Document Number (FOIA) /ESDN (CREST):
CIA-RDP89B00709R000200400001-2
Body:
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2
In reply refer to
SP-787
5 April 1961
i an enclosing herewith ten (10) copies of Termination
Inventory Schedule B which contains the residual inventory at
New York on the "Ow Program (Subcontract 100-7).
The contents of the enclosures have been reviewed by the
cognizant personnel at this facility, and it has been deter..
mined that the items contained in the Inventory Schedule do
not have any further value. Therefore, it is our recommendation
that the items be scrapped.
It is respectfully requested that the enclosures be
reviewed by your office, and if our recommendation is acceptable
to you, please so indicate by signing and returning to the
undersigned, one copy of this transmittale
very truly yours,
Recommendation approved:
c rD
kA \ Y~L Ica, 14
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2
3 DEPARTMENT OF DEFENSE
TERN J4ATION INVENTORY SCHEDULE B
Date
1 Oct 60 S
Reports Control Form Approved
ymbol DD-MB-393 Bud wean. No.22-8075
gage No.
No. of
Raw matwilb
Q ' Q P Q C-- eater Q
Property classification (See Instruction B) I
Commercial parts value under $300.00
1
1
This schedule applies to (Check one)
Company
Q A prime contract with the Government Q Subcontract(s) or purchase order(s)
Contractor who sent notice of termination
Name
Street address
Address
City and state
Product covered by terminated contract or order
Location of material
Government prime contract number
Contractor's erence number
b
I
FC13
75
DESCRIPTION
COST
~er asihed peodad.
For
rrKM
w
ProP~7 bra eo sand l Valoe. fwn adsgaat, -
a
~?~
lfi
daw e00trad prise
io,~ad d sod)
c
t d
For n,e
d Boo-
-
d can-
I~
(Se, Imbued= B). Otbnrwb,, fornih tlaa
-
Coeaeo
Npa~t
d
ON
rwwag
1
+
c
tab
a
tractinc
agmey
No.
,W&*nt to mabb coateaetins ader to datrisiue
dirpeakion thaeeaL v7hrs pra~ soar
m-m 2d
and raa
.
etGl
4
0
L*ait
Told
only
eamq, ad~~, and eatal,~ IIo Where cob. bl and IS we not
~eite Col b aatr~ ~ thee, two c ).
a
iid
f
a
PP
b
bl
bz
a
d
dl
o
i
1
Board Etched 956-SD11
S
1 ea.
5.50
5.50
2
Cover 956-1063
S
18 It
11.30
203.40
3
Oscillator 956-1253
-2
2
188.75
377.50
4
Amplifier 9556-1171
S
3
38.00
114.00
5
Converter 956-1172
S
6
25.00
150.00'
6
Divider 956-1173
S
39
21.50
838.50
7
Transistor 2N143 956-1169
S
1
2.52
9.52
8
Transistor 2N144 956-1170
S
3
9.52
28.56
NOTE: S = Scrap
Tot
1 Value
$1,726. 98
e lior per
iwla ba
O
v=ii. I
f eaaaltl,e d aat~Y. ethr tMi wrt Pew eia aai, is tba
t eoaebial1 _ of a bow and a aasibe is ri faders- (aa Est or HSI. U.. do i~
" b
t d
kh
: N~
iaa
Baed-+rw mpaba
1-
Go
On rww di Ls lwftued~ sad
CWdawft wilder meet be ,meat"
"Z" wit
boat a
a
am
e,sidmed to bow a, idetbar vela, for aw o aeidaab
-a '
4- Poor
W.I. tYk tors b wbsitb
d.
m
~alaa tMa
a7r
DD 1 rU 543
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2
The undersigned, individually and as an authorized representa-
tive of the contractor, certifies that he has examined the foregoing
termination inventory schedule, page numbers 1 to 1
Inclusive, dated 11 October 1960 and that in the
exercise of his best judgment and to the beat of his knowledge, based
upon information believed by him to be reliable, said schedule has
been prepared in accordance with applicable instructions; that the
inventory described therein is allocable to the designated contract
and is located at the places specified; that the quantities are not
in excess of the reasonable quantitative requirements of the termi-
nated portion of the contract; that said schedule does not include
any items reasonably usable, without loos to the contractor, on its
other work; that the costs shown on such schedules are in accord-
ance with the contractor's books of account; and that the prises
shown in column g, representing the proceeds of authorized saw of
the items covered thereby, are fair and reasonable.
The contractor agrees to inform the contracting officer of any
substantial change in the status of the inventory shown in the fore-
going schedule between the date hereof and the final disposition of
such inventory.
Subject to any authorized prior disposition, title to the in-
ventory listed in the attached schedule is hereby tendered to the
government and is warranted to be free and clear of all Henn and
encumbrances.
Government Propert upervisor
11 0 CV 60 L
Title
Manager - Government Accounting
Sanitized Copy Approved for Release 2011/01/04: CIA-RDP89B00709R000200400001-2