EX-10.10 4 dex1010.txt DELIVERY ORDER 0001 TO GOVERNMENT CONTRACT Exhibit 10.10
------------------------------------------------------------------------------------------------------------------------------------ ORDER FOR SUPPLIES OR SERVICES PAGE 1 OF 7 ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT/PURCH ORDER | 2. DELIVERY ORDER/CALL NO. | 3. DATE OF ORDER/CALL | 4. REQ/PURCH REQUEST NO. | 5. PRIORITY AGREEMENT NO. | | | | | | | | DAA17-01-D-0006 | 0001 | 2001Jun29 | W71B7J-1096-H242 | ---------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | W71B7J 7. ADMINISTERED BY CODE | S0513A --------- ------------------------------------------- US ARMY ROBERT MORRIS ACQUISITION CENTER DCM - SANTA ANA 8. DELIVERY FOB RMAC - ADELPHI 34 CIVIC CENTER PLAZA |x| DEST 2800 POWDER MILL ROAD P.O. BOX C-12700 |_| OTHER AMSSB-ACA SANTA ANA CA 92712-2700 (See Schedule if ADELPHI MD 20783-1197 other) ------------------------------------------------------------------------------------------------------------------------------------ 9. CONTRACTOR CODE | 54266 FACILITY | |10. DELIVER TO FOB POINT BY (Date) | 11. MARK IF BUSINESS IS ---------- ----| SEE SCHEDULE | |X| SMALL |-----------------------------------| |_| SMALL DISADVANTAGED IRVINE SENSORS CORPORATION |12. DISCOUNT TERMS | |_| WOMEN-OWNED DARYL SMETANA | NET 30 DAYS | 3001 RED HILL AVENUE BLDG 4 |---------------------------------------------------------------- COSTA MESA CA 92626 |13. MAIL INVOICES TO THE ADDRESS IN BLOCK | See Item 15 ------------------------------------------------------------------------------------------------------------------------------------ 14. SHIP TO CODE | W71B7J 15. PAYMENT WILL BE MADE BY CODE | HQ0339 ---------- ------------ US ARMY RESEARCH LABORATORY DFAS - COLUMBUS CENTER MARK ALL VINCENT MARINELLI/AMSRL-SE-SS DFAS-CO/WEST ENTITLEMENT OPERATIONS PACKAGES AND 2800 POWER MILL ROAD P.O. BOX 182381 PAPERS WITH ADELPHI MD 20783-1197 COLUMBUS OH 43218-2381 IDENTIFICATION NUMBERS IN BLOCKS 1 AND 2. ------------------------------------------------------------------------------------------------------------------------------------ 16. |DELIVERY |X| This delivery order/call is issued on another Govt. agency or in accordance with the subject to terms and TYPE |CALL conditions of above numbered contract. OF | ORDER |----------------------------------------------------------------------------------------------------------------------------- |PURCHASE | | Reference your quote dated | Furnish the following on terms specified herein. |----------------------------------------------------------------------------------------------------------------------------- ACCEPTANCE. THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME. ----------------------- -------------------------------------- --------------------------------- -------------------------- NAME OF CONTRACTOR SIGNATURE TYPE NAME AND TITLE DATE SIGNED (YYYYMMMDD) |_| If this box is marked, supplier must sign Accpetance and return the following number of copies: ------------------------------------------------------------------------------------------------------------------------------------ 17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE See Schedule ------------------------------------------------------------------------------------------------------------------------------------ 18. ITEM NO. | 19. SCHEDULE OF SUPPLIES/SERVICES | 20. QUANTITY | | | | | ORDERED/ | 12. UNIT | 22. UNIT PRICE | 23. AMOUNT | | ACCEPTED* | | | ------------------------------------------------------------------------------------------------------------------------------------ | SEE SCHEDULE | | | | ------------------------------------------------------------------------------------------------------------------------------------ * If quantity accepted by the Government is same | 24. UNITED STATES OF AMERICA | 25. TOTAL | $996,623.00 as quantity ordered, indicate by X. If different, | |-------------|---------------------- enter actual quantity accepted below quantity ordered | /s/ Lee A. Hess CONTRACTING/ | 29. | and encircle | BY: LEE A. HESS ORDERING OFFICER | DIFFERENCES | ------------------------------------------------------------------------------------------------------------------------------------ 26. QUANTITY IN COLUMN 20 HAS BEEN | 27. SHIP NO. | 28. DO VOUCHER NO. 30. INITIALS | | |_| INSPECTED |_| RECEIVED |_| ACCEPTED, AND CONFORMS TO | --------- |------------------------------------------------------ THE CONTRACT EXCEPT AS NOTED| |_| PARTIAL | 32. PAID BY |33. AMOUNT VERIFIED | |_| FINAL | | CORRECTED FOR | | | ------------- ---------------------------------------- |--------------- |---------------------------- DATE SIGNATURE OF AUTHORIZED GOVT. REP. | 31. PAYMENT | |34. CHECK NUMBER ------------------------------------------------------------ | | | 36. I certify this account is correct and proper for payment.| |_| COMPLETE | |---------------------------- | |_| PARTIAL | |35. BILL OF LANDING NO. -------------- -------------------------------------------- | |_| FINAL | | DATE SIGNATURE AND TITLE OF CERTIFYING OFFICER | | | ------------------------------------------------------------------------------------------------------------------------------------ 37. RECEIVED AT | 38. RECEIVED BY | 39. DATE RECEIVED | 40. TOTAL | 41. S/R ACCOUNT NO. |42. S/R VOUCHER NO. | | (YYYYMMMDD) | CONTAINERS| | ------------------------------------------------------------------------------------------------------------------------------------ DD Form 1155, JAN 1998 (EG) PREVIOUS EDITION MAY BE USED.
DAAD17-01-D-0006 0001 Page 2 of 7 SECTION B Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES MAX UNIT UNIT PRICE MAX AMOUNT QUANTITY 0001 1.00 Dollars, $ U.S. STROBE IMAGER CPFF - The contractor shall research and develop a Stacked Readout for low Observable Enhancement (STROBE) Imager PURCHASE REQUEST NUMBER W71B7J-1096-H242 MAX COST $916,893.16 FIXED FEE $79,729.84 ------------ $996,623.00 TOTAL MAX COST + FEE $600,000.00 ACRN AA Funded Amount DAAD17-01-D-0006 0001 Page 3 of 7 SECTION C Descriptions and Specifications CONTRACT NO. IRVINE SENSORS TASK ORDER NO.: 0001 TASK TITLE: Jigsaw Phase I--Objective System Trade Study & Prototype System Design 1.0 TASK DESCRIPTION: This task order encompasses the actions and activities necessary to complete Phase I of the Jigsaw Project. The objective of the Jigsaw Project is to develop a ladar system that allows a human to perform Combat ID confidently and reliably. 1.1 Sub-Task 1 -- Objective System Trade Study The Contractor shall perform a system design trade study to establish the requirements and the optimum design path for an objective ladar system. The trade study shall include a critical issues assessment, a system utilization assessment, and a flow down requirements list for the objective sensor. This subtask shall be completed three (3) months after receipt of order (ARO). Parameters to be considered shall include, but not be limited to, the following: 1.1.1 Spatial Resolution 1.1.2 Range Resolution 1.1.3 Number of Returns Processed and Stored 1.1.4 Field-of-View 1.1.5 Laser Illumination Area 1.1.6 Weight 1.1.7 Readout Rate 1.1.8 Laser Power 1.1.9 Detector Sensitivity 1.1.10 Number of Images Captured per Unit of Time 1.1.11 Mechanical Stability Required 1.1.12 Range-to-Target 1.1.13 Range Depth-of-Field 1.1.14 Clutter/Obscuration Density and Thickness 1.1.15 Number of Looks per Target, and Diversity of Vantage Point 1.2 Sub-Task 2 -- Time of Flight - Multimode- FM CW Chirp Evaluation The contractor shall evaluate the feasibility of designing a multimode sensor capable of operating in either the Time-of-Flight or FM CW Chirp mode. The Contractor shall evaluate for feasibility a top-level readout circuit design for three modes--Time-of-Flight, FM CW Chirp and multimode. The contractor shall make a recommendation for the prototype and objective sensor design at the end of this task. The evaluation shall be completed three (3) months ARO. 1.3 Sub-Task 3 -- Monitor Future Combat System (FCS) Design Activities The Contractor shall maintain monitoring of FCS design activities to ensure the Jigsaw objective system design is compatible with FCS development. 1.4 Sub-Task 4 -- Prototype System Design Based on the results of Sub-Tasks 1-3, the Contractor shall design a prototype sensor system. The prototype sensor design shall have sufficient performance to demonstrate combat ID usefulness. The Contractor shall present its prototype system design for Government evaluation at a preliminary design review (PDR) six (6) months ARO and at a critical design review (CDR) nine (9) months ARO. 1.5 Sub-Task 5 -- Risk Reduction Experiments DAAD17-01-D-0006 0001 Page 4 of 7 1.5.1 IC component design The Contractor shall design, model, and test readout electronics in an optical system. This task shall provide early risk reduction in the high-frequency readout electronics needed for the prototype sensor. The Contractor shall design and model readout electronics based on specifications generated in Sub-Tasks 1-4. This task shall be completed nine (9) months ARO. 1.5.2 Via Development The contractor shall fabricate test structures that can be tested experimentally to determine the optimum interconnection spacing and interconnection SPICE parameters. The SPICE parameters shall be used to optimize IC designs. This task shall be completed (9) months ARO. 1.5.3 Visualization Experiment The Contractor shall gather very fine resolution (6mm) ladar data and conduct simulations of various human eye-brain processing features that can be correlated with Combat ID under various conditions. This task shall be completed three (3) months ARO. 1.6 Sub-Task 6 -- Phase II Proposal Based on results of Sub-Tasks 1-5, the contractor shall propose follow-on work to include the construction of a prototype LADAR sensor, the gathering and analysis of data, and the demonstration and evaluation of LADAR sensors for Combat ID. This task shall be completed 10 months ARO. 2.0 PERIOD OF PERFORMANCE: Twelve (12) months DAAD17-01-D-0006 0001 Page 5 of 7 SECTION E Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/servicess will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPTED BY 0001 Destination Government Destination Government DAAD17-01-D-0006 0001 Page 6 of 7 SECTION F Deliveries or Performance DELIVERY INFORMATION CLINS DELIVERY DATE UNIT OF ISSUE QUANTITY FOB SHIP TO ADDRESS 0001 12.00 MONTHS ADC Dollars, U.S. 1.00 Dest. W71B7J US ARMY RESEARCH LABORATORY VINCENT MARINELLI/ AMSRL-SE-SS 2800 POWDER MILL ROAD ADELPHI MD 20783-1197 DAAD17-01-D-0006 0001 Page 7 of 7 SECTION G Contract Administration Data ACCOUNTING AND APPROPRIATION DATA AA: 211204000001RPARGO63300544000255YANSS00W71B7J1096H2421N1YRRS18129 000000000000 AMOUNT: $600,000.00