description of any benefits reasonably to be anticipated. (iv) A disclosure of any appropriate alternative procedures that night be advantageous to the subject. (v) An offer to answer any questions concerning the procedure. (vi) An instruction that the subject is free to revoke his consent and to discontinue participation at any time without prejudice to himself. (d) Exculpatory language through which the subject is made to siaive, or -? appear to waive, any of his legal rights, including any release from liability for negligence, is prohibited. (e) Prior consent by a subject or his legally authorized representative shall be obtained in all cases. Such consent shall be in writing whenever it is reasonably possible to do so. The consent form may be read to the subject or his legally authorized representative, but in any event he or his legally authorized representative must be given adequate opportunity to read it and to ask questions they might have. This consent form should then be signed by the subject or his legally authorized representative and by a witness not directly involved in the study. Oral consent may be used only when it has been specifi- cally described and justified in the scope of the work to be performed under this contract or approved in writing by the contracting officer. Uhen so author- ized and used, oral consent is subject to all the same standards as apply to written consent, except that the signature of the subject or his legally author- ised representative is not required. (f) Prior to conduct of the study, the contractor shall submit for approval to the contracting officer a detailed description of the means by which informed consent will be obtained, to include any forms to be used. Upon completion of the study, the contractor will submit to the contracting officer detailed report demon- strating compliance with paragraph (c), to include copies of the written consent if such was obtained. (g) The Contractor shall not undertake to conduct either the clinical pharmacology or clinical trails of an investigational drug unless this contract contains the clause entitled "Clinical Study of Investigational Drugs." (h) Prisoners of war will not be used under any circumstances. F. Add the following as paragraph H.10 of the contract: H.10 All persons participating as human subjects, as defined by paragraph H.9(a)(2) hereof, shall be known to possess the abilities and qualities which will be observed and analyzed during the conduct of this contract. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 Approved For Release 2003/09/10: CIA-RDP96-0079-2RR00100140058-9 Contract No. MDA903-81-C-0292 Modification P00002 (New Contract No. MDA908-81-C-0004) Page 5 of 5 G. Military security requirements in the performance of contract MDA908-81-C-0004 as modified shall be maintained in accordance with the revised DD Form 254 attached hereto. The highest classification involved in the performance of this contract as modified is TOP SECRET. SGFOIA2 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 Approved For Release 2002V1 1,~ 9 7NR000100140058-9 PCO; DA, Defense Supply Service-Washington, Agent/Specialist Sidney M. Koss Room 1D245, The Pentagon, Washington, DC 20310 Date 2 JUN 191 Telephone: Area Code 202 694-4577 PIIN: MDA903-81-C-0292 Modification Number TO 0PY ADDRESS NO. 0 SENT COPIE! SRI International 1. Contractor X 333 Ravensworth Avenue 1 Menlo Park, CA, 94025 2. Admin Contracting Officer DCASMA San Francisco X 1250 Bayhill Drive 5 San Bruno, CA. 94066 3. Payment Office X DCASR Los Angeles P.O. Box 45011 1 Los Angeles, CA. 90045 14. Pre-Certification Office 5. Auditor Defense Contract Audit Agency' X 298 So. Sunnyvalle Avenue, Suite 103 1 Sunnyvalle, CA. 94086 { 6. COTR except DARPA Bureau 1001 X nal 1 333 Ravensworth Ave. SG1J Menlo Park CA. 94025 7. Consignee SG1J 8. Other - DAR 20-401 X e n e gence Agency 1 Washington, D.C. 20301 '9. Supply Coordinators A. All Bureaus Except DARPA X 1002 2 B. Bureau 1001 - DARPA DARPA, Mgmt Into Sys, Architect Bldg, Rm 839 COMPLETE A or B. 1400 Wilson Blvd, Arlington, Virginia 22209 10. Station.Code Cite "S" Code) X 503744 1 DSS-W, Policy & Procedures Branch Room 1C243 11. Reporting P&P X The Penta on Washington, DC 20310 1 DSS-W, Office Deputy Director for Acquisition 12. Reporting: DD 1057 Room 1E230 The Pentagon Washington DC 20310 , DSS-W, Financial Mgmt, Room 1E231, The Pentagon 13. Bureaus: 8000 thru 8999 Washing ton, DC .20310. - Information Mgmt & Financial Operations Office 14. System Update X . Room 1E243 The Pentagon, Washington, DC 20310 1 15. PCO Contract File " " X DSS W Room 1D245, Pentagon, Washington, DC 20310 Blocks X are Mandatory Distribution Approved For Release 2003/22/c1Po,Clje-FtTg96-00792R000100140058-9 Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 DEPARTMENT OF DEFENSE 1. THE REQUIREMENTS OF THE DOD INDUSTRIAL SECURITY MANUAL TY ASPECTS OF THIS CONTRACT SECURITY CLASSIFICATION SPECIFICATION APPLY TO ALL SECURI Tu Secret EFFORT. THE FACILITY CLEARANCE REQUIRED IS: 2. THIS SPECIFICATION 3. CONTRACT NUMBER OR OTHER IDENTIFICATION NUMBER 4. DATE TO BE COMPLETED S. THIS SPECIFICATION IS: (See "NOTE" below. it item b or c is IS FOR: (Prime f be ^hown for all subcontrac s) (Estimated) also enter date for item a) DATE a , a. PRIME CONTRACT NUMBER a, a. ORIGINAL (Obmpieie 81 A r 06 P X dole I. all cease) X PRIME CONTRACT MDA903-81-C-0292 82 Apr 05 ION VI S (~, REVISED RE DATE b? SV BCONTRACT(Uae Item b. FIRST TIER SUBCONTRACT NO, b. (supersedes NO. !5 for subcontracting all pr vlo ? apecflftcatyon.) beyond second tier) C. IDENTIFICATION NUMBER C. DUE DATE C? DATE C. REQUEST FOR BID. FINAL C' REQUEST FOR PROPOSAL OR REQ FOR QUOTATION 6. Is this a follow-on contract? 1] Yes [-] No. If YES, complete the following: Accountability for classified material on preceding contract C . DNA001-78-C-0274 b. a . PRECEDING CONTRACT NUMBER DATE COMPLETED Is 1 ] Is not, transferred to this follow-on contract. Address & Zip Code of Cognizant Security Office Name C . . 7a. Name. Address & Zip Code of Prime Contractor a b. FSC Number DCASR Los Angeles, ATTN: Directorate of SRI International 94025 Industrial Security, 11099 S. La Cienga 333 Ravenswood Ave os Angeles, CA. 90045 L Blvd _ . nl P k CA 9402.5. Address & Zip Code of First Tier Subcontractor a b. FSC Number C. Name, Address & Zip Code of Cognizant Security Office So. Name, 9a. Name, Address & Zip Code of Second Tier Subcontractor, or b. FSC Number C. Name, Address & Zip Code of Cognizant Security Office facility associated with IFB, RFP OR RFQ a When actual performance is at a location other than that specified, identify such other location in Item 15. Num r o recasting city ty AA b. o 10a. General Identification of the Procurement for which this specification applies lden D in Item 16d. S&T Intelligence Study/Analysis W74VBH dditional security requirements established in accordance with paragraph 1-114 or 1-115, ISR? C3 Yes ? No. If YES, identify the th ere a c. Are pertinent contractual documents in Item 15. tion responsibility of the cognizant security office? IJ Yes I No. If YES, explain in I nspec d. Are any elements of this contract outside the Item 15 and identify specific areas or elements. it. ACCESS REQUIREMENTS YES NO ACCESS REQUIREMENTS (Continued) YES NO X ss to SENSITIVE COMPARTMENTED INFORMATION. a. Access to Classified Information Only at other contractor/Government activities. ss to other Special Access Program information rk.A- cify in Item 13). b. Receipt of classified documents or other material X ss to V. S. classified i nformation outside the V. S. X /1 ter reference nnlt' (nom gsneratlruw). ama Canal Zone, Puerto Rico, U. S. Possessions c. Receipt and generation of classified documents x and Trust Territories. x in. Defense Documentation Center or Defense Information or other material. X Analysis Center Services may be requested. X d. Fabrication/Modification/Storage of classified hardware. Classified ADP processing will be involved. e. Graphic arts services only. n. f. Access to IPO information. a. REMARKS: g. Access to RESTRICTED DATA. DOD DIR 5200.17 h. Accesa to classified COMSEC information. DOD DIR 5200.1 R graphic Access Au ihorlxatloa required. X all questions pertaining to contract security classification specification to the official named below (NORMALLY, thru ACO (Item lfa)i RGENCY, direct with written record of inquiry and response to ACO) (thru prime contractor for subcontracts). assification guidance contained in this sp?cificat on and ettrcbments referenced herein Is complete and adequate. ~ F symboi other c. Activity name. address , Zip Code, telephone number d u ,u("'e b Defense Intelligence Agency nd ATTN: DT-1A SG1 u y 1011 roc Washington, D.C. 20301 A Technical Intelligence SG1J Defense IntA331gogg'A 6c0 c~ _ ? (!tams Sb and ) are NOTE,a Original Speci!(cat! authority !or contractors to remark the regraded classilled lnforwatloa. Such actions y a ac ordance with the provisions of the Industrial Security Manual. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 ertalning to elasaifled contracts or projects, even anthoual thou! such Info So and n is c dlztdere uncfeasi{led, shall not be released for public 13a. information p provided by the Industrial Security M (paragraph dissemination except as f- j Direct (_ ] Through (Specify): b. proposes public releases shall be submitted for approval prl.~r to release Release of SCI is not Authorized. , for review in Publ i e Sclirity Review, Office of the Assistant Secretary of Defense (Public Affairs) to the Directorate For Freedom So of the information Industrial Security Manual. accordance with paragraph applicable box(e s) chments as required). ? In the ease of non-i00 User AQenetra, etc footnote ere re h So Industrial SecuTif M&nual tna supply atta sely precisely t ended appto clearly anlrtaetu each at 14. Security Classification Speciflcatlons for this ed sh 11 be 'contract are identified iled below (ppe and r prerlcaii to the specific eni Any narrative or classification guide(s) furnished shall be annotated or have nformal on aP each individual portion of the g h ied informton identified information a eiztracledrand fumished the cn . When a cl a ssif icatio guidIde is e(s) is utilizedt, a portion the p of clauidses(sif) which pertain' to the When 0 total ortion p effort maclearly identified in Item 14b. The following information must be provided for each item contractual effort shall be The date or event for downgrading in an extract or guides Category of classification. (II) Date or event for declassification or review for declasa{flcation. and Uthat are mad (If applicable). e a part of this (I) contractor c The official named in item opies of all gulden ^nd changes thereto is responsible for furnishing the cont separatsepeacov. specification. Classified Information may be attached or furnished under cover and made a part of this specification. ~-) a. A completed narrative is (1) 0 ^ltached, or (2) [X attached, or (2) Q transmitted under separate ~Ib The following classification guide(s) is made ^ part of this s.. alc enc. and number (1) Q Once date) cover. (List guide, under Item IS or in an attachment by title, reference s appropriate')' LAC. Service-type contract/subcontract. (Specify instructions in accordance a saver. i response to the contractor's request dated "X" only it this Is a final specification and Item 6 is a ..ND.. period of rad retention of the identified classified material , is ^,provide date such review is due: !!cable, downgredinQ Instructieo all- f e, Annual review of this DD Form 1 Is required. 1f . d.rP e. c has exclusive ,,V1 applicable, 7 ntel l r pence Ag J sl(Icatlon, d !f app o n. l(Ice } The 15. Remarks (Whenever poeslbte, illustrate proper Class e developed Cr I ? contractor __ 1,+ rpnuires access to Jhr to the cont or _ denaCe - security ret l 14y -- t, l the necessary ifications for this r provides rity spec DIAM a su and is under this contr contraccts o the all SCI material or information and information security measures ntfor secu contract. DCASR is relieved of responsibility released to the contractor under this contracts b. Foreign national employees of the contractor orrusebinnthecperformance of this access to classified information resulting c. Tp days after Contract. Contractor shall notify the COTR in writing no later than fi i divi uals assigned contract of the following information regarding the receipt t of of the to work on this co 1 Name Date a cialnSecPlace of urity Numberh 3 S (SEE CONTINUATION SHEET) 16* - 01' "I I'll, , 11 clf-Crtionr for Sub antracts issuing from this contract will be ,approved by the office armed in Item ved bylthe Uaer . I'll C1assificrtion Specification and attachments referenced herein are spPrc 16a. Contract Security Classification Bpi _~. .^ ^uthorised. This Cantrret Security fhb below. f prime Contractor (item 78) SG 1 J 5] Cognizant Sectrlty Office (item 7c) 10 Administrative Contracting office (Ilan 160) ? Quality Assurance Represerd4tiv0 J Subcorttrar:tar (item # -&) ;~ t^aSyni .dually Offici (7th gC) O prairaat/profect Manager (ilea 12b) Jetty Responrible foe Over'Oas Seearlty /udminlsertselem Q U. S. Act REQUIRED DISTRIBUTIONS ADDITIONAL DISTRIBUTIONS Y ob Approved For Release 2003/09/10 : Cl ^pr?- ad name and ttue O d, AWOvtng ono a, . ---- - - enc Defense In elligen203 Washington, 01 zip code of ymlalstativo Contracting Office e. Name. addnas and tp co i s DCA-SMA San Franc 1250 Bayhill Drive^e L Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9 DD Form 254 (Continued) (4) Certification of clearance investigation and clearance, date clearance granted, and name of agency granting clearance. c. Final classification of the information generated under this .Contract is the responsibility of DIA (DT-lA). Information generated under this Contract is subject to the guidelines contained in DoD Regulation 5200.1R, dated 2 November 1978, which implements EO 12065 which became effective 1 December 1978. Technical reports classified as high as TOP SECRET SI/SAO will be provided the Contractor by DIA and other DoD activities, and other DoD contractors for use in connection with this Contract. These reports may be retained for the duration of this Contract unless no longer needed. Upon termination of this Contract, the reports shall be returned to the sender (if required) or destroyed in accordance with current security regulations. If these documents are to be retained beyond the ending date of this Contract, written justification must be forwarded to and authorization given by the Contracting Officer. e. All copies of final documents generated by the Contractor under this Contract will be transmitted to DIA (DT-lA) for . dissemination to the Grill Flame Committee. No other distribution is authorized. f. Use of the ARFCOS system is required. Approved For Release 2003/09/10 : CIA-RDP96-00792R000100140058-9