-----BEGIN PRIVACY-ENHANCED MESSAGE----- Proc-Type: 2001,MIC-CLEAR Originator-Name: webmaster@www.sec.gov Originator-Key-Asymmetric: MFgwCgYEVQgBAQICAf8DSgAwRwJAW2sNKK9AVtBzYZmr6aGjlWyK3XmZv3dTINen TWSM7vrzLADbmYQaionwg5sDW3P6oaM5D3tdezXMm7z1T+B+twIDAQAB MIC-Info: RSA-MD5,RSA, H47/ndFsGqzFO8Ngyx4sPYjGTbp2BpK+R3fpz0CJgqg3+M7d5qrvcHufzCM/FLXH BCRAKeEo5CVIhyLfjKMORw== 0000950152-97-004884.txt : 19970701 0000950152-97-004884.hdr.sgml : 19970701 ACCESSION NUMBER: 0000950152-97-004884 CONFORMED SUBMISSION TYPE: 10-K405 PUBLIC DOCUMENT COUNT: 10 CONFORMED PERIOD OF REPORT: 19970331 FILED AS OF DATE: 19970630 SROS: NONE FILER: COMPANY DATA: COMPANY CONFORMED NAME: COMPTEK RESEARCH INC/NY CENTRAL INDEX KEY: 0000720031 STANDARD INDUSTRIAL CLASSIFICATION: SERVICES-COMPUTER PROGRAMMING SERVICES [7371] IRS NUMBER: 160959023 STATE OF INCORPORATION: NY FISCAL YEAR END: 0331 FILING VALUES: FORM TYPE: 10-K405 SEC ACT: 1934 Act SEC FILE NUMBER: 001-08502 FILM NUMBER: 97632448 BUSINESS ADDRESS: STREET 1: 2732 TRANSIT RD CITY: BUFFALO STATE: NY ZIP: 14224-2523 BUSINESS PHONE: 7166774070 MAIL ADDRESS: STREET 1: 2732 TRANSIT RD CITY: BUFFALO STATE: NY ZIP: 14224-2523 10-K405 1 COMPTEK RESEARCH, INC. /FORM 10-K405/ANNUAL REPORT 1 SECURITIES AND EXCHANGE COMMISSION Washington, DC FORM 10-K (MARK ONE) [x] ANNUAL REPORT PURSUANT TO SECTION 13 OR 15(d) OF THE SECURITIES EXCHANGE ACT OF 1934 [FEE REQUIRED] For the fiscal year ended MARCH 31, 1997. OR [] TRANSITION REPORT PURSUANT TO SECTION 13 OR 15(d) OF THE SECURITIES EXCHANGE ACT OF 1934 [NO FEE REQUIRED] For the transition period from_____________________________to__________________ Commission file number : 1-8502 COMPTEK RESEARCH, INC. - -------------------------------------------------------------------------------- (Exact name of registrant as specified in its charter) New York 16-0959023 (State or other jurisdiction of incorporation or organization) (I.R.S. Employee Identification No.)
2732 Transit Road, Buffalo, New York 14224-2523 - -------------------------------------------------------------------------------- (Address of principal executive offices) (Zip Code) Registrant's telephone number, including area code (716) 677-4070 ----------------------- Securities registered pursuant to Section 12(b) of the Act: Name of each exchange on Title of each Class which registered - -------------------------------------------------------------------------------- Common Stock, $.02 par value American Stock Exchange Securities registered pursuant to Section 12(g) of the Act: None - -------------------------------------------------------------------------------- (Title of class) Not Applicable - -------------------------------------------------------------------------------- (Title of class) Page -1- 2 Indicate by check X whether the registrant (1) has filed all reports required to be filed by Section 13 of 15(d) of the Securities Exchange Act of 1934 during the preceding 12 months (or for such shorter period that the registrant was required to file such reports), and (2) has been subject to such filing requirements for the past 90 days. Yes X No -- -- Indicate by check mark if disclosure of delinquent filers pursuant to Item 405 of Regulation S-K is not contained herein, and will not be contained, to the best of registrant's knowledge, in definitive proxy or information statements incorporated by reference in Part III of this Form 10-K or any amendment to this Form 10-K. [ X ] Based upon the closing sale price of the Common Stock on June 6, 1997, as reported by the American Stock Exchange, the aggregate market value of the voting stock held by non-affiliates of the Registrant (the "Company" or "Comptek") was approximately $24 million. Solely for purposes of this calculation, all persons who are or may be executive officers or directors of the Company and all persons who have filed a Schedule 13D or Schedule 13G with respect to the Company's Common Stock have been deemed to be affiliates. The number of shares outstanding of the Registrant's common stock, $.02 par value, was 5,258,106 at June 6, 1997. DOCUMENTS INCORPORATED BY REFERENCE Part III incorporates by reference portions of the Comptek Research, Inc. Proxy Statement for the Annual Meeting of Shareholders dated June 26, 1997 for the Annual Meeting to be held July 25, 1997 (the "Company's 1997 Definitive Proxy Statement"). Page -2- 3 TABLE OF CONTENTS PAGE NO. --------
PART I ITEM 1. BUSINESS General........................................................................................5 Electronic Warfare ("EW"), Command, Control, Communications, Computer and Intelligence (C4I)........................................................................5 Engineering and Technical Services.............................................................6 Defense Systems................................................................................6 Marketing......................................................................................7 Customers......................................................................................7 Engineering and Manufacturing..................................................................8 Competition....................................................................................8 Backlog........................................................................................9 Research and Development.......................................................................9 Employees......................................................................................9 Patents and Trade Secrets......................................................................9 Officers of the Registrant....................................................................10 Certain Factors Which May Affect Business.....................................................10 ITEM 2. PROPERTIES Real Property.................................................................................11 Equipment and Leasehold Improvements..........................................................12 ITEM 3. LEGAL PROCEEDINGS.............................................................................12 ITEM 4. SUBMISSION OF MATTERS TO A VOTE OF SECURITY HOLDERS...........................................12 PART II ITEM 5. MARKET FOR REGISTRANT'S COMMON EQUITY AND RELATED STOCKHOLDERS MATTERS..................................................................12 ITEM 6. SELECTED FINANCIAL DATA.......................................................................14 ITEM 7. MANAGEMENT'S DISCUSSION AND ANALYSIS OF FINANCIAL CONDITION AND RESULTS OF OPERATIONS...........................................................15
Page -3- 4 TABLE OF CONTENTS (CONTINUED)
PAGE NO. ITEM 8. FINANCIAL STATEMENTS AND SUPPLEMENTARY DATA Consolidated Balance Sheets...................................................................20 Consolidated Statements of Operations.........................................................21 Consolidated Statements of Cash Flows.........................................................22 Consolidated Statements of Shareholders' Equity...............................................23 Notes to Consolidated Financial Statements....................................................24 Independent Auditors' Report..................................................................34 ITEM 9. CHANGES IN AND DISAGREEMENTS WITH ACCOUNTANTS ON ACCOUNTING AND FINANCIAL DISCLOSURE..........................................................................35 PART III ITEM 10. DIRECTORS AND EXECUTIVE OFFICERS OF THE REGISTRANT............................................35 ITEM 11. EXECUTIVE COMPENSATION........................................................................35 ITEM 12. SECURITY OWNERSHIP OF CERTAIN BENEFICIAL OWNERS AND MANAGEMENT................................35 ITEM 13. CERTAIN RELATIONSHIPS AND RELATED TRANSACTIONS................................................35 PART IV ITEM 14. EXHIBITS, FINANCIAL STATEMENT SCHEDULES, AND REPORTS ON FORM 8-K..............................35 SIGNATURES .................................................................................................37 SCHEDULE II ................................................................................................38 INDEX TO EXHIBITS...........................................................................................39 EXHIBITS ...................................................................................................41
NOTE REGARDING FORWARD-LOOKING STATEMENTS This report contains forward-looking statements that are based on current expectations, estimates and projections about the Company and the defense industry, management's beliefs and assumptions by management. The use of words herein such as "expects", anticipates", "intends", "plans", "believes", "estimates", and similar expressions are intended to identify "forward-looking statements within the meaning of Section 27A of the Securities Act of 1933, and are subject to the safe harbors created thereby. These statements are based on a number of assumptions that could ultimately prove inaccurate and, therefore, there can be no assurances that they will prove to be accurate. The reader's particular attention is directed to the sub-heading "Forward Looking Information and Cautionary Statement" contained in Part II, Item 7, "Management's Discussion and Analysis of Financial Condition and Results of Operations" and the sub-heading "Certain Factors Which May Affect Business" at the end of Part I, Item I for a discussion of risk and other factors. Page -4- 5 PART I ITEM 1. BUSINESS GENERAL The Company, through its wholly-owned subsidiary Comptek Federal Systems, Inc. ("CFS"), designs and develops dedicated defense related systems, software and proprietary products intended for the global military electronics market. These defense related systems provide management information and implement offensive and defensive responses in combat situations. The Company also provides value based engineering and technical life-cycle support services for several core competency related tactical military systems. In March, 1996 the Company acquired Advanced Systems Development, Inc., ("ASDI"), a highly specialized developer of electronic warfare simulation, training and software validation systems, related to electronic surveillance. At the time of acquisition by the Company, ASDI had annualized sales of slightly under $14 million with approximately 50% of such sales attributable to international activities. Largely as a result of the acquisition of ASDI, the Company substantially increased its presence in international markets. Expansion through acquisitions and increased international activities are both important elements of the Company's business strategy moving forward. Prior to fiscal 1997, the Company, divided its operating activities into the Defense Electronics Systems and Service segment ("Defense segment") and the Commercial Systems and Service segment ("Commercial segment"). The Commercial segment operated, and held an investment in, commercial telecommunications. Comptek Telecommunications, Inc. ("CTI") and Industrial Systems Service, Inc. ("ISS"), designed, developed and manufactured wireless data communications systems during fiscal 1992 through 1995. Effective May 31, 1995, the Company transferred substantially all of the assets and liabilities of CTI and ISS to ARIA Wireless Systems, Inc., ("ARIA") in exchange for an equity interest in ARIA. During the third quarter of fiscal 1996 the Company initiated an intensive review of its investment in ARIA, and as a result of this review, coupled with the financial difficulties encountered by ARIA, the Company's investment in ARIA , together with any amounts then due from ARIA, was written down to zero. On April 30, 1996, ARIA filed a voluntary petition under Chapter 11 of the Bankruptcy Code in the United States Bankruptcy Court for the Western District of New York ("Bankruptcy Court") to reorganize the corporation. In connection with the bankruptcy proceedings, the Company has filed a proof of claim, as a creditor, in the amount of $3 million. Although no formal claim has been filed with the Bankruptcy Court, ARIA has notified the Company of its intent to assert claims, of an unspecified amount, against the Company. While no assurances can be given, management believes, based upon the nature of the Company's claim and ARIA's threatened claim, the ultimate outcome of these proceedings are not expected to have a material adverse effect on the Company's financial position, results of operations, and liquidity. As a result of the ASDI acquisition, the changes in the telecommunications business, and the Company's business strategy moving forward, segment information, beginning in fiscal 1997 will be reported in two defense related segments, the Engineering and Technical Services segment ("Services") and the Defense Systems segment ("Systems"). ELECTRONIC WARFARE ("EW"), COMMAND, CONTROL, COMMUNICATIONS, COMPUTER AND INTELLIGENCE ("C4I") The Company's business segments operate in both the EW and C4I technology areas. Radar is a primary military application used for critical battlefield functions such as target detection, weapons guidance, communications and intelligence. This has led to the emergence of increasingly sophisticated and rapidly evolving electronic surveillance and countermeasures, which are broadly described as "electronic warfare". The reliance of most modern offensive weapons systems upon radar targeting and guidance has prompted the development of defensive surveillance systems which rapidly and reliably detect and identify hostile weapons and weapons platforms, such as ships, submarines, aircraft or ground installations, by means of their electromagnetic emissions, and then activate programmed countermeasures, such as jamming, decoys and other deceptive electronic responses. Page -5- 6 ENGINEERING AND TECHNICAL SERVICES The implementation, life-cycle maintenance, and operational support of complex military systems require technical expertise in systems interoperability, software validation and verification, and configuration management. Comptek is a recognized provider of highly valued engineering and technical services within the Company's niche market segments - electronic warfare, command and control, and naval sea systems engineering. Through its Services division, Comptek provides a variety of engineering services, including technical support, systems and software engineering, program management, software verification and validation, and training. For over twenty years, the Company has provided a wide range of technical and engineering services to the U.S. and foreign governments for both military and non-military applications. Many of these services build on the Company's knowledge of C4I particularly in regard to the applications of computers for signal processing, battle management support, data link processing and EW simulation and training. In May 1994, the Company was awarded a follow-on contract to the Electronic Combat Mission Support ("ECMS") contract managed by Comptek since April 1989. This contract is for support of the Naval Air Warfare Center, Weapons Division, located in Point Mugu, CA. This cost-plus-fixed-fee contract represented approximately $22 million in revenues, 29% of total sales, for fiscal 1997 and $18 million in revenues, 33% of total sales, for fiscal 1996. The Company anticipates that this contract, which currently runs through August 1998, will result in sales for fiscal 1998 in excess of $20 million. In May 1996, Comptek received a one-year contract with two options totaling $10 million from the Naval Sea Systems Command ("NAVSEA") . This cost-plus-fixed-fee program provides to the U.S. Navy engineering support for its reliability, maintainability and quality assessment. The Company has provided these types of services to NAVSEA for more than 20 years. Fiscal 1997 sales generated from this contract were approximately $8 million or 10% of total sales. In May 1997, the U.S. Navy awarded the Company the five year, $55 million follow-on to the NAVSEA contract replacing the award received in May 1996. The Company expects to realize sales of $8-10 million in fiscal year 1998 from this contract. DEFENSE SYSTEMS Successful military operations are dependent upon the effective use of the electromagnetic spectrum, the ability of military commanders to make timely situational assessments and decisions, and the ability of one side to control the combat area. Comptek is a market leader in advanced EW signal processing and threat analysis techniques, real time command and control data link processing and display systems, and range airspace management systems. All of which Comptek has developed and successfully employed in real combat situations. These systems are designed to operate in today's complex electronic combat environments. These systems and products include unique operational, diagnostic, and training software - utilizing commercially available commercial-off-the-shelf ("COTS") hardware wherever possible. EW is a critical factor in warship survivability in an age of radar guided anti-ship missiles. The Company has been a supplier to the U.S. Navy of surface electronic warfare systems and software since 1973, beginning with the Company's operational software development for the U.S. Navy's state-of-the-art shipboard EW system, the AN/SLQ-32. The AN/SLQ-32 system is still the primary U.S. Navy shipboard electronic warfare system and was actively operational on almost every U.S. Navy warship engaged in the Persian Gulf War, including cruisers, destroyers and frigates. Continuing involvement of the Company in the Navy's life cycle maintenance program for the SLQ-32, coupled with the additional development and production of several system upgrades and new software loads for the SLQ-32, makes the Company a major force in U.S. Navy shipboard electronic warfare. The Company's involvement in airborne electronic warfare includes production of test and support equipment, and design and development of operational software. The Company has been involved either in the development or life cycle maintenance of virtually every U.S. airborne EW system developed over the last twenty years. The Company developed several of the critical signal processing algorithms used for identifying hostile radars quickly, and has assisted the U.S. and foreign air forces with the development of improved software for a wide variety of combat aircraft installed radar warning receivers. This expertise Page -6- 7 led to the design and production of specialized support and test equipment used in maintaining the software in modern digital radar warning receivers and self-protection jammers. In addition to developing and building military related defense systems in fiscal years 1997 and 1996, the Company continued to be heavily involved in the development of proprietary special purpose military products. These products are tangible manifestations of organically evolved niche technologies. The Company acquired Advanced Systems Development Inc., which was integrated into the Systems Segment as the Advanced Systems Division ("ASD"), as of March 1, 1996. As a result of this acquisition, the Company entered into the EW Simulation/Stimulation market. ASD specializes in the design, development, and manufacture of electronic environment simulators and stimulators for trainers, jammers and radar warning receiver ("RWR") evaluation subsystems. Simulators can replicate battle environments, aircraft cockpits, or operator stations to provide effective training at costs significantly less than necessary for large-scale exercises. Simulation is a core capability which can be applied in a variety of applications including testing, training, maintenance, and research. MARKETING The Company's military marketing efforts emphasize its substantial experience and knowledge in the engineering, software development, testing and evaluation of computer controlled command and control systems and the sophisticated software which it has developed for electronic warfare systems. Additionally, as a result of the acquired ASDI operations, the Company's international marketing efforts have increased primarily directed towards EW Simulation products of the highest commercial quality. These types of commercial products are considered by the U.S. Government as COTS equipment. These EW Simulation products are priced based on cost, competition and future customer potential purchases. Marketing is conducted primarily by the Company's own marketing and technical staffs. In many instances, the Company is invited to bid on a contract by a contracting office or agency of the U.S. Government. Foreign customers are covered by the Company's direct marketing forces in conjunction with several in-country representatives. In certain instances, the Company's products and services are purchased by the U.S. Government for the benefit of foreign customers under the U.S. Foreign Military Sales Program. CUSTOMERS During the fiscal year ended March 31, 1997, approximately 89% of the Company's revenues were attributable to contracts with departments and agencies of the U.S. Government (including both prime and subcontracts). The remaining 11% of revenues were derived from sales of military related products and services to foreign governments and corporations. The Company's customers currently include all of the branches of the U. S. Armed Forces. Its present prime contractor relationships include Vitro Corporation (the largest subsidiary of Tracor, Inc.), McDonnell Douglas, Northrup-Grumman, and Raytheon-Hughes. Foreign customers have primarily been located in France, Germany, Australia, Israel, Italy, Sweden, Switzerland, Japan, Canada, and the United Kingdom. As discussed above, a major multi-year omnibus contract with the U. S. Navy, Naval Air Warfare Center was awarded to the Company in April 1989 (the four-year follow-on was awarded in May 1994) and accounted for 29% of the Company's revenues for fiscal 1997 and 33% for fiscal 1996. This cost-plus-fixed-fee contract required the Company to provide ECMS to Naval Air Warfare Center, Weapons Division, Pt. Mugu, California. Management anticipates that this program will continue to be a major source of revenue in fiscal 1998. The current contract continues through August 31, 1998. Additionally, the Company contracted with the U. S. Navy, NAVSEA for engineering support for its reliability, maintainability, and quality assessment and represented 10% of the Company's sales in fiscal 1997 and 15% of sales in fiscal 1996. No other single contract accounted for over 10% of the Company's revenues in fiscal 1997. In fiscal 1997, approximately 67% of the Company's military-related revenues were derived from cost-plus-fee contracts, approximately 25% were derived from fixed-price contracts, and approximately 8% were derived from time-and-material contracts. On cost-plus-fee contracts, the Company is reimbursed fully for certain allowable costs and receives a negotiated fee based on a percentage of these allowable Page -7- 8 costs. On fixed-price contracts, the price is not subject to adjustment by reason of the cost incurred in the performance of the contract. With these types of contracts, the Company assumes the risk that it will not perform at a cost below the fixed price. Under time-and-materials contracts, the Company is paid for the cost of materials and receives an hourly rate intended to cover salary costs attributable to work performed on the contract, related overhead expenses, and an agreed-upon profit margin. Substantially all of the Company's U.S. Government contracts (including both prime and subcontracts) are multi-year contracts which result from a competitive bidding process. Government contracts contain provisions permitting termination at any time at the convenience of the Government upon payment to the Company of costs incurred plus a profit related to the work performed to date of termination. All of the Company's contracts contain these provisions. No material adverse adjustments or loss of revenue occurred during the last fiscal year as a result of early contract termination. The Company, as a Government contractor, is subject to various statutes and regulations governing defense contracts generally, certain of which carry substantial penalty provisions, including denial of future Government contracts. The Company's books and records are subject to audit by the Defense Contract Audit Agency. These audits can result in adjustments to contract costs and fees. A final audit by the Government has been completed through fiscal 1994. ENGINEERING AND MANUFACTURING The Company's technical personnel generally produce the software and systems sold by the Company and also perform the software engineering services; however, from time to time, the Company engages subcontractors and specialized consultants to perform limited portions of this work. The Company's systems are manufactured from standard hardware components and items, such as printed circuit boards and fabricated metal parts, which are either built by the Company or built to the Company's specifications by various outside suppliers. The Company may also use quality commercial equipment referred to as COTS for various systems, Computer hardware is purchased, by the Company, pursuant to standard original equipment manufacturer ("OEM") and Value Added Reseller ("VAR") arrangements which enable the Company to obtain discounts on these products based on the volume it purchases. In some cases, the customer furnishes the computer hardware which the Company modifies as part of the project. The Company tries to have multiple sources for all materials and components. However, due to the advanced nature of some of the Company's commercial products, chip designs may be available for short periods from only a single source. COMPETITION The defense industry is dominated by several large companies, all of whom have much greater resources than the Company. These competitors include McDonnell Douglas, Lockheed-Martin, Raytheon-Hughes, Tracor, Inc., AAI, Inc., Unisys, TRW, Inc., Condor Systems, Inc., and Computer Sciences Corporation. The size and reputation of many of these companies may give them an advantage in competing for contracts. The Company also competes with several small companies which can sometimes take advantage of special government programs such as small business and small disadvantaged business set asides. The Company on certain contracts has been able to qualify for small business status when the standard selected is 750 employees or less. There is no single company, however, that competes directly with the Company with respect to all of the Company's major defense market segments. The Company competes on the basis of the technical expertise of its engineering staff, and the performance, reliability and price of its products and services. Government procurement regulations and recent legislation have placed a great emphasis on competitive procurements. In addition, political pressures directed at budget limitations are likely to result in keen competition on available defense industry procurements. Page -8- 9 BACKLOG The Company's funded backlog and contract backlog of orders at March 31, 1995, 1996, and 1997 were as follows (in thousands):
March 31, March 31, March 31, 1995 1996 1997 ------------------------------------------ Funded Backlog $ 21,325 $ 20,289 $ 40,607 Contract Backlog $ 55,666 $ 62,030 $103,900
Funded backlog includes orders from prime contracts and contracts with the U.S. Government, which are incrementally funded by the procuring Government office or agency. Contract backlog, which includes funded backlog, represents the aggregate contract revenues remaining to be earned by the Company at a given time over the life of the contract, whether or not fully funded. Backlog may not be indicative of net sales in any particular period because of timing differences associated with receipt of contracts, modifications and extensions. Beginning March 31, 1997, the Company reported two business segments: Engineering and Technical Services ("Services") and Defense Systems ("Systems") (see Item 7 "Notes to Consolidated Financial Statements", Note 12 "Business Segments" for more information). March 31, 1997 segment backlog is as follows:
Services Systems ------------------ ----------------- Funded Backlog $22,081 $18,526 Contract Backlog $65,331 $38,569
RESEARCH AND DEVELOPMENT The Company, during fiscal year 1997, continued its efforts to develop and apply new technology. The Company incurred expenditures of $835,000, $1,308,000, and $2,356,000 for R&D activities in fiscal 1997, 1996, and 1995, respectively. Approximately $630,000 in fiscal 1997 and $640,000 in fiscal 1996 of these expenses are eligible for reimbursement by the Government as independent research and development ("IR&D"). EMPLOYEES The Company believes that its continued success will be largely dependent upon its ability to continue to attract and retain highly trained professional and technical personnel. As of March 31, 1997, the Company had 661 employees. Their principal areas of expertise include engineering, electronics, computer technology and management sciences. PATENTS AND TRADE SECRETS The Company currently holds no patents, but has one patent application pending for a recently developed proprietary product. The Company intends to consider the benefits of patents as to products which may be developed. The Company's personnel and various customers, suppliers and consultants are covered by trade secret agreements and other similar contractual arrangements. The Company is restricted in its use of applicable inventions, processes and proprietary data developed during the performance of U.S. Government contracts. Depending upon the category of work, (a) the Government may acquire title and the Company, at a minimum, reserves a non-exclusive, royalty-free license, (b) the Company may acquire the principal rights and the Government takes an irrevocable, non-exclusive, royalty-free license, or (c) the final determination of rights may be made in the best public interest by a government contracting officer. Page -9- 10 OFFICERS OF THE REGISTRANT The following table sets forth as of June 6, 1997, the names and ages of the officers of the Company and the principal positions and offices held by each such person.
Name Age Positions ------------------------- -------- --------------------------------------- John J. Sciuto 54 Chairman, President and CEO Christopher A. Head 45 Executive Vice President, General Counsel, and Secretary James D. Morgan 60 Vice President and Chief Scientist Laura L. Benedetti 31 Vice President of Finance and Treasurer
MR. SCIUTO was named President and Chief Executive Officer of Comptek Research, Inc. on April 1, 1996 and President and Chief Executive Officer of Comptek Federal Systems in April 1992. Since joining Comptek in 1986, Mr. Sciuto has held positions as Vice President for Surface Navy Electronics Warfare and Senior Vice President for Defense Electronics prior to an appointment in 1991 as Division President and Chief Operating Officer for Comptek Federal Systems. Effective April 1, 1997, he was elected to the additional position of Chairman of the Board of Directors. MR. HEAD has been Vice President and General Counsel of the Company since 1985. In 1991, he was designated Executive Vice President. Mr. Head also served as Chief Financial Officer from April 1992 to June 1993. He has also served as Secretary of the Company since 1985. MR. MORGAN is Vice President and Chief Scientist of the Company. Prior to joining the Company in April 1990, Mr. Morgan was Vice President of Barrister Information Systems Corporation, a former subsidiary of the Company spun off in 1982, from 1982 to 1990. Mr. Morgan, a founder of Comptek Research, Inc., has been a director of the Company since its formation in 1968. MS. BENEDETTI was appointed Vice President of Finance and Treasurer effective April 1, 1997. Ms. Benedetti has been Treasurer of the Company since 1992. Prior to being named Treasurer of the Company she served as Controller of the Company's subsidiary, Comptek Telecommunications, Inc. Officers are elected annually by the Board of Directors and serve at the pleasure of the Board of Directors. There are no family relationships among any of the Company's directors or officers. CERTAIN FACTORS WHICH MAY AFFECT BUSINESS Discussed throughout this report, including in Part I, Item I, "Business" and Part II, Item 7, "Management's Discussion and Analysis of Financial Condition and Results of Operations," are various factors which may affect the operations and financial condition of the Company. Particular attention is called to the following factors: GovernmenT Contracting. Historically in excess of 85% of the ---------------------- Company's revenues had been attributable to contracts with departments and agencies of the United States Government. The majority of the Company's U.S. Government contracts (including both prime and subcontracts) are multi-year contracts which result from a competitive bidding process. As a contractor and subcontractor to the U.S. Government, the Company is subject to various laws and regulations that are more restrictive than those applicable to non-government contractors. Government contracts contain provisions permitting termination at any time at the convenience of the Government upon payment to the contractor of costs incurred plus a profit related to the work performed to date of termination. All of the Company's contracts contain these provisions. The Company, as a government contractor, is subject to various statutes and regulations governing defense contracts generally, certain of which carry substantial penalty provisions, including denial of future government contracts. The Company's books and records are subject to audit by the Defense Page -10- 11 Contract Audit Agency (DCAA), an arm of the United States Department of Defense. The DCAA has the right to challenge the Company's cost estimates or allocations with respect to any such contract. DCAA audits are routine in the defense contracting industry, and the Company has been subject to such audits from time to time. Product Development. In each of the fiscal years ended March 31, 1995, ------------------- 1994, and 1993 the Company substantially increased its spending in the area of product research and development in an effort to develop new products and product enhancements. The majority of this spending was for wireless data communication products, which have been transferred to ARIA. As a result of its transfer of the business operations of CTI to ARIA, the Company will no longer be engaging in R&D spending for wireless data products. Although the Company's overall spending for R&D has decreased in the fiscal years ended March 31, 1997 and 1996, as a result of the business transfer to ARIA, the Company has increased R&D spending on military related products. There can be no assurance that such R&D spending will result in future product sales or improved profit margins on sales of existing product. International Sales. The Company has recently placed greater emphasis on ------------------- international sales and has increased marketing expenses in order to compete in international markets. On March 7, 1996, the Company completed the acquisition of Advanced Systems Development, Inc. ("ASDI"). For fiscal year ended March 31, 1997, the Company's ASD division recorded sales of approximately $14 million. Approximately 50% of these sales were to foreign customers. In addition to the uncertainty as to the Company's ability, to maintain and expand an international presence, there are certain risks inherent in doing business on an international level, such as unexpected changes in regulatory requirements, problems and delays in collecting accounts receivable, tariffs and other trade barriers, difficulties in staffing and managing foreign operations, longer payment cycles and political instability. In addition, effective patent, copyright, and trade secret protection may be limited or unavailable under the laws of certain foreign jurisdictions. There can be no assurance that one or more of such factors will not have a material adverse effect on the Company's business, operating results, and financial condition. Acquisition Strategy. The Company's acquisition of ASDI is part of a -------------------- business development strategy which places emphasis on both internally and externally generated sales growth in niche markets. While there are currently no commitments with respect to any significant future acquisitions, management frequently evaluates the strategic opportunities available to it and, in the near-term or long-term future, expects to pursue acquisitions of additional complementary products, technologies or businesses. Such acquisitions by the Company may result in the diversion of management's attention from the day-to-day operations of the Company's business and may include numerous other risks, including difficulties in the integration of the operations and products, integration and retention of personnel of the acquired companies and certain financial risks. Future acquisitions by the Company may result in dilutive issuances of equity securities, the incurrence of additional debt, reduction of existing cash balances, amortization expenses related to goodwill and other intangible assets and other charges to operations that may materially adversely affect the Company's business, financial condition or operating results if performance is below expectations. ITEM 2. PROPERTIES REAL PROPERTY The Company currently leases all the principal facilities used in its business. All offices are used primarily for services, engineering, manufacturing and systems development work in support of the Company's various contracts and customers, with the exception of approximately 3,000 square feet of office space occupied by the Company's corporate and administrative staff in Buffalo, New York. The 12 Company's lease of the facility located in Elmhurst, New York is with the prior owners of ASDI, now employees of the Company. The Company believes that the terms of this lease reflect current market conditions in that location. The following table shows the location and square footage of the Company's leased facilities (net of subleases) as of April 1, 1997: Page -11- 13
Location Square Footage --------- --------------- Buffalo, New York 39,900 Elmhurst, New York 23,000 Camarillo, California 21,644 Arlington, Virginia 20,779 Virginia Beach, Virginia 12,826 San Diego, California 11,612 Goleta, California 9,000 Mt. Laurel, New Jersey 6,165 Pt. Mugu, California 5,040 Dahlgren, Virginia 3,000 Ridgecrest, California 1,494 Stafford, Virginia 1,400 Gautier, Mississippi 560
EQUIPMENT AND LEASEHOLD IMPROVEMENTS The Company's equipment and leasehold improvements include: computer equipment and related tools used in the design, development, testing and simulation of systems and programs; office furniture and fixtures; and leasehold improvements undertaken to accommodate computers and other equipment. ITEM 3. LEGAL PROCEEDINGS The Company is involved in various other legal proceedings and claims which have arisen in the ordinary course of business that have not been finally adjudicated. These actions when ultimately concluded and determined will not, in the opinion of management, have a material adverse effect on the Company's financial position, results of operations, and liquidity. ITEM 4. SUBMISSION OF MATTERS TO A VOTE OF SECURITY HOLDERS The Item is not applicable. PART II ITEM 5. MARKET FOR REGISTRANT'S COMMON EQUITY AND RELATED STOCKHOLDER MATTERS STOCK MARKET AND DIVIDEND INFORMATION The common stock of Comptek Research, Inc. is listed on the American Stock Exchange under the symbol CTK. The table below sets forth market price information for fiscal years 1996 and 1997 (April 1, 1995 through March 31,1997): Page -12- 14
QUARTER ENDED HIGH LOW --------------------------------------- 6/30/95 18 3/8 12 7/8 9/29/95 19 16 3/4 12/29/95 17 1/2 8 3/31/96 10 3/4 5 6/28/96 6 15/16 4 7/8 9/27/96 6 11/16 4 15/16 12/27/96 6 3/16 4 7/8 3/31/97 7 5 1/4
At June 6, 1997, there were 5,258,106 shares of Common Stock outstanding, held by 444 shareholders of record, with the total number of shareholders estimated to be approximately 2,200. RECENT SALES OF UNREGISTERED SECURITIES Within the past three fiscal years, the Company engaged in the following sales of shares of its common stock which were not registered under the Securities Act. On July 9, 1996, the Company sold 43,683 shares of common stock from its treasury account to John J. Sciuto for $218,415 in a private transaction. At the time of the transaction, Mr. Sciuto was president and chief executive officer of the Company. Mr. Sciuto represented to the Company that the purchase was for investment purposes and not with a view to resale or distribution. Mr. Sciuto further represented that he was an "accredited investor" as that term is defined and construed pursuant to Rule 501 under the Securities Act based upon his status as an executive officer of the Company. Based upon the representations of Mr. Sciuto and the terms of the investment, the Company believes the sale was exempt from the registration requirements of the Securities Act by Section 4(2) of the Act. Effective March 1, 1996, the Company transferred an aggregate of 623,862 shares of its common stock to Michael Gross, Nichan Tchorbajian, and Larry Diamond, the principal shareholders of ASDI, in connection with the Company's acquisition of ASDI. Messrs. Gross, Tchorbajian, and Diamond represented to the Company that their acquisition of shares of the Company was for investment purposes and not with a view to resale or distribution. Each individual further represented that he was an "accredited investor" as that term is defined and construed pursuant to Rule 501 under the Securities Act based upon his financial status. Based upon the representation of Messrs. Gross, Tchorbajian, and Diamond and the terms of the investment, the Company believes the transfer of shares was exempt from the registration requirements of the Securities Act by Section 4(2) of the Act. On June 29, 1995, and again on January 19, 1996, the Company sold 28,249 and 20,972 shares of common stock, respectively, to Rand Capital Corporation for $500,007 and $193,991 in private transactions. At the time of each transaction, Rand Capital Corporation, was an investment company registered under the Investment Company Act of 1940. Rand Capital represented to the Company that the purchase was for investment purposes and not with a view to resale or distribution. Rand Capital Corporation further represented that it was an "accredited investor" as that term is defined and construed pursuant to Rule 501 under the Securities Act based upon its status as an investment company. Based upon the representations of Rand Capital Corporation and the terms of the investment, the Company believes the sale was exempt from the registration requirements of the Securities Act by Section 4(2) of the Act. Page -13- 15 ITEM 6. SELECTED FINANCIAL DATA COMPTEK RESEARCH, INC. AND SUBSIDIARIES - -------------------------------------------------------------------------------- SELECTED FINANCIAL DATA (In thousands, except per share data)
1997 1996 1995 1994 1993 ----------------------------------------------------------------- OPERATIONS STATEMENT DATA Net sales $ 76,469 $ 55,168 $ 57,835 $ 63,073 $ 64,084 Income (loss) before loss associated with ARIA Wireless Systems, Inc. 2,173 428 53 (4,728) 760 Net income (loss) 2,173 (8,552) (980) (4,844) 816 Net income (loss) per share .42 (1.90) (.22) (1.13) .18 Dividends per share -- -- -- .08 .16 BALANCE SHEET DATA Working capital $ 8,238 $ 8,298 $ 5,435 $ 8,535 $ 13,684 Total assets 24,792 25,861 21,141 23,044 29,732 Long-term debt 4,296 4,296 7,626 2,244 3,016 4,322 Shareholders' equity 10,572 8,245 11,275 11,527 16,196 Shareholders' equity per share 2.02 1.60 2.56 2.66 3.79 QUARTERLY FINANCIAL DATA (unaudited) (IN THOUSANDS EXCEPT PER SHARE DATA FISCAL 1997 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter Total Year ----------- ----------- ---------- ----------- ---------- Net sales $ 18,009 $ 18,904 $ 18,986 $ 20,570 $ 76,469 Costs and expenses 17,356 18,073 18,066 19,353 72,848 Income before income taxes 653 831 920 1,217 3,621 Net income 392 498 552 731 2,173 Net income per share .07 .10 .11 .14 .42 FISCAL 1996 Net sales $ 12,055 $ 13,228 $ 14,155 $ 15,730 $ 55,168 Costs and expenses 12,319 12,479 13,855 15,802(2) 54,455 Income (loss) before income taxes and loss associated with ARIA Wireless Systems, Inc. (264) 749 300 (72) 713 Net loss (242) (579) (7,323)(3) (408) (8,552) Net loss per share (.05) (.13) (1.63) (.09) (1.90)
(1) The above financial data includes the results of ASDI since March 1, 1996 (2) Includes $380 for executive management's reorganization costs. (3) Includes $6,520 representing the complete write-down of the Company's investment in ARIA. Page -14- 16 Item 7. MANAGEMENT'S DISCUSSION AND ANALYSIS OF FINANCIAL CONDITION AND RESULTS OF OPERATIONS BUSINESS OVERVIEW The Company, through its wholly-owned subsidiary Comptek Federal Systems, Inc. ("CFS"), designs and develops dedicated defense related systems, software and proprietary products intended for the global military electronics market. These defense related systems provide management information and implement offensive and defensive responses in combat situations. The company also provides value based engineering and technical life cycle support services for several core competency related tactical military systems. In March, 1996 the Company acquired Advanced Systems Development, Inc., ("ASDI"), a highly specialized developer of electronic warfare simulation, training and software validation systems, related to electronic surveillance. At the time of acquisition by the Company, ASDI had annualized sales of slightly under $14 million with approximately half of such sales attributable to international activities. Largely as a result of the acquisition of ASDI, the Company substantially increased its presence in international markets. Expansion through acquisitions and increased international activities are both important elements of the Company's business strategy moving forward Prior to fiscal 1997, the Company, divided its operating activities into the Defense Electronics Systems and Service segment ("Defense segment") and the Commercial Systems and Service segment ("Commercial segment"). The Commercial segment operated, and held an investment in, commercial telecommunications. Comptek Telecommunications, Inc. ("CTI") and Industrial Systems Service, Inc. ("ISS"), designed, developed and manufactured wireless data communications systems during fiscal 1992 through 1995. Effective May 31, 1995, the Company transferred substantially all of the assets and liabilities of CTI and ISS to ARIA Wireless Systems, Inc., ("ARIA") in exchange for an equity interest in ARIA. During the third quarter of fiscal 1996 the Company initiated an intensive review of its investment in ARIA, and as a result of this review, coupled with the financial difficulties encountered by ARIA, the Company's investment in ARIA, together with any amounts then due from ARIA, was written down to zero. On April 30, 1996, ARIA filed a voluntary petition under Chapter 11 of the Bankruptcy Code in the United States Bankruptcy Court for the Western District of New York ("Bankruptcy Court") to reorganize the corporation. In connection with the bankruptcy proceedings, the Company has filed a proof of claim, as a creditor, in the amount of $3 million. Although no formal claim has been filed with the Bankruptcy Court, ARIA has notified the Company of its intent to assert claims, of an unspecified amount, against the Company. While no assurances can be given, management believes, based upon the nature of the Company's claim and ARIA's threatened claim, the ultimate outcome of these proceedings are not expected to have a material adverse effect on the Company's financial position, results of operations, and liquidity. As a result of the ASDI acquisition, the changes in the telecommunications business, and the Company's business strategy moving forward, segment information, beginning in fiscal 1997 will be reported in two defense related segments, the Engineering and Technical Services segment ("Services") and the Defense Systems segment ("Systems"). The Company's services and systems are provided primarily through three types of contracts: fixed-price, time-and-materials and cost-reimbursement contracts. Fixed-price contracts require the Company to provide products and perform services under a contract at a stipulated price. Time-and-materials contracts reimburse the Company for the number of labor hours expended at an established hourly rate negotiated in the contract, plus the cost of materials incurred. Under cost-reimbursement contracts, the Company is reimbursed for all actual costs incurred in performing the contract to the extent that such costs are within the contract ceiling and allowable under the terms of the contract, plus a fee or profit. 17 The Company assumes greater financial risk on fixed-price contracts than on either time-and-materials or cost-reimbursement contracts. Fixed-price contracts, however, also provide the Company with greater profit opportunities. The Services segment primarily performs under time-and-materials and cost-reimbursement contracts, while the Systems segment typically operates under fixed-price contracts. Page -15- 18 The Company anticipates that the U.S. Department of Defense ("DoD"), the Company's principal customer group accounting for approximately 89% of sales, will continue to reduce overall spending in real dollars. The Company expects this trend to affect virtually all defense contractors in varying degrees. Additionally, the Government, specifically DoD, continues to place emphasis on audit and investigative activities which present risks of unanticipated financial exposure for companies with substantial activity in Government contract work. The audit process is an on-going one that includes post-award reviews and audits of compliance with various procurement requirements. Government regulations provide that under certain circumstances a contractor may be fined, penalized, have its progress payments withheld or be debarred from contracting with the Government. The Company believes that it maintains adequate internal systems to ensure compliance with these requirements and, therefore, does not anticipate a material adverse financial impact from the various and on-going procurement reviews. The DoD also audits the books and records of the Company; this can result in adjustments to contract costs and fees. These audits have been completed for all fiscal years through 1994, without material adjustments. However, there are no assurances that future adjustments will not be required. The Company's Government contracts are subject to termination at the Government's convenience, without cause. If a Government contract were terminated for convenience, the Company would typically be reimbursed for its allowable costs to the date of termination and be paid a proportionate amount of the stipulated profit or fee for the work actually performed. The Company has not been materially adversely affected by the termination of any Government contract. RESULTS OF OPERATIONS FISCAL YEAR 1997 COMPARED WITH FISCAL YEAR 1996. The Company reported revenue growth of 39% for fiscal 1997. Net sales increased to $76.5 million from $55.2 million in fiscal 1996. The acquisition of ASDI at the end of fiscal 1996 resulted in the Company adding approximately $14 million to 1997 net sales. This acquisition increased overall international sales to 11% of total Company net sales, compared with less than 3% in the prior year. The Company's international sales typically occur with product lines from the Systems segment under fixed-price contracts. The Company recorded the remaining net sales increase of $7 million on contracts that provide for the performance of technical services to the U.S. Government, primarily under cost-reimbursement contracts. Most significantly, the Company's Electronic Combat Mission Support ("ECMS") contract with the U.S. Navy increased to $22 million, or 29% of net sales, in fiscal 1997 from $18 million, or 33% of net sales, in fiscal 1996. The current ECMS contract was awarded in the first quarter of fiscal 1995 and continues through the second quarter of fiscal 1998. The Company's contract with the Naval Sea Systems Command ("NAVSEA") accounted for approximately $8 million of net sales in fiscal 1997. On May 1, 1997, the U.S. Navy awarded the Company a successor contract to continue to provide engineering services to NAVSEA. The first year value of this cost-reimbursement contract is $10 million. The contract provides for four additional one-year options, exercisable by the Navy, valued between $10.7 and $11.7 million each year. Net sales on the previous NAVSEA contract accounted for 10% of sales in 1997 and 15% in 1996. The Company's backlog as of March 31, 1997, was $103.9 million, a 67% increase from the prior year. Gross margins, as a percent of sales, increased to 17.2%, from 16.8% in the prior year due, to a favorable change in the Company's sales mix. The increased margin was primarily driven by the additional Systems sales, resulting from the ASDI acquisition. Systems sales typically generate higher gross margins and operating profits than Services sales, primarily due to the nature of the deliverable product and type of contract. ECMS subcontractor sales diminished ASDI's overall impact on the Company's gross margin, as these lower margin sales increased by 32% in the current year. Overall selling, general and administrative ("S,G&A") costs as a percentage of sales decreased to 10.6% from 13.6% primarily as a result of increased sales. The Company continued to place an emphasis on selling and marketing in both domestic and foreign markets; however, on a percentage basis the costs associated with these activities were less in 1997 than in the prior year. The change was offset by an increase in activity resulting from the acquired ASDI operations. As a result, total costs for S,G&A increased to $8.1 million compared with $7.5 million in the prior year. Research and development ("R&D") efforts, during fiscal 1997, were focused on enhancing and maintaining existing products and systems. Fiscal 1996 expenditures of $1.3 million included two months of activity from the Company's former Commercial segment's operations totaling approximately $300,000. Page -16- 19 Fiscal 1996 R&D activities concentrated on the development of new proprietary military products and the Company elected to participate in a U.S. Government research and development project. Spending levels in 1997, when compared fiscal 1996 excluding the Commercial segment's operations, decreased by 17%. The Company anticipates that future R&D expenditures will likely increase as the Company expands its current product lines. Net interest expense increased during the current year to $595,000 from $218,000. This increase was associated with the establishment of $5 million in long-term debt used to acquire ASDI in March 1996. This five-year term loan accounted for approximately $386,000 of the Company's 1997 total interest expense. As of March 31, 1997, the principal balance of the term loan decreased to $4 million. The Company's revolving credit facility was positively impacted by current year operating cash levels. As a result, the interest expense associated with this facility decreased when compared with the prior year. The Company recorded income tax expense (Federal and state) at the rate of 40% for fiscal 1997 and 1996. The Company, throughout the year, reduced its income tax payments due to its available net operating loss ("NOL") carryforward and other available credits. A statement of operations' benefit was recorded by the Company in the period when those NOL's and credits were generated. As of the March 31, 1997, the Company utilized substantially all of the available NOL carryforward. The Company has other available credits of $612,000 as of March 31, 1997. FISCAL YEAR 1996 COMPARED WITH FISCAL YEAR 1995. During 1996, the Company's operating activities were primarily concentrated in the Defense segment. In March 1996, the Company completed the acquisition of ASDI. This transaction was accounted for as a purchase and, accordingly the assets, liabilities and results of operations have been consolidated with those of the Company since the acquisition date of March 1, 1996. The results of operations for the one month ended March 31, 1996, were not material to the Company's consolidated fiscal 1996 financial results. Transactional activities relating to the Commercial segment and its investment in ARIA had a significant impact on the Company's fiscal 1996 financial performance. During the first quarter, the Company, along with the other shareholders of a predecessor corporation responsible for the marketing and sale of wireless data communication products, which was also named ARIA Wireless Systems, Inc., (old ARIA), completed a transaction to reorganize and capitalize ARIA. As a result of this transaction, old ARIA was merged into ARIA and all aspects of research and development, engineering, manufacturing, marketing and sale of the DataMover and related wireless data communications products were consolidated in ARIA. This transaction affected several aspects of the Company's financial statements as the Company contributed its remaining Commercial segment net assets to ARIA in exchange for stock in that company. Losses associated with the ARIA investment were $8.98 million in fiscal 1996, and included the Company's equity share of ARIA's operating losses and the complete write-down of the Company's remaining investment balance. The Company recorded a similar loss of $1.03 million in fiscal year 1995 that represented the Company's pro rata share of ARIA's operating losses during that period. Net sales for fiscal 1996 decreased from fiscal 1995 by 4.6% to $55.2 million. The elimination of Commercial segment sales accounted for approximately half of the total decrease. Delays in subcontractor activity on the ECMS contract during the first half of the fiscal year affected the Defense segment's net sales during the year. This contract represented approximately 33% of the Company's net sales in 1996, compared with 38% in 1995. Total Company backlog at March 31, 1996 increased from the prior year to $62 million, or 11%, primarily due to the acquisition of ASDI in March 1996. The acquisition was completed by merger of ASDI into Comptek Federal Systems, Inc., a wholly-owned subsidiary of the Company. The gross margin percentage increased to 16.8% from 14.6% in 1995, primarily due to the Company's 1996 sales mix. Decreasing lower margin cost-plus subcontractor sales on the ECMS contract and the completion of work earlier than anticipated on a higher margin fixed-price contract, produced overall higher margins in 1996. Additionally, the Commercial segment, in 1995, negatively impacted gross margins. The Defense segment during fiscal 1996 placed greater emphasis on selling and marketing with a view toward attracting new customers in both foreign and domestic markets and introducing new proprietary military products. Accordingly, total S,G&A costs increased to $7.5 million from $6.4 million in 1995. Page -17- 20 Additionally, the Company recorded costs associated with the reorganization of executive management. S,G&A, as a percentage of sales increased to 13.6% in fiscal 1996, from 11% in fiscal 1995. The first quarter 1996 transfer of the Commercial segment's operations to ARIA resulted in a decrease of the Company's R&D spending. A net reduction in R&D expenditures of $1.1 million includes a decrease of $1.5 million in the Commercial segment and an increase of approximately $400,000 in the Defense segment. During fiscal 1996 the Defense segment concentrated on the development of new proprietary military products and elected to participate in a U.S. Government research and development project. Other income of $477,000 was recorded, net of associated legal fees, as a result of the settlement of litigation between the Company and M~Wave, Inc., and its wholly-owned subsidiary, Poly Circuits, Inc. ("Poly Circuits"). The lawsuit was initiated by the Company against Poly Circuits seeking compensation for monetary damages incurred as a result of defective printed circuit boards manufactured for the Company that were installed in the Company's wireless data transmission devices. The Company recorded a charge in fiscal 1994 for the costs associated with the program to repair and replace these defective boards and the write-off of defective boards remaining in inventory. The settlement received by the Company included $300,000 in cash and 20,000 shares of M~Wave, Inc., common stock. Net interest expense increased to $218,000 in fiscal 1996, from $73,000 in fiscal 1995. This increase is due to a higher average outstanding debt balance, compared with 1995, coupled with increases in the LIBOR borrowing rate, which have occurred since April 1, 1995. LIQUIDITY AND CAPITAL RESOURCES Fiscal 1997 operating activities provided approximately $4.2 million in cash flow, an increase of 414% when compared with $814,000 in 1996. This substantial growth in cash flow is primarily driven by the increases in sales and net earnings. Additionally, the collection of receivables and reduction of inventories provided cash while reductions in accounts payable and accrued liabilities required cash. Approximately $3.3 million in cash was used to reduce long-term debt during the year. The Company also purchased approximately $600,000 in capital equipment and $400,000 of the Company's common stock. The Company, during fiscal 1997, purchased a total of 77,500 common shares, out of 200,000 common shares approved to be repurchased by the Company's Board of Directors. During fiscal 1996, the Company funded the operations of the Commercial segment through May 31, 1995, and provided operating cash to ARIA through the purchase of senior subordinated notes totaling $1,827,000. Additionally, during 1996, the Company obtained cash from both the settlement of litigation and the payments on a note taken in the sale of a subsidiary. On March 1, 1996, the acquisition of ASDI resulted in the Company using approximately $370,000 in cash and acquiring cash of approximately $69,000. On March 31, 1997, long-term debt decreased to $4.3 million from $7.6 million at March 31, 1996. Total debt to equity (1997: 1.34 to 1; 1996: 2.14 to 1) showed notable improvements as the Company posted significant increases in net income and used operating cash to reduce total debt. Accordingly, working capital remained stable when compared with the prior year. The Company anticipates the cash flows from operations and available borrowing capacity will be sufficient to cover working capital, capital expenditure demands and the repayment of long term debt in the coming year. RECENT ACCOUNTING PRONOUNCEMENTS Statement of Financial Accounting Standards ("SFAS") No. 128, Earnings Per Share, is required to be adopted in fiscal 1998. If SFAS No. 128 had been effective for fiscal 1997, it would not have had a material impact on the calculation of earnings per share, considering the insignificant effect of the Company's common stock equivalents. SFAS No. 121, Accounting for the Impairment of Long-Lived Assets and for Long-Lived Assets to be Disposed of, and SFAS No. 123, Accounting for Stock-Based Compensation were adopted in fiscal 1997. The Company's previous policy on impairment was not materially different from that prescribed by SFAS No. 121. As permitted by SFAS No. 123, the Company will continue to apply its current accounting policy under Accounting Principles Board Opinion No. 25, and has included the necessary disclosure in the Notes to the Consolidated Financial Statements. Page -18- 21 INFLATION Inflation has, and continues to have, minimal effect upon the Company's results. Where competitive conditions and government regulations permit, the Company seeks to reduce the potential impact of inflation by negotiating price escalation into contracts. FORWARD-LOOKING INFORMATION AND CAUTIONARY STATEMENT Past performance is not a guarantee of future results. The 1997 Annual Report, including this Management's Discussion and Analysis, contains forward-looking statements about Comptek's plans, management's expectations for the Company's role in the defense industry, and the vision for the growth prospects for the Company. These forward-looking statements are subject to risks and uncertainties. Plans may also change based on changing business conditions. The reader is cautioned that such risks and uncertainties could cause actual future results to differ materially from those inferred by the forward-looking statements. Since the Company's primary customer group is the U.S. Government (89% of revenues for fiscal year 1997 are attributable to DoD prime and subcontracts), future results could be materially affected by: the Government's redirection, contract modification or termination, or similar actions, to stop or delay contract performance; Government budgetary actions; and contracting and payment practices of current and future customers. Some additional uncertainties, among others, that also need to be considered are: the likelihood that actual future revenues that are realized may differ from those inferred from existing total backlog; the ability of the Company to attract and retain highly skilled technical and professional employees; the availability of capital; the ability to expand sales in international markets; and the ability to complete future acquisitions without adversely affecting the Company's financial condition. The Company may also be adversely affected by changes in domestic and international economic conditions, technological developments, and intense competition. The reader is further cautioned that risks and uncertainties exist that have not been mentioned herein due to their unforeseeable nature, but which, nevertheless, may impact the Company's future operations and results. Page -19- 22 ITEM 8. FINANCIAL STATEMENTS AND SUPPLEMENTARY DATA COMPTEK RESEARCH, INC. AND SUBSIDIARIES CONSOLIDATED BALANCE SHEETS (In thousands, except per share data)
MARCH 31, 1997 1996 --------------------- ASSETS Current assets: Cash and equivalents $ 425 $ 160 Receivables 15,534 15,776 Inventories 1,381 1,582 Other 473 770 -------- -------- Total current assets 17,813 18,288 Equipment and leasehold improvements, net 2,179 2,491 Other assets 4,800 5,082 -------- -------- Total assets $24,792 $ 25,861 ======= ======== LIABILITIES AND SHAREHOLDERS' EQUITY Current liabilities: Current installments of long-term debt $ 1,079 $ 1,051 Accounts payable 3,345 4,594 Accrued salaries and benefits 2,933 2,833 Other accrued expenses 2,218 1,512 -------- -------- Total current liabilities 9,575 9,990 Deferred income taxes 349 -- Long-term debt, excluding current installments 4,296 7,626 Commitments and contingencies (note 7) Shareholders'equity: Common stock, par value, $.02 per share Authorized 10,000,000 shares; issued 5,369,344 in 1997 and 5,272,205 in 1996 107 105 Additional paid-in capital 15,130 14,582 Loan to officer (218) -- Accumulated deficit (3,609) (5,782) -------- -------- 11,410 8,905 Less cost of treasury shares (838) (660) -------- -------- Total shareholders' equity 10,572 8,245 -------- -------- Total liabilities and shareholders' equity $ 24,792 $ 25,861 ======== ========
See accompanying notes to consolidated financial statements Page -20- 23 COMPTEK RESEARCH, INC. AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF OPERATIONS (In thousands, except per share data)
YEAR ENDED MARCH 31, 1997 1996 1995 -------------------------------- NET SALES $ 76,469 $ 55,168 $ 57,835 Operating costs and expenses: Cost of sales 63,320 45,904 49,387 Selling, general and administrative 8,098 7,502 6,380 Research and development 835 1,308 2,356 Other income -- (477) (331) -------- -------- -------- OPERATING PROFIT 4,216 931 43 Interest expense, net 595 218 73 -------- -------- -------- Income (loss) before income taxes and loss associated with ARIA Wireless Systems, Inc. 3,621 713 (30) Income taxes (benefit) 1,448 285 (83) -------- -------- -------- Income before loss associated with ARIA Wireless Systems, Inc. 2,173 428 53 Loss associated with ARIA Wireless Systems, Inc. -- (8,980) (1,033) -------- -------- -------- NET INCOME (LOSS) $ 2,173 $ (8,552) $ (980) ======== ======== ======== Net income (loss) per share .42 $ (1.90) $ (.22) ======== ======== ======== Weighted average number of common shares outstanding 5,207 4,508 4,373 ======== ======== ========
See accompanying notes to consolidated financial statements. Page -21- 24
COMPTEK RESEARCH, INC. AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF CASH FLOWS (In thousands) YEAR ENDED MARCH 31, 1997 1996 1995 ---------------------------- OPERATING ACTIVITIES: Net income (loss) 2,173 $(8,552) $ (980) Adjustments to reconcile net income (loss) to net cash provided by operating activities: Depreciation and amortization 1,190 994 1,281 Deferred income taxes 841 183 (262) Loss associated with ARIA Wireless Systems, Inc. -- 8,980 1,033 Other non-cash charges and credits, net 130 (353) (974) Changes in assets and liabilities providing (using) cash, excluding effects of acquisition: Receivables 242 (649) 1,265 Inventories 201 (620) 462 Long term receivable and other (32) 53 (1,465) Accounts payable and accrued expenses (559) 778 80 ------- ------- ------- NET CASH PROVIDED BY OPERATING ACTIVITIES 4,186 814 440 ------- ------- ------- INVESTING ACTIVITIES: Expenditures for equipment and leasehold improvements (643) (889) (1,322) Loan to officer for stock purchase (218) -- -- Acquisition of business, net of cash acquired -- (301) -- Investment in ARIA Wireless Systems, Inc. -- (1,827) (550) Proceeds from sale of assets, primarily the assets of a subsidiary -- 375 1,703 ------- ------- ------- NET CASH USED BY INVESTING ACTIVITIES (861) (2,642) (169) ------- ------- ------- FINANCING ACTIVITIES: Proceeds from (payment of) revolving debt (2,250) 1,400 (596) Proceeds from issuance of long-term debt -- 5,000 -- Payment of long-term debt (1,052) (5,782) (189) Repurchase of common stock (427) (51) -- Proceeds from the sale of treasury stock 318 1,073 280 Proceeds from sale of common stock 351 277 260 ------- ------- ------- NET CASH PROVIDED (USED) BY FINANCING ACTIVITIES (3,060) 1,917 (245) ------- ------- ------- Net increase in cash and equivalents 265 89 26 Cash and equivalents at beginning of year 160 71 45 ------- ------- ------- CASH AND EQUIVALENTS AT END OF YEAR $ 425 $ 160 $ 71 ======= ======= =======
Supplemental disclosure of cash flow information (note 11) See accompanying notes to consolidated financial statements. Page -22- 25
COMPTEK RESEARCH, INC. AND SUBSIDIARIES CONSOLIDATED STATEMENTS OF SHAREHOLDERS' EQUITY (In thousands) RETAINED COMMON STOCK EARNINGS TOTAL ------------------------------------------- ADDITIONAL LOAN (ACCU- SHARE- ISSUED TREASURY PAID-IN TO MULATED HOLDERS' SHARES AMOUNT SHARES AMOUNT CAPITAL OFFICER DEFICIT) EQUITY - ----------------------------------------------------------------------------------------------------------------------------------- SHAREHOLDERS' EQUITY, MARCH 31, 1994 4,656 $93 322 ($1,260) $8,944 -- $3,750 $11,527 Exercise of stock options, including tax benefit of $188 56 1 -- -- 447 -- -- 448 Sale of treasury stock -- -- (23) 65 215 -- -- 280 1995 net loss -- -- -- -- -- -- (980) (980) - ----------------------------------------------------------------------------------------------------------------------------------- SHAREHOLDERS'EQUITY, MARCH 31, 1995 4,712 $94 299 ($1,195) $9,606 -- $2,770 $11,275 Exercise of stock options, including tax benefits of $12 36 1 -- -- 288 -- -- 289 Repurchase of common stock -- -- 6 (51) -- -- -- (51) Sale of treasury stock -- -- (92) 280 793 -- -- 1,073 Issuance of common stock in connection with acquisition 524 10 (100) 306 3,895 -- -- 4,211 1996 net loss -- -- -- -- (8,552) (8,552) - ----------------------------------------------------------------------------------------------------------------------------------- SHAREHOLDERS' EQUITY, MARCH 31, 1996 5,272 $105 113 ($660) $14,582 -- ($5,782) $ 8,245 Exercise of stock options 6 -- -- -- 21 -- -- 21 Sale of common stock 91 2 -- -- 458 -- -- 460 Repurchase of common stock -- -- 78 (427) -- -- -- (427) Sale of treasury stock -- -- (66) 249 69 -- -- 318 Loan to officer for stock purchase -- -- -- -- -- (218) -- (218) 1997 net income -- -- -- -- -- -- 2,173 2,173 - ----------------------------------------------------------------------------------------------------------------------------------- SHAREHOLDERS' EQUITY, MARCH 31, 1997 5,369 $107 125 ($838) $15,130 ($218) ($3,609) $10,572 - -----------------------------------------------------------------------------------------------------------------------------------
See accompanying notes to consolidated financial statements Page -23- 26 COMPTEK RESEARCH, INC. AND SUBSIDIARIES NOTES TO CONSOLIDATED FINANCIAL STATEMENTS March 31, 1997, 1996 and 1995 (1) SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES - ------------------------------------------------------------------------------ The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions related to the reporting of assets and liabilities and the disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. CONSOLIDATION - The consolidated financial statements include the accounts of Comptek Research, Inc. and its wholly-owned subsidiaries (the "Company"). All significant intercompany balances and transactions are eliminated in consolidation. REVENUE RECOGNITION - The Company's operations consist of furnishing computer-technology-related products and services used in information evaluation and data communications primarily for military applications. The Services segment generally provides engineering technical services under prime contracts and subcontractual arrangements. The Services segment performs typically under cost-reimbursement or time-and-material contracts. Revenue on cost-reimbursement contracts is recognized to the extent of costs incurred plus a proportionate amount of the fee earned. Time-and-Material contract revenue is recognized when the Company incurs labor accounted for at an established hourly rate negotiated in the contract, plus the cost of materials incurred. The Systems segment, which designs and produces operational, diagnostic and training systems, typically operates under fixed-price contracts. Revenue on fixed-price contracts is recognized on the percentage of completion method based on costs incurred in relation to total estimated costs. Certain contracts have terms extending beyond the Company's financial reporting year. Revisions in costs and estimated earnings are reflected in the year when the additional data becomes known. Provisions for estimated losses on contracts are recorded in the period such losses are determined. The Company's United States Government contracts are subject to Government audit of direct and indirect costs. All such incurred cost audits have been completed through March 31, 1994. Management does not anticipate any material adjustment to the consolidated financial statements as a result of such audits. CASH EQUIVALENTS - Cash equivalents consist of liquid, short-term investments with an original maturity of three months or less. INVENTORIES - Inventories are stated at the lower of cost (first-in, first-out) or market (net realizable value). EQUIPMENT AND LEASEHOLD IMPROVEMENTS - Machinery and equipment and furniture and fixtures are stated at cost and are depreciated, using the straight-line method, over estimated useful lives of five to ten years. Improvements to leased property, also stated at cost, are amortized using the straight-line method over the remaining lease term or the useful life of the improvement, whichever is shorter. INTANGIBLE ASSETS ARISING FROM BUSINESS ACQUISITIONS - These assets, consisting of the excess of cost over the fair value of assets acquired, are carried at the lower of cost or net realizable value, and are amortized on the straight-line method over the period of estimated benefit, generally ranging from 15 and 20 years. Net realizable value of intangibles is determined based on the projected operating cash flows of the underlying business. INVESTMENT IN EQUITY AFFILIATE - The Company fully wrote-down its investment in ARIA Wireless Systems, Inc. ("ARIA") during fiscal 1996. Previously, the Company used the equity method of accounting. Page -24- 27 INCOME TAXES - Deferred taxes are determined based upon the tax effect of the difference between financial statement and tax bases of assets and liabilities, and for loss and credit carryforwards. The tax effects of deductions attributable to employees' disqualifying dispositions of shares obtained from incentive stock options are reflected in additional paid-in capital. FAIR VALUE OF FINANCIAL INSTRUMENTS - The estimated fair values of financial instruments approximate their carrying amounts in the balance sheet. STOCK-BASED COMPENSATION - The Company accounts for its stock-based compensation plans under Accounting Principles Board Opinion No. 25, "Accounting for Stock Issued to Employees." The Financial Accounting Standards Board issued Statement of Financial Accounting Standards ("SFAS") No. 123, "Accounting for Stock-Based Compensation", which is effective for the Company's 1997 fiscal year end. SFAS No. 123 established a fair-value-based method of accounting for stock-based compensation plans. On April 1, 1996, the Company adopted the disclosure alternative under SFAS No. 123 which requires the presentation of the pro forma effects on net income and net income per share as if the fair-value-based method defined in SFAS No. 123 had been adopted. SHARE DATA - Net income per share data is based on the weighted average number of shares of common stock outstanding during the year after giving effect to stock options considered to be dilutive common stock equivalents. (2) OTHER FINANCIAL DATA - ------------------------------------------------------------------------------- Following are details concerning certain balance sheet accounts:
RECEIVABLES MARCH 31, 1997 1996 -------- -------- (In thousands) Long term contracts: Amounts billed $ 7,950 $ 8,588 Unbilled costs and estimated earnings 6,267 6,509 Retainage and holdbacks 390 688 -------- -------- Total long term contract receivables 14,607 15,785 Other trade 927 41 -------- -------- Total receivables 15,534 15,826 Less allowance for doubtful accounts -- (50) -------- -------- Receivables, net $ 15,534 $ 15,776 ======== ========
Unbilled contract receivables are comprised primarily of revenue recognized on contracts for which billings have not been presented under the terms of the contracts at the balance sheet dates. It is anticipated that such unbilled amounts at March 31, 1997, will be received upon presentment of billings or completion of contracts. Substantially all unbilled amounts are expected to be collected within one year. On March 31, 1997, $11.6 million of total receivables were from U.S. customers and $ 3.9 million were from international customers. On March 31, 1996, $12.6 million of total receivables were from U.S. customers and $3.2 million were from international customers. Page -25- 28 INVENTORIES
MARCH 31, 1997 1996 ---------- --------- (In thousands) Finished goods $ 49 $ 116 Work-in-progress 170 86 Parts stock 1,162 1,380 ------- ------- Total inventories $ 1,381 $ 1,582 ======= =======
EQUIPMENT AND LEASEHOLD IMPROVEMENTS
MARCH 31, 1997 1996 ------- ------- (In thousands) Cost: Machinery and equipment $ 7,611 $ 7,328 Furniture and fixtures 855 852 Leasehold improvements 1,059 1,039 ------- ------- 9,525 9,219 Less accumulated depreciation (7,346) (6,728) ------- ------- Equipment and leasehold improvements, net $ 2,179 $ 2,491 ======= =======
OTHER ASSETS
MARCH 31, 1997 1996 ------- ------- (In thousands) Intangible assets arising from business acquisition, net of accumulated amortization of $264,000 at March 31, 1997 and $29,000 at March 31, 1996 $ 4,467 $ 4,604 Deferred income taxes -- 350 Other 333 128 ------- ------- Total other assets $ 4,800 $ 5,082 ======= =======
(3) LONG-TERM DEBT
MARCH 31, 1997 1996 ------- ------- (In thousands) Revolving credit note (a) $ 1,250 $ 3,500 Term note (b) 4,000 5,000 Other 125 177 ------- ------- Total long-term debt 5,375 8,677 Less current installments (1,079) (1,051) ------- -------
Long-term debt, excluding current installments $ 4,296 $ 7,626 ======= ======= Page -26- 29 The Company has a credit facility which consists of a maximum borrowing line of $10,000,000 under a revolving credit agreement and a five-year term loan of $5,000,000, both secured by substantially all of the Company's assets. (a) The revolving credit agreement provides for interest at the prime rate or 2.0% above LIBOR (at the Company's option) and a fee of 1/4% of any unused portion of the line. Borrowings under this agreement mature March 31, 1998, at which time the Company has the option to convert the borrowings into a four-year term loan, with principal and interest payable monthly at prime plus 1/2%. (b) The five-year term loan provides for interest at 8.5%, with principal and interest payable monthly and a maturity date of March 31, 2001. Both agreements stipulate that the Company maintains minimum levels of working capital and tangible net worth, and not exceed prescribed levels of capital expenditures and operating lease expense. Furthermore, the agreements prohibit the Company from the payment of cash dividends. Total interest expense was $616,000, $260,000 and $138,000 in 1997, 1996 and 1995, respectively. Assuming conversion of the revolving credit note to term debt, the maturities of long-term debt at March 31, 1997 are: $1,079,000 in 1998, $1,367,000 in 1999, $1,330,000 in 2000, $1,313,0000 in 2001, and $286,000 in 2002. (4) INCOME TAXES - ------------------------------------------------------------------------------ The composition of income taxes (benefit) reflected in operations is as follows:
MARCH 31, 1997 1996 1995 ---------- ---------- ---------- (In thousands) CURRENT: Federal $ 319 $ -- $ -- State 288 102 179 ------- ------- ------- 607 102 179 ------- ------- ------- DEFERRED: Federal 912 172 (254) State (71) 11 (8) ------- ------- ------- Total deferred 841 183 (262) ------- ------- ------- TOTAL INCOME TAXES (BENEFIT) $ 1,448 $ 285 $ (83) ======= ======= =======
Total income taxes differ from the amount computed by applying the Federal statutory rate (34%) to income (loss) before income taxes and loss associated with ARIA as follows:
MARCH 31, 1997 1996 1995 ---------- -------- -------- (In thousands) Income taxes at the Federal statutory rate $1,231 $ 242 $ 6 State tax effect 143 75 116 General business and other credits -- (29) (225) Other 74 (3) 20 ------ ------ ------ Total income taxes (benefit) $1,448 $ 285 $ (83) ====== ====== ======
Page -27- 30 The tax effects of loss and credit carryforwards and temporary differences between the financial statement carrying amounts and tax bases of assets and liabilities that give rise to significant portions of the deferred tax assets and liabilities as of March 31, 1997 and 1996, are as follows:
MARCH 31, 1997 1996 ------- ------- (In thousands) Deferred tax assets: Net operating loss carryforwards $ 271 $ 1,441 Tax credit carryforwards 612 834 Accrued expenses not currently deductible 414 505 Loss on investment not currently deductible 3,160 3,160 Other, net 296 249 ------- ------- Total gross deferred tax assets 4,753 6,189 Valuation allowance (3,830) (3,830) ------- ------- Net deferred tax assets 923 2,359 ------- ------- Deferred tax liabilities: Receivables on engineering contracts 1,314 1,867 Depreciation 74 116 ------- ------- Total deferred tax liabilities 1,388 1,983 ------- ------- Net deferred tax asset (liability) $ (465) $ 376 ======= =======
In assessing the realizability of deferred tax assets, management considers whether it is more likely than not that some portion or all of the deferred tax assets will be realized. Management primarily considers the effect of taxable temporary differences and projected future earnings in making this assessment. The net deferred tax asset (liability) is reported in the consolidated balance sheet as follows:
MARCH 31 1997 1996 ------ ----- (In thousands) Other current assets $ -- $ 26 Other non-current assets -- 350 Other accrued expenses (116) -- Non-current liabilities (349) -- ===== ===== Net deferred tax asset (liability) $(465) $ 376 ===== =====
At March 31, 1997, the Company has general business credits of $392,000 which expire from 2004 to 2013. The Company also has $220,000 of alternative minimum tax credit carryforwards available with no expiration date. (5) STOCK OWNERSHIP PLANS - ------------------------------------------------------------------------------- Pursuant to the Company's Equity Incentive Plan, options to purchase shares have been granted to certain key employees. The Company may award up to 948,000 shares in the form of stock options, restricted stock, performance shares and other equity awards under this plan. Through March 31, 1997, stock options and equity awards related to incentive compensation have been issued pursuant to this plan. All options are granted with an exercise price not below fair market value at date of grant, have a term of ten years and become exercisable in either equal quarterly or equal annual increments over a period of one to five years. Page -28- 31 The Company's Non-Employee Director Stock Option Plan allows the Company to award up to 100,000 shares in the form of non-qualified stock options. Such directors receive options to purchase 10,000 shares of Common Stock at the time such director is appointed or elected, and options to purchase 1,000 shares of Common Stock following each annual meeting thereafter so long as the individual remains an eligible director. All options are exercisable at a price not below fair market value at date of grant, have a term of ten years, and become exercisable one year after date of grant. The following is a summary of stock option activity:
March 31, 1997 1996 1995 ---- ---- ---- Number of Weighted Number of Weighted Number Of Weighted Shares Average Shares Average Shares Average Under Exercise Under Exercise Under Exercise Options Price Options Price Options Price ------------ ------------- ------------ ------------- ------------ ------------ Outstanding at beginning of year 480,659 $ 9.13 397,590 $ 10.90 432,040 $ 9.90 Granted 317,814 5.59 188,474 16.24 56,000 15.24 Exercised (6,200) 3.52 (36,405) 7.61 (56,350) 4.58 Canceled (355,814) 13.00 (69,000) 8.12 (34,100) 15.28 ------------ ------------- ------------ ------------- ------------ ------------ Outstanding at end of year 436,459 $ 6.54 480,659 $ 9.13 397,590 $ 10.90 ============ ============= ============ ============= ============ ============ Exercisable at end of year 70,645 $ 3.83 188,680 $ 6.91 170,359 $ 5.92
During fiscal 1997, the Company granted options totaling 317,814 of which 202,814 options were issued in exchange for the surrender of an equal number of previously issued options which had exercise prices ranging from $13.125 to $17.75. These "repriced" options were issued at the fair market value on the date of grant, or $5.625. At March 31, 1997, the range of exercise prices and weighted average contractual life of outstanding and exercisable options was $3.25 to $17.63 and 7.36 years, respectively. Under the Equity Incentive Plan and Non-Employee Director Stock Option Plan, 226,760 and 37,000 shares, respectively, were available at March 31, 1997 for future grants. Under the Company's Employee Stock Purchase Plan, each employee, whose customary employment is more than 20 hours per week, is eligible to purchase the Company's stock at a 15% discount. In fiscal 1997, 92,521 shares were purchased by employees from the Company's treasury shares, under this plan, at prices ranging from $4.57 to $4.83 per share. In fiscal 1996, 36,695 shares were purchased from the Company's treasury shares, under this plan, at prices ranging from $4.36 to $14.77 per share. In fiscal 1995, 19,040 shares were purchased from the Company's treasury shares at prices ranging from $11.48 to $12.54 per share. The Company has calculated the pro forma disclosures required under SFAS No. 123 for options granted in 1997 and 1996 using the Black-Scholes option pricing model. The following assumptions were used in this model: optionees were stratified into three groups based on historical exercise behavior; risk free interest rate ranged from 6.5% to 6.8%; volatility ranged from 47% to 52%; the expected life of the option was three, five, or ten years; and there was no expected dividend yield. Had the Company adopted SFAS No. 123 , the weighted average fair value of options granted in 1997 and 1996 would have equaled $2.67 and $8.06, respectively. Additionally, had the Company determined compensation cost based on the fair value provisions of SFAS No. 123, net income for fiscal 1997 would have been $1,676,000, or $.32 per share. For fiscal 1996, the net loss would have been $9,239,000, or $ 2.05 per share. Page -29- 32 (6) EMPLOYEE BENEFIT PLANS - ------------------------------------------------------------------------------- 401 (K) PLAN All full-time regular employees are eligible for participation in the Company's 401(k) Plan on their date of hire. All other employees become eligible upon meeting certain requirements. Eligible employees may make voluntary contributions to the Plan in the form of 1% to 18% salary reductions. The first 4% of a participant's contribution is matched by the Company at the rate of 30%. In addition, the Company contributes 1% of each eligible participant's annual compensation. Plan expense was $579,000, $514,000, and $473,000 in 1997, 1996, and 1995, respectively. INCENTIVE COMPENSATION Officers and certain key employees of the Company participate in a plan which provides for additional compensation primarily based on the Company attaining certain predetermined performance measures. Total expense under this plan was $1,069,000 in 1997, $780,000 in 1996, and $889,000 in 1995. For most individuals with incentive compensation levels over $4,000 in 1997, 1996, and 1995, at least twenty-five percent (25%) of their total award was paid in the form of Company stock. (7) COMMITMENTS AND CONTINGENCIES - -------------------------------------------------------------------------------- The Company conducts its operations from leased facilities and leases certain equipment, all of which are classified primarily as operating leases. All leases expire prior to the year 2003. It is expected that in the normal course of business, leases that expire will be renewed or replaced. The aggregate minimum lease commitment under non-cancelable leases with a remaining term greater than one year as of March 31, 1997 was $5,286,000, payable as follows: $1,612,000 in 1998, $1,396,000 in 1999, $1,212,000 in 2000, $786,000 in 2001, and $280,000 for the years thereafter. Rental expense incurred from operating leases (exclusive of real estate taxes, insurance, and other expenses payable under the terms of the leases) was $1,674,000 in 1997, $1,439,000 in 1996, and $1,594,000 in 1995. The Company is involved in various legal proceedings and claims which have arisen in the ordinary course of business that have not been finally resolved. These actions when ultimately concluded and determined will not, in the opinion of management, have a material adverse effect on the Company's financial position. (8) ACQUISITION - ------------------------------------------------------------------------------- Effective March 1, 1996, the Company acquired all of the outstanding stock of Advanced Systems Development, Inc. ("ASDI"), a privately-held developer of simulation, training and software validation systems for electronic warfare sold in both domestic and international markets. The purchase price consisted of $329,842 in cash, forgiveness of a note of $22,019 and 623,892 shares of the Company's common stock. The acquisition was accounted for as a purchase and the excess of purchase price over the final allocation of the fair value of net assets acquired was $4,671,000. This amount is being amortized on a straight-line basis over 20 years. The following unaudited pro forma summary presents information as if the ASDI acquisition occurred at the beginning of fiscal 1995. The pro forma information is provided for informational purposes only. It is based on historical information and does not purport to be indicative of what would have occurred if the acquisition was put into effect at the beginning of fiscal 1995, nor is it necessarily indicative of future results of operations of the combined enterprise. Page -30- 33
MARCH 31 1996 1995 ------------------- ------------------ (In thousands, except per share data) Net sales $69,210 $69,871 Net loss (8,024) (758) Net loss per share (1.65) (.17)
(9) OTHER INCOME - -------------------------------------------------------------------------------- The 1996 other income consists of a settlement from a lawsuit initiated by the Company in May 1994 against M~Wave, Inc., and its wholly-owned subsidiary, Poly Circuits, Inc., seeking compensation for monetary damages incurred as a result of defective printed circuit boards manufactured for the Company by Poly Circuits, Inc. The 1995 other income represents an adjustment from a 1994 charge for the anticipated loss on disposal of a subsidiary. The disposal occurred in 1995 at a final loss which was $331,000 less than that provided for in 1994. (10) EQUITY INVESTMENT - -------------------------------------------------------------------------------- Effective May 31, 1995, the shareholders of ARIA, including the Company completed a transaction to reorganize and capitalize a new entity, which continued to use the ARIA Wireless Systems, Inc. name. The Company contributed approximately $7 million of net assets to ARIA in connection with this transaction. During the third quarter of fiscal 1996, the Company, after considering ARIA's continuing losses and financial condition, and after reviewing the Company's related strategic alternatives, charged the full amount of its investment in ARIA, together with any amounts then due from ARIA, to income. The amount of this charge, including additional fourth quarter adjustments, was $6,520,000 and was included in the loss associated with ARIA on the 1996 Consolidated Statement of Operations. On April 30, 1996, ARIA filed a voluntary petition under Chapter 11 of the Bankruptcy Code in the United States Bankruptcy Court for the Western District of New York ("Bankruptcy Court") to reorganize the corporation. In connection with the bankruptcy proceedings, the Company has filed a proof of claim as a creditor in the amount of $3 million. Although no formal claim has been filed with the Bankruptcy Court, ARIA has notified the Company of its intent to assert claims, of an unspecified amount, against the Company. While no assurances can be given, management believes, based upon the nature of the Company's claim and ARIA's threatened claim, the ultimate outcome of the proceedings is not expected to have a material adverse effect on the Company's financial position, results of operations or liquidity. Page -31- 34 (11) SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION - --------------------------------------------------------------------------------
MARCH 31, 1997 1996 1995 -------------------------------------------------- (In thousands) CASH FLOW DATA: Interest paid $607 $ 225 $ 155 Income tax paid 38 119 188 NONCASH INVESTING AND FINANCING ACTIVITIES: Equity awards 130 --- --- Net liabilities acquired -- 57 -- Contribution of net assets of a subsidiary to ARIA Wireless Systems, Inc. -- 6,994 -- Return to operations of certain assets originally held for sale -- -- 1,750 Note received upon sale of subsidiary, net of collections -- -- 600
(12) BUSINESS SEGMENTS - -------------------------------------------------------------------------------- At the inception of fiscal 1997, the Company began operating within two business segments: Engineering and Technical Services ("Services") and Defense Systems ("Systems"). SERVICES Services provides technical support including systems and software engineering, program management, software verification and validation, and training predominantly to the U. S. Department of Defense primarily under cost-reimbursement and time-and-materials contracts. Services operations are located in the U.S., typically near or on U.S. military command installations. Significant Services contracts include: Naval Air Systems Command for Electronic Combat Missions Systems ("ECMS") and the Naval Sea Systems Command ("NAVSEA"). The ECMS contract contributed 29% of total Company sales in 1997, 33% in 1996, and 38% in 1995. The NAVSEA contract accounted for 10% of total Company sales in 1997, 15% in 1996, and 13% of sales in 1995. No other Services customer accounted for more than 10% of total Company sales during such periods, although the Company's principal customer group is the U.S. Department of Defense, representing 89% of 1997 total Company sales. SYSTEMS This segment designs and produces technically advanced products and systems. These systems include operational, diagnostic and training software which utilize commercial off the shelf hardware when possible. Specific areas of specialty include: electronic warfare, battle management and simulation. Systems operations are located in the U. S.;however, this segment provides systems to customers located world-wide and to allied military governments primarily under fixed-price contracts. International sales represented approximately 11% of total Company sales in 1997, and less than 3% and 1% in 1996 and 1995, respectively. No Systems customer accounted for more than 10% of total Company sales during such periods. Page -32- 35 Information for these segments in 1997 is as follows:
Services Systems Corporate Consolidated NET SALES $55,411 $21,058 $ - $ 76,469 OPERATING PROFIT 2,810 1,406 - 4,216 IDENTIFIABLE ASSETS 16,156 8,101 535 24,792 CAPITAL EXPENDITURES 500 132 11 643 DEPRECIATION AND AMORTIZATION 740 435 15 1,190
- -------------------------------------------------------------------------------- Identifiable assets by business segment include both assets directly identified with those operations and an allocable share of jointly used assets. Corporate, general and administrative costs were allocated to each segment on a pro rata basis. As discussed below, during 1996 and 1995 the Company did not accumulate financial activities by the segments identified during fiscal 1997. The Company, therefore, has reported segment information for only fiscal 1997. During fiscal 1996 the Company reported operations under one segment, Defense Electronics Systems and Services. In March 1996, the Company acquired ASDI, that when added to the Company's existing Systems business, for 1997, created a significant business segment. Additionally, in the prior years, the Defense Electronics Systems and Services segment principally operated under the current definition of the Services segment. Prior to 1996, the Company operated and held investments in the commercial wireless telecommunications industry. The Company reported two business segments in 1995: Defense Electronics Systems and Services, and Commercial Systems and Services. During the first quarter of fiscal 1996 the Company contributed substantially all of the operating assets of its Commercial Systems and Service segment to ARIA. This segment represented less than 1% of total sales in 1996, and 3% in 1995. Page -33- 36 INDEPENDENT AUDITORS' REPORT - ------------------------------------------------------------------------------- The Board of Directors and Shareholders of Comptek Research, Inc.: We have audited the consolidated financial statements of Comptek Research, Inc. and subsidiaries as listed in the accompanying index. In connection with our audits of the consolidated financial statements, we have also audited the financial statement schedule as listed in the accompanying index. These consolidated financial statements and financial statement schedule are the responsibility of the Company's management. Our responsibility is to express an opinion on these consolidated financial statements and financial statement schedule based on our audits. We conducted our audits in accordance with generally accepted auditing standards. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits provide a reasonable basis for our opinion. In our opinion, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of Comptek Research, Inc. and subsidiaries at March 31, 1997 and 1996, and the results of their operations and their cash flows for each of the years in the three-year period ended March 31, 1997, in conformity with generally accepted accounting principles. Also in our opinion, the related financial statement schedule, when considered in relation to the basic consolidated financial statements taken as a whole, presents fairly, in all material respects, the information set forth therein. KPMG Peat Marwick, LLP Buffalo, New York May 6, 1997 Page -34- 37 ITEM 9. CHANGES IN AND DISAGREEMENTS WITH ACCOUNTANTS ON ACCOUNTING AND FINANCIAL DISCLOSURE This Item is not applicable ITEM 10. DIRECTORS AND EXECUTIVE OFFICERS OF THE REGISTRANT Information under the caption "ELECTION OF DIRECTORS" in the Company's 1996 Definitive proxy Statement is incorporated herein by reference. Also see Part I of the Report, under the caption "Officers of the Registrant" for additional information relating to the Company's executive officers. ITEM 11. EXECUTIVE COMPENSATION The information under the caption "COMPENSATION AND RELATED MATTERS" in the Company's 1996 Definitive Proxy Statement is incorporated herein by reference. ITEM 12. SECURITY OWNERSHIP OF CERTAIN BENEFICIAL OWNERS AND MANAGEMENT This information under the caption "PRINCIPAL SHAREHOLDERS" in the Company's 1996 Definitive Proxy Statement is incorporated herein by reference. ITEM 13. CERTAIN RELATIONSHIPS AND RELATED TRANSACTIONS The information under the sub-caption ACERTAIN TRANSACTIONS@ in the Company's 1996 Definitive Proxy Statement is incorporated herein by reference. PART IV ITEM 14. EXHIBITS, FINANCIAL STATEMENT SCHEDULES, AND REPORTS ON FORM 8-K (a) (1) Financial Statements Included in Part II, Item 8, of this report: Consolidated Statements of Operations for the years ended March 31, 1997, 1996, and 1995 Consolidated Balance Sheets as of March 31, 1997 and 1996 Consolidated Statements of Changes in shareholders' Equity for the years ended March 31, 1997, 1996, and 1995 Consolidated Statements of Cash Flows for the years ended March 31, 1997, 1996, and 1995 Notes to Consolidated Financial Statements Independent Auditors' Report (2) The following financial statement schedule and independent auditors' report thereon should be read in conjunction with the financial statements incorporated by reference in conjunction with the financial statements incorporated by reference in Item 8 in this Form 10-K: Page No. II - Valuation and Qualifying Accounts. . . . . . . 38 Schedules other than that listed above are omitted since they are inapplicable or not required under the instructions. (3) Exhibits: See Exhibit Index filed herewith on pages 40 through 42 of this Report Page -35- 38 (b) Reports on Form 8-K: None Schedules other than that listed above are omitted since they are inapplicable or not required under the instructions. Page -36- 39 SIGNATURES Pursuant to the requirements of Section 13 or 15(d) of the Securities Exchange Act of 1934, the Registrant has duly caused this report to be signed on its behalf by the undersigned, thereunto duly authorized. COMPTEK RESEARCH, INC. DATE: June 26, 1997 By: /s/ John J. Sciuto ------------------------------------ John J. Sciuto, Chairman, President, and Chief Executive Officer Pursuant to the requirements of the Securities Exchange Act of 1934, the report has been signed below by the following persons on behalf of the Registrant and in the capacities and on the dates indicated:
SIGNATURES TITLE DATE Chairman, President and /s/ John J. Sciuto Chief Executive Officer June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- John J. Sciuto Vice President of Finance /s/ Laura L. Benedetti and Treasurer June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- Laura L. Benedetti /s/ Joseph A. Alutto Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- Joseph A. Alutto /s/ John R. Cummings Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- John R. Cummings /s/ G. Wayne Hawk Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- G. Wayne Hawk /s/ Patrick J. Martin Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- Patrick J. Martin /s/ James D. Morgan Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- James D. Morgan /s/ Henry P. Semmelhack Director June 26, 1997 - ------------------------------- ------------------------------------- ---------------------------- Henry P. Semmelhack
Page -37- 40 Schedule II COMPTEK RESEARCH, INC., AND SUBSIDIARIES Valuation and Qualifying Accounts (In Thousands)
Years ended March 31, 1997, 1996, and 1995 Balance at Amount Charge-offs, Balance Beginning of Charged to Disposals and at End Description Period Expense Transfer of Period Allowance for Doubtful Accounts Year ended $73 $-- $26 $47 March 31, 1995 Year ended $47 $3 $-- $50 March 31, 1996 Year ended $50 $-- $50 $-- March 31, 1997 Inventory Valuation Year ended $51 $51 $26 $76 March 31, 1995 Year ended $76 $-- $76 $-- March 31, 1996 Year ended $-- $-- $-- $-- March 31, 1997
Page -38- 41
INDEX TO EXHIBITS ------------ Exhibit Page No. or Location No. Description of Exhibit ---------------------- - -------- 2.1 Acquisition of Advanced Systems Development, Inc. (k) 3.1 Restated Certificate of Incorporation of Registrant, as amended. (m) 3.2 Restated By-laws of Registrant, as amended. (a) 10.1 Registrant's Equity Incentive Plan, as amended. (i) 10.1a Form of incetive stock option agreement and non-qualified stock agreement issued under Registrant's Equity Incentive Plan to plan participants, including executive officers. 42 10.1b Non-Qualified Stock Option Agreement dated June 20, 1996 by and between Registrant and John J. Sciuto. 56 10.1c 1996 Employee Stock Purchase Plan (n) 10.2 1994 Stock Option Plan for Non-Employee Directors. (c) 10.3 Form of Employment Agreement between Registrant and J.R. Cummings, C.A. Head, (b) J.J. Sciuto, and J.D. Morgan. 10.3a Employment Agreement, as amended, between Registrant and J.R. Cummings. (m) 10.3b Second Amendment to Employment Agreement between Registrant and J.R. Cummings (p) 10.3c Stock Purchase Letter Agreement between the Registrant and John J. Sciuto. (o) 10.3d Loan Agreement between Comptek Federal Systems, Inc. (wholly-owned subsidiary of (o) the Registrant) and John J. Sciuto. 10.5 Loan Agreement, dated March 7, 1996, between Registrant's subsidiary and (m) Manufacturers and Traders Trust Company. 10.5a Debt Covenant Modification, dated May 14, 1996, between Registrant's subsidiary (m) and Manufacturers and Traders Trust Company. 10.5b Second Amendment to Loan Agreement, dated May 9, 1997, between Registrant's subsidiary and Manufacturers and Traders Trust Company. 71 10.7 Prime Contract No. N00123-94-D-0033 for the U.S. Navy. (c) 10.7a Amendments P00001 through P00003, inclusive, to Contract No. N00123-94-D-0033. (d) 10.7b Amendment P00004 to Contract No. N00123-94-D-0033. (e) 10.7c Amendment P00005 to Contract No. N00123-94-D-0033. (h) 10.7d Amendments P00006 through P00007, inclusive, to Contract No. N00123-94-D-0033. (i) 10.7e Amendment P00010 to Contract No. N00123-94-D-0033. (n) 10.7f Amendments P00011 and P00012 to Contract No. N00123-94-D-0033. (o) 10.7g Amendment P00013 to Contract No. N00123-94-D-0033. 75 10.8 Prime Contract No. N00024-90-C-5208 for the U.S. Navy. (g) 10.8a Amendments P00108 through P00111, inclusive, to Contract No. N00024-90-C-5208. (g) 10.8b Amendments P00112 to P00124, inclusive, to Contract No. (h) N00024-90-C-5208. 10.8c Amendments P00125 through P00136, inclusive, to Contract No. N00024-90-C-5208. (i) 10.8d Amendment P00137 to Contract No. N00024-90-C-5208. (j) 10.8e Amendments P00138 through P00147, inclusive, to Contract No. N00024-90-C-5208. (m) 10.8f Amendments P00148 to P00155, inclusive, to Contract No. N00024-90-C-5208. (n) 10.8g Amendments P00156 to P00159, inclusive, and P00161 to P00172, inclusive, to (o) Contract No. N00024-90-C-5208.
Page -39- 42 10.8h Amendments P00173 to P00183, inclusive, to Contract No. N00024-90-C-5208. (p) 10.8i Amendments P00184 to P00198, inclusive, to Contract No. N00024-90-C-5208. 78 10.9 Prime Contract No. N00024-97-C-6431 for the U.S. Navy. 148 21 List of Subsidiaries. 263 23* Consent of Independent Auditors 264 27* Financial Data Schedule 265 - ---------------- * Each exhibit marked with an asterisk is a previously unfiled document under Category 19 of Regulation S-K, Item 601. (a) Designates Exhibit annexed to the Company's Form 10-K for the year ended March 31, 1993. (b) Designates Exhibit annexed to the Company's Form 10-K for the year ended March 31, 1994. (c) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended July 1, 1994. (d) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended September 30, 1994. (e) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended December 30, 1994. (f) Designates Exhibit annexed to the Company's Form 8-K dated November 2, 1994. (g) Designates Exhibit annexed to the Company's Form 10-K for the year ended March 31, 1995. (h) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended June 30, 1995. (i) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended September 29, 1995. (j) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended December 29, 1995. (k) Designates Exhibit annexed to the Company's Form 8-K dated March 221, 1996 and Form 8-K/A dated May 14, 1996. (l) Incorporated by reference in the Company's Form 8-K/A dated May 14, 1996. (m) Designates Exhibit annexed to the Company's Form 10-K for the year ended 1996. (n) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended June 28, 1996. (o) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended September 27, 1996. (p) Designates Exhibit annexed to the Company's Form 10-Q for the quarter ended December 27, 1996. The following exhibits constitute management contracts or compensation plans under Category 10(iii)(H) of Regulation S-K: 10.1 Registrant's Equity Incentive Plan, as amended. 10.1a Form of incetive stock option agreement and non-qualified stock agreement issued under Registrant's Equity Incentive Plan to plan participants, including executive officers. 10.1b Non-Qualified Stock Option Agreement dated June 20, 1996 by and between Registrant and John J. Sciuto. 10.1c Employee Stock Purchase Plan 10.2 1994 Stock Option Plan for Non-Employee Directors. 10.3 Form of Employment Agreement between Registrant and J.R. Cummings, C.A. Head, J.J. Sciuto, and J.D. Morgan
Page -40- 43 10.3a Employment Agreement, as amended, between Registrant and J.R. Cummings. 10.3b Second Amendment to Employment Agreement between Registrant and J.R. Cummings 10.3c Stock Purchase Letter Agreement between the Registrant and John J. Sciuto. 10.3d Loan Agreement between Comptek Federal Systems, Inc. (wholly-owned subsidiary of the Registrant) and John J. Sciuto.
Page -41-
EX-10.1.A 2 EXHIBIT 10.1(A) 1 Exhibit 10.1a COMPTEK RESEARCH, INC. INCENTIVE STOCK OPTION AND AGREEMENT This Incentive Stock Option and Agreement made as of the day of_________________________ , 19__, by and between COMPTEK RESEARCH, INC., a New York corporation with principal offices in Buffalo, New York (the "Company"), and NAME IN CAPS , residing at_______________________ ("Optionee"). W I T N E S S E T H : WHEREAS, on July 23, 1992, the Shareholders of the Company adopted an Equity Incentive Plan (the "Plan"), a copy of which has been delivered to Optionee or is being delivered at the time of delivery by the Company of this executed Option and Agreement, and which is incorporated herein by reference; and WHEREAS, pursuant to the Plan the Board of Directors of the Company has authorized and approved the granting of an option herein granted and the making of this Agreement; NOW, THEREFORE: 1. GRANT OF OPTION. The Company hereby grants to the Optionee, on and subject to all of the terms and conditions contained in the Plan and in this Option and Agreement, an option to purchase (the "Option") up to a total of shares (the "Shares"), par value $0.02 per share, of the common stock of the Company at the price of $ per share, said price being at least 100% of the fair market value of such stock on the date hereof (which, for all purposes of this Option and Agreement, is the date of 2 granting of the Option herein contained), as determined by the Company in its discretion in good faith, but which the Company does not represent or warrant will be accepted by the United States Internal Revenue Service or by any other governmental authority as representing at least 100% of the fair market value of such stock on the date hereof. Provided, however, that if, on the date hereof, the Optionee hereunder owns (within the meaning of Sections 422A and 425 of the 1954 Internal Revenue Code, as amended [the "Code"]) stock possessing more than ten percent (10%) of the total combined voting power of the Company or of its subsidiary or parent corporation (within the meaning of Section 425 of the Code), said price is at least 110% of the fair market value of such stock on the date hereof, as determined by the Company in its discretion in good faith. The Option grant hereunder is intended to be an "Incentive Stock Option" meeting the requirements of Section 422 of the Code. AND THE PARTIES DO HEREBY AGREE IN CONSIDERATION OF THE GRANTING OF THE SAID OPTION AND FOR OTHER GOOD AND VALID CONSIDERATION AS FOLLOWS: 2. EXERCISE PERIOD. No Option shall be exercisable either in whole or in part prior to one year from the date of grant. Subject to the right of accumulation provided in the last sentence of this Section, the Option granted in this Option and Agreement shall be exercisable as to not more than [INSERT APPROPRIATE TIME PERIOD, E.G., ONETHIRD 1/3, ONE-FIFTH 1/5, ETC.] of the total number of Shares covered thereby during each one (1) year period commencing one year from the date of this Option and Agreement until all of the Shares covered by this Option and Agreement have been purchased. This Option shall expire and shall not be exercisable after the expiration of ten (10) years from the date hereof. To the extent not exercised, installments shall accumulate and be exercisable, in whole or in part, at any subsequent period of time but not later than ten (10) years from the -2- 3 date of this Option and Agreement, subject to the limitations provided herein and in the Plan in the event of termination of employment. 3. MANNER OF EXERCISE. This Option shall be exercised only by personal delivery to an executive officer of the Company (other than the Optionee hereunder) or by mailing to the Company, attention of an executive officer of the company (other than the Optionee hereunder), postage prepaid, first class, certified mail, return receipt requested, written notice of exercise in the form annexed hereto at the principal office of the Company setting forth the number of Shares with respect to which the Option is exercised and signed by the Optionee, and accompanied by payment of the option price for the number of Shares as to which the Option is exercised. To be effective, said written notice of exercise and payment must be actually received by the Company within the applicable time periods referred to in this Option and Agreement and the Plan. 4. OPTION NON-TRANSFERABLE. This Option is not transferable by the Optionee otherwise than by will or the laws of descent and distribution and is exercisable, during his lifetime, only by the Optionee. 5. TERMINATION OF EMPLOYMENT. (a) In the event that the Optionee shall quit the employ of the Company or its subsidiaries for any reason, or shall cease to be employed by the Company or its subsidiaries for any reason other than death, retirement, disability, or discharge without cause, the Option period of any unexercised portion of the Option granted to the Optionee pursuant to this Option and Agreement shall terminate upon the termination of the Optionee's employment. (b) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of retirement because of age, the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not -3- 4 previously exercised) within three (3) months after such termination of employment. Option installments accumulating during such three (3) month period shall also be exercisable. "Retirement" as referred to herein shall be deemed to mean the termination of the Optionee's employment by the Company or its subsidiaries by reason of his attainment of such age as may have been determined by the employment policies or any pension plan of the Company or subsidiary employer to be normal retirement age. (c) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of disability (within the meaning of Section 105(d)(4) or successor Section of the Code), the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within one (1) year after such termination of employment. Option installments accumulating during such one (1) year period shall also be exercisable. (d) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of Optionee's death; or in the event of the death of the Optionee within a period of three (3) months after the termination of his employment with the company or its subsidiaries and at a time when an unexercised Option theretofore granted to him has not terminated or expired, the Option may be exercised (to the extent exercisable under Section 2 hereof and not previously exercised) within six (6) months after the Optionee's death, by the executors or administrators of the Optionee or by any person or persons who shall have acquired the Option directly from the Optionee by bequest or inheritance. Option installments accumulating during such six (6) months period shall also be exercisable. (e) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of discharge without cause, the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within three (3) months after such termination of employment. The phrase, "discharge without cause," as hereinabove used, means the discharge of the Optionee by -4- 5 the Company or subsidiary employer for reasons other than: intemperate use of alcohol or addictive drugs, or conviction of a felony, or conviction for a misdemeanor other than under the vehicle and traffic laws, or substantial evidence of dishonesty in relation to the property, funds or affairs of the Company or any subsidiary or any other employee thereof or any person dealing therewith. Option installments accumulating during such three (3) month period shall also be exercisable. 6. APPLICABLE LAW. This Option and Agreement shall be governed by the applicable laws of the State of New York and of the United States. If any provision of this Option and Agreement be deemed in violation of any applicable law, then said provision shall be deemed excised from this Option and Agreement, and the remaining provisions of this Option and Agreement shall remain in full force and effect. 7. SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, their respective heirs, successors, administrators, assigns, nominees or any person or persons otherwise succeeding to the interest of either of the parties hereto. 8. GENERAL PROVISIONS. (a) This Option and Agreement, as incorporating the Plan, contains the entire understanding of the parties with reference to the subject matter herein. It may be changed, modified, discharged or abandoned only by an agreement in writing signed by the party or parties to be charged therewith. (b) Optionee understands and agrees that Company is not able to provide tax advice to Optionee and Optionee will seek the advice of his own qualified tax advisor in connection with the tax consequences of the exercise of failure to exercise the Option herein referred to, or the transfer of any shares acquired in connection therewith, as of any particular date or dates. -5- 6 (c) Whenever in this Option and Agreement the singular number is used, the same shall include the plural, and the masculine gender shall include the feminine and neuter genders, and vice versa, as the context requires. The section headings used herein are for reference and convenience only and shall not enter into the interpretation thereof. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. COMPTEK RESEARCH, INC. By: ------------------------------- ------------------------------- Optionee (fill in name) -6- 7 NOTICE OF EXERCISE OF STOCK OPTION AND RECORD OF STOCK TRANSFER I hereby exercise my Incentive Stock Option granted by COMPTEK RESEARCH, INC., subject to all the terms and provisions set forth in the Incentive Stock Option and Agreement dated ____________ setting forth said Option, and of the Equity Incentive Plan referred to therein, to the extent of _________ shares of Common Stock of the Company. Enclosed is my check in the sum of $_________ in full payment for such shares. I acknowledge that to be effective, this notice and the payment referred to herein must be delivered personally or mailed in the manner set forth in paragraph 4 of the aforesaid Incentive Stock Option and Agreement and must be actually received by COMPTEK RESEARCH, INC. within the applicable time periods referred to in the Equity Incentive Plan. I hereby represent that the shares of Common Stock to be delivered to me pursuant to exercise of the said option are being acquired by me as an investment and not with a view to, or for sale in connection with, the distribution of any thereof. My social security number is ___________________________________. My address (including zip code) for purposes of mailing of stock certificates, notices and other communications to me as a shareholder is: ------------------------------------------------------------ ------------------------------------------------------------ ------------------------------------------------------------ My legal name is ------------------------------------------- First Initial Last (Please Print) ------------------------------------------------------------ Signature - must correspond to legal name printed above Date: -------------------------------------------------------- -7- 8 COMPTEK RESEARCH, INC. NON-QUALIFIED STOCK OPTION AND AGREEMENT This Non-Qualified Stock Option and Agreement made as of the_________ day of ______________, 19__ , by and between COMPTEK RESEARCH, INC., a New York corporation with principal offices in Buffalo, New York (the "Company"), and NAME IN CAPS, residing at______________________________________________________ ___________("Optionee"). W I T N E S S E T H : WHEREAS, on July 23, 1992, the Board of Directors and Shareholders of the Company adopted an Equity Incentive Plan (the "Plan"), a copy of which has been delivered to Optionee or is being delivered at the time of delivery by the Company of this executed Option and Agreement, and which is incorporated herein by reference; and WHEREAS, pursuant to the Plan the Board of Directors of the Company has authorized and approved the granting of an option herein granted and the making of this Agreement: NOW, THEREFORE: 1. GRANT OF OPTION. The Company hereby grants to the Optionee, on and subject to all of the terms and conditions contained in the Plan and in this Option and Agreement, an option to purchase (the "Option") up to a total of ________ shares (the "Shares"), par value $0.02 per share, of the common stock of the Company at the price of -1- 9 $__________ per share, said price being at least 100% of the fair market value of such stock on the date hereof (which, for all purposes of this Option and Agreement, is the date of granting of the Option herein contained), as determined by the Company in its discretion in good faith but which the Company does not represent or warrant will be accepted by the United States Internal Revenue Service or by any other governmental authority as representing at least 100% of the fair market value of such stock on the date hereof. AND THE PARTIES DO HEREBY AGREE IN CONSIDERATION OF THE GRANTING OF THE SAID OPTION AND FOR OTHER GOOD AND VALID CONSIDERATION AS FOLLOWS: 2. EXERCISE PERIOD. Subject to the right of accumulation provided in the last sentence of this Section, the Option granted in this Option and Agreement shall be exercisable as to not more than [INSERT APPROPRIATE TIME PERIOD, E.G., ONE-THIRD 1/3, ONE-FIFTH 1/5, ETC.] of the total number of Shares covered thereby during each three (3) month period commencing with the date of this Option and Agreement until all of the Shares covered by this Option and Agreement have been purchased. This Option shall expire and shall not be exercisable after the expiration of ten (10) years from the date hereof. To the extent not exercised, installments shall accumulate and be exercisable, in whole or in part, at any subsequent period of time but not later than ten (10) years from the date of this Option and Agreement, subject to the limitations provided herein and in the Plan in the event of termination of employment. 3. SEQUENTIAL EXERCISE OF OPTIONS. This Option shall not be exercisable while there is outstanding, within the meaning of Section 422A(c)(7) of the Code, with the Optionee an Incentive Stock Option granted to the Optionee before the granting of the Option herein set forth. -2- 10 4. MANNER OF EXERCISE. (a) This Option shall be exercised only by personal delivery to an executive officer of the Company (other than the Optionee hereunder) or by mailing to the Company, attention of an executive officer of the company (other than the Optionee hereunder), postage prepaid, first class, certified mail, return receipt requested, written notice of exercise in the form annexed hereto at the principal office of the Company setting forth the number of Shares with respect to which the Option is exercised and signed by the Optionee, and accompanied by payment of the option price for the number of Shares as to which the Option is exercised. To be effective, said written notice of exercise and payment must be actually received by the Company within the applicable time periods referred to in this Option and Agreement and the Plan. (b) As a condition to the issuance of Shares under this Option, the Optionee authorizes the Company to withhold in accordance with applicable law from any cash compensation payable to him any taxes required to be withheld by the Company under Federal, State or Local law as a result of his exercise of this Option. 5. OPTION NON-TRANSFERABLE. This Option is not transferable by the Optionee otherwise than by will or the laws of descent and distribution and is exercisable, during his lifetime, only by the Optionee. 6. TERMINATION OF EMPLOYMENT. (a) In the event that the Optionee shall quit the employ of the Company or its subsidiaries for any reason, or shall cease to be employed by the Company or its subsidiaries for any reason other than death, retirement, disability, or discharge without cause, the option period of any unexercised portion of the Option granted to the Optionee -3- 11 pursuant to this Option and Agreement shall terminate upon the termination of the Optionee's employment. (b) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of retirement because of age, the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within three (3) months after such termination of employment. Option installments accumulating during such three (3) month period shall also be exercisable. "Retirement" as referred to herein, shall be deemed to mean the termination of the Optionee's employment by the Company or its subsidiaries by reason of his attainment of such age as may have been determined by the employment policies or any pension plan of the Company or subsidiary employer to be normal retirement age. (c) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of disability (within the meaning of Section 105(d)(4) or successor Section of the Code), the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within one (1) year after such termination of employment. Option installments accumulating during such one (1) year period shall also be exercisable. (d) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of Optionee's death; or in the event of the death of the Optionee within a period of three (3) months after the termination of his employment with the company or its subsidiaries and at a time when an unexercised Option theretofore granted to him has not terminated or expired, the Option may be exercised (to the extent exercisable under Section 2 hereof and not previously exercised) within six (6) months after the Optionee's death, by the executors or administrators of the Optionee or by any person or persons who shall have acquired the Option directly from the Optionee by -4- 12 bequest or inheritance. Option installments accumulating during such six (6) months period shall also be exercisable. (e) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of discharge without cause, the Optionee shall have the right to exercise the option (to the extent exercisable under Section 2 hereof and not previously exercised) within three (3) months after such termination of employment. The phrase, "discharge without cause," as hereinabove used, means the discharge of the Optionee by the Company or subsidiary employer for reasons other than: intemperate use of alcohol or addictive drugs, or conviction of a felony, or conviction for a misdemeanor other than under the vehicle and traffic laws, or substantial evidence of dishonesty in relation to the property, funds or affairs of the Company or any subsidiary or any other employee thereof or any person dealing therewith. Option installments accumulating during such three (3) month period shall also be exercisable. 7. APPLICABLE LAW. This Option and Agreement shall be governed by the applicable laws of the State of New York and of the United States. If any provision of this Option and Agreement be deemed in violation of any applicable law, then said provision shall be deemed excised from this Option and Agreement, and the remaining provisions of this Option and Agreement shall remain in full force and effect. 8. SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, their respective heirs, successors, administrators, assigns, nominees or any person or persons otherwise succeeding to the interest of either of the parties hereto. 9. GENERAL PROVISIONS. (a) This Option and Agreement, as incorporating the Plan, contains the entire understanding of the parties with reference to the subject matter herein. It may be -5- 13 changed, modified, discharged or abandoned only by an agreement in writing signed by the party or parties to be charged therewith. (b) Optionee understands and agrees that Company is not able to provide tax advice to Optionee and Optionee will seek the advice of his own qualified tax advisor in connection with the tax consequences of the exercise of failure to exercise the Option herein referred to, or the transfer of any shares acquired in connection therewith, as of any particular date or dates. (c) Whenever in this Option and Agreement the singular number is used, the same shall include the plural, and the masculine gender shall include the feminine and neuter genders, and vice versa, as the context requires. The section headings used herein are for reference and convenience only and shall not enter into the interpretation thereof. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. COMPTEK RESEARCH, INC. By: ---------------------------- ---------------------------- Optionee (fill in name) -6- 14 NOTICE OF EXERCISE OF STOCK OPTION AND RECORD OF STOCK TRANSFER I hereby exercise my Non-Qualified Stock Option granted by COMPTEK RESEARCH, INC., subject to all the terms and provisions set forth in the Non-Qualified Stock Option and Agreement dated _______________ setting forth said option, and of the Equity Incentive Plan referred to therein, to the extent of _________ shares of Common Stock of the Company. Enclosed is my check in the sum of $_________ in full payment for such shares. I acknowledge that to be effective, this notice and the payment referred to herein must be delivered personally or mailed in the manner set forth in paragraph 4 of the aforesaid Non-Qualified Stock Option and Agreement and must be actually received by COMPTEK RESEARCH, INC. within the applicable time periods referred to in the Equity Incentive Plan. I hereby represent that the shares of Common Stock to be delivered to me pursuant to exercise of the said option are being acquired by me as an investment and not with a view to, or for sale in connection with, the distribution of any thereof. My social security number is . --------------------------- My address (including zip code) for purposes of mailing of stock certificates, notices and other communications to me as a shareholder is: ------------------------------------------------------------ ------------------------------------------------------------ ------------------------------------------------------------ My legal name is -------------------------------------------- First Initial Last (Please Print) ------------------------------------------------------------ Signature - must correspond to legal name printed above Date: ------------------------------------------------------- -7- EX-10.1.B 3 EXHIBIT 10.1(B) 1 Exhibit 10.1b COMPTEK RESEARCH, INC. NON-QUALIFIED STOCK OPTION AND AGREEMENT This Non-Qualified Stock Option and Agreement made as of the 20th day of June, 1996, by and between COMPTEK RESEARCH, INC., a New York corporation with principal offices in Buffalo, New York (the "Company"), and JOHN J. SCIUTO residing at 6392 BLACK WALNUT COURT, E. AMHERST, NY 14051 ("Optionee"). W I T N E S S E T H : WHEREAS, on July 23, 1992, the Shareholders of the Company adopted an Equity Incentive Plan (the "Plan"), a copy of which has been delivered to Optionee or is being delivered at the time of delivery by the Company of this executed Option and Agreement, and which is incorporated herein by reference; and WHEREAS, pursuant to the Plan the Board of Directors of the Company has authorized and approved the granting of an option herein granted and the making of this Agreement; NOW, THEREFORE: 1. GRANT OF OPTION. The Company hereby grants to the Optionee, on and subject to all of the terms and conditions contained in the Plan and in this Option and Agreement, an option to purchase (the "Option") up to a total of 50,000 shares (the "Shares"), par value $0.02 per share, of the common stock of the Company at the price of $5.50 per share, said price being at least 100% of the fair market value of such stock on -1- 2 the date hereof (which, for all purposes of this Option and Agreement, is the date of granting of the Option herein contained), as determined by the Company in its discretion in good faith, but which the Company does not represent or warrant will be accepted by the United States Internal Revenue Service or by any other governmental authority as representing at least 100% of the fair market value of such stock on the date hereof. AND THE PARTIES DO HEREBY AGREE IN CONSIDERATION OF THE GRANTING OF THE SAID OPTION AND FOR OTHER GOOD AND VALID CONSIDERATION AS FOLLOWS: 2. EXERCISE PERIOD. No Option shall be exercisable either in whole or in part prior to one year from the date of grant. Subject to the right of accumulation provided in the last sentence of this Section, the option granted in this Option and Agreement shall be first exercisable, as follows: 10,000 shares on June 20, 1997; 10,000 shares on June 20, 1998; 10,000 shares on June 20, 1999; 20,000 shares on June 20, 2000; and Provided, however, the number of option-shares first exercisable each June 20 listed above shall only be exercisable if the Company's annual profits after tax and earnings per share targets for the fiscal year ending March 31 immediately preceding such June 20 date have been achieved. This Option shall expire and shall not be exercisable after the expiration of ten (10) years from the date hereof. -2- 3 To the extent not exercised, installments shall accumulate and be exercisable, in whole or in part, at any subsequent period of time but not later than ten (10) years from the date of this Option and Agreement, subject to the limitations provided herein and in the Plan in the event of termination of employment. 3. MANNER OF EXERCISE. (a) This Option shall be exercised only by personal delivery to an executive officer of the Company (other than the Optionee hereunder) or by mailing to the Company, attention of an executive officer of the company (other than the Optionee hereunder), postage prepaid, first class, certified mail, return receipt requested, written notice of exercise in the form annexed hereto at the principal office of the Company setting forth the number of Shares with respect to which the Option is exercised and signed by the Optionee, and accompanied by payment of the Option price for the number of Shares as to which the Option is exercised. To be effective, said written notice of exercise and payment must be actually received by the Company within the applicable time periods referred to in this Option and Agreement and the Plan. (b) As a condition to the issuance of Shares under this Option, the Optionee authorizes the Company to withhold in accordance with applicable law from any cash compensation payable to him any taxes required to be withheld by the Company under Federal, State or Local law as a result of his exercise of this Option. 4. OPTION NON-TRANSFERABLE. This Option is not transferable by the Optionee otherwise than by will or the laws of descent and distribution and is exercisable, during his lifetime, only by the Optionee. -3- 4 5. TERMINATION OF EMPLOYMENT. (a) In the event that the Optionee shall quit the employ of the Company or its subsidiaries for any reason, or shall cease to be employed by the Company or its subsidiaries for any reason other than death, retirement, disability, or discharge without cause, the Option period of any unexercised portion of the Option granted to the Optionee pursuant to this Option and Agreement shall terminate upon the termination of the Optionee's employment. (b) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of retirement because of age, the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within three (3) months after such termination of employment. Option installments accumulating during such three (3) month period shall also be exercisable. "Retirement" as referred to herein shall be deemed to mean the termination of the Optionee's employment by the Company or its subsidiaries by reason of his attainment of such age as may have been determined by the employment policies or any pension plan of the Company or subsidiary employer to be normal retirement age. (c) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of disability (within the meaning of Section 105(d)(4) or successor Section of the Code), the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within one (1) year after such termination of employment. Option installments accumulating during such one (1) year period shall also be exercisable. (d) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of Optionee's death; or in the event of the death of the Optionee within a period of three (3) months after the termination of his employment with -4- 5 the company or its subsidiaries and at a time when an unexercised Option theretofore granted to him has not terminated or expired, the Option may be exercised (to the extent exercisable under Section 2 hereof and not previously exercised) within six (6) months after the Optionee's death, by the executors or administrators of the Optionee or by any person or persons who shall have acquired the Option directly from the Optionee by bequest or inheritance. Option installments accumulating during such six (6) months period shall also be exercisable. (e) In the event that the Optionee shall cease to be employed by the Company or its subsidiaries by reason of discharge without cause, the Optionee shall have the right to exercise the Option (to the extent exercisable under Section 2 hereof and not previously exercised) within three (3) months after such termination of employment. The phrase, "discharge without cause," as hereinabove used, means the discharge of the Optionee by the Company or subsidiary employer for reasons other than: intemperate use of alcohol or addictive drugs, or conviction of a felony, or conviction for a misdemeanor other than under the vehicle and traffic laws, or substantial evidence of dishonesty in relation to the property, funds or affairs of the Company or any subsidiary or any other employee thereof or any person dealing therewith. Option installments accumulating during such three (3) month period shall also be exercisable. 6. APPLICABLE LAW. This Option and Agreement shall be governed by the applicable laws of the State of New York and of the United States. If any provision of this Option and Agreement be deemed in violation of any applicable law, then said provision shall be deemed excised from this Option and Agreement, and the remaining provisions of this Option and Agreement shall remain in full force and effect. 7. SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, their respective heirs, successors, administrators, assigns, nominees or any person or persons otherwise succeeding to the interest of either of the parties hereto. -5- 6 8. GENERAL PROVISIONS. (a) This Option and Agreement, as incorporating the Plan, contains the entire understanding of the parties with reference to the subject matter herein. It may be changed, modified, discharged or abandoned only by an agreement in writing signed by the party or parties to be charged therewith. (b) Optionee understands and agrees that Company is not able to provide tax advice to Optionee and Optionee will seek the advice of his own qualified tax advisor in connection with the tax consequences of the exercise of failure to exercise the Option herein referred to, or the transfer of any shares acquired in connection therewith, as of any particular date or dates. (c) Whenever in this Option and Agreement the singular number is used, the same shall include the plural, and the masculine gender shall include the feminine and neuter genders, and vice versa, as the context requires. The section headings used herein are for reference and convenience only and shall not enter into the interpretation thereof. -6- 7 IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above written. COMPTEK RESEARCH, INC. By: /s/ Christopher A. Head ----------------------------------- Christopher A. Head Executive Vice President and General Counsel /s/ John J. Sciuto ----------------------------------- John J. Sciuto, Optionee -7- 8 NOTICE OF EXERCISE OF STOCK OPTION AND RECORD OF STOCK TRANSFER I hereby exercise my Non-Qualified Stock Option granted by COMPTEK RESEARCH, INC., subject to all the terms and provisions set forth in the Non-Qualified Stock Option and Agreement dated _______________ setting forth said Option, and of the Equity Incentive Plan referred to therein, to the extent of _________ shares of Common Stock of the Company. Enclosed is my check in the sum of $_________ in full payment for such shares. I acknowledge that to be effective, this notice and the payment referred to herein must be delivered personally or mailed in the manner set forth in paragraph 3 of the aforesaid Non-Qualified Stock Option and Agreement and must be actually received by COMPTEK RESEARCH, INC. within the applicable time periods referred to in the Equity Incentive Plan. I hereby represent that the shares of Common Stock to be delivered to me pursuant to exercise of the said Option are being acquired by me as an investment and not with a view to, or for sale in connection with, the distribution of any thereof. My social security number is ___________________________. My address (including zip code) for purposes of mailing of stock certificates, notices and other communications to me as a shareholder is: -------------------------------------------------------------- -------------------------------------------------------------- -------------------------------------------------------------- My legal name is ---------------------------------------------- First Initial Last (Please Print) -------------------------------------------------------------- Signature - must correspond to legal name printed above Date: --------------------------------------------------------- -8- EX-10.5.B 4 EXHIBIT 10.5(B) 1 Exhibit 10.5b Manufacturers and Traders Trust Company One Fountain Plaza, Buffalo, NY 14203-1495 (716) 842-4200 Fax: (716) 848-7318 Western New York Commercial Banking Department SECOND AMENDMENT AGREEMENT This Agreement is executed the 9th day of May, 1997 as of March 14, 1997 between Manufacturers and Traders Trust Company, a New York banking corporation having its chief executive office at One M&T Plaza, Buffalo, New York 14240, (the "Bank"), and Comptek Federal Systems, Inc., a New York business corporation having its chief executive office at 2732 Transit Road, Buffalo, New York 14224, (the "Borrower"). WHEREAS, the Bank and the Borrower previously entered into a Corporate Revolving and Term Loan Agreement dated March 7, 1996, (as heretofore amended the "Loan Agreement"); and WHEREAS, the Bank and the Borrower now desire to amend certain provisions of the Loan Agreement; NOW, THEREFORE, effective as of the date of this Amendment Agreement, the Bank and the Borrower agree that: 1. Section 1c of the Loan Agreement is amended to read as follows: c. APPLICABLE MARGIN. "Applicable Margin" means for any day (i) if the total of (A) the aggregate outstanding principal amounts of all Revolving Loans at the end of such day and (B) the outstanding principal amount of Term Loan I at the end of such 2 -2- day does not exceed $10,000,000, (I) 0% for purposes of clause (i) (A) of the first sentence of Section 2e of this Agreement and (II) 2% for purposes of clause (i) (B) (I) (1) of such sentence or (ii) if such total exceeds $10,000,000, (I) 1/2% for purposes of such clause (i) (A) and (II) 3 1/2% for purposes of such clause (i) (B) (I) (1). 2. The Loan Agreement is changed by this Amendment Agreement only to the extent that it is specifically amended by this Amendment Agreement, and, as so amended, the Loan Agreement shall remain in full force and effect. Effective as of the date of this Amendment Agreement, references in the Loan Agreement to "this Agreement" shall be deemed to be references to the Loan Agreement as amended by this Amendment Agreement. IN WITNESS WHEREOF, the Bank and the Borrower have caused this Amendment Agreement to be duly executed on the date shown at the beginning of this Amendment Agreement. MANUFACTURERS AND TRADERS TRUST COMPANY By /s/ Mark E. Hoffman --------------------------------------- Mark E. Hoffman, Vice President COMPTEK FEDERAL SYSTEMS, INC By /s/ John J. Sciuto --------------------------------------- John J. Sciuto, President and CEO 3 -3- ACKNOWLEDGMENTS STATE OF NEW YORK ) : SS. COUNTY OF ERIE ) On the 9th day of May in the year 1997, before me personally came Mark E. Hoffman, to me known, who, being by me duly sworn, did depose and say that he resides at 120 Dorset Drive Buffalo, NY 14223; that he is a Vice President of Manufacturers and Traders Trust Company, the corporation described in and which executed the above instrument; and that he signed his name thereto by order of the board of directors of said corporation. /s/ Christopher A. Head -------------------------------- Notary Public CHRISTOPHER A. HEAD Notary Public, State of New York Qualified In Erie County My Commission Expires June 7, 1998 4 -4- STATE OF NEW YORK ) : SS. COUNTY OF ERIE ) On the 9th day of May in the year 1997, before me personally came John J. Sciuto, to me known, who, being by me duly sworn, did depose and say that he resides at 6392 Black Walnut Court, East Amherst, New York 14051; that he is the President and CEO of Comptek Federal Systems, Inc., the corporation described in and which executed the above instrument; and that he signed his name thereto by order of the board of directors of said corporation. /s/ Christopher A. Head -------------------------------- Notary Public CHRISTOPHER A. HEAD Notary Public, State of New York Qualified In Erie County My Commission Expires June 7, 1998 EX-10.7.G 5 EXHIBIT 10.7(G) 1 Exhibit 10.7g - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 2 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJECT NO. (If applicable) P00013 | See Block 16C | | - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N68936 | 7. ADMINISTERED BY CODE | S3306A ------------------------| (if other than Item 6) ------------------------------ Research and Engineering Department | DCMAO Syracuse NAWCWPNS Code 216000E | 615 Erie Boulevard, West Suite 200 Point Mugu, CA 93042-5000 | Syracuse, NY 13204-2408 Daniel R. Mahan, 805/989-1915 | | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, country, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. |---| | | | |---------------------------------------- | |9B. DATED (SEE ITEM 11) Comptek Federal Systems, Inc. | | 2732 Transit Road |---|---------------------------------------- Buffalo, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00123-94-D-0033 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CODE 0TTJ6 | FACILITY CODE | | 29 April 1994 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers |___| is |___| is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION DATA (If required) - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- (x)|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: X | Mutual agreement of the parties - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) | - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor ( ) is not (X) is required to sign this document and return two copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible) See page 2. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) JAMES E. LUECK | EW-DIRECTOR |H.G. Kelley, Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | /s/ James E. Lueck | 4/29/97 |BY /s/ H.G. Kelley | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |29 APR 1997 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
2 N00123-94-D-0033 P00013 Page 2 of 2 The purpose of this modification is to add the following clauses to Section I of Contract N00123-94-D-0033: 252.227.7013 RIGHTS IN TECHNICAL DATA - NOV 1995 NONCOMMERCIAL ITEMS (NOV 1995) 252.227-7014 RIGHTS IN NONCOMMERCIAL JUN 1995 COMPUTER SOFTWARE AND NONCOMMERCIAL COMPUTER SOFTWARE DOCUMENTATION 252.227-7019 VALIDATION OF ASSERTED JUN 1995 RESTRICTIONS - COMPUTER SOFTWARE 252.227-7025 LIMITATIONS ON THE USE OR JUN 1995 DISCLOSURE OF GOVERNMENT- FURNISHED INFORMATION MARKED WITH RESTRICTIVE LEGENDS ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME
EX-10.8.I 6 EXHIBIT 10.8(I) 1 Exhibit 10.8i
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00184 | same as Blk 16C | N00024-97-FR-54530 | 7-03KF-54530 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEM COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following method: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UFC section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-96-X50 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICE (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |30 DEC 96 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
2 N00024-90-C-5208 Modification P00184 Page 2 of 4 The purposes of this modification are to: (a) create new Subline Items, and (b) provide additional funds under CLIN 0032 in the amount of $200,000.00. Accordingly Contract N00024-90-C-5208 is modified as follow: 1. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS, is restated adding the following new Subline Items. 0032AK - U.S. Navy shipbuilding/overhaul programs authorized for funding with SCN appropriations (SCN)(FY94) 0032AL - U.S. Navy shipbuilding/overhaul programs authorized for funding with SCN appropriations (SCN)(FY96) 2. Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ------ ----- ------- 0032AC 46,729 3,271 50,000 0032AK 93,458 6,542 100,000 0032AL 46,729 3,271 50,000 ------ ----- ------ 186,916 13,084 200,000
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 3 N00024-90-C-5208 Modification P00184 Page 3 of 4 3. Accordingly the amount funded to date is increased by $200,000.00 from $43,831,132.00 to a new total of $44,031,132.00 apportioned as follows: ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 003lAR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132 4 N00024-90-C-5208 Modification P00184 Page 4 of 4 ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 252,336 0 17,664 270,000 O&MN 0032AB 93,458 0 6,542 100,000 RDT&E,N 0032AC 46,729 0 3,271 50,000 SCN(FY91) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 93,458 0 6,542 100,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------- - ------ ------- TOTAL 532,710 0 37,290 570,000 SUB-TOTAL TO DATE 41,125,215 26,344 2,879,573 44,031,132 3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 5 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE _ OF _ N0002490C5208 | | | (TI 96-X50) | | P00184 | N0002497FR5430 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AC EP 1711611 8386 000 WB WCL 0 068342 2D 000000 21879 429 0010 $50,000.00 N0002491PD77007 (LHD 5) 0032AK KE 1741611 8386 000 WB WCL 0 068342 2D 000000 22202 429 001A $100,000.00 N0002494PD77027 (LHD 6) 0032AL PH 1761711 8386 000 WB WCL 0 068342 2D 000000 23027 400 001A $50,000.00 N0002496PD77025 (LHD 7) - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $200,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: CDR M. Ross, USN, SEA 91K1 | COMPTROLLER APPROVAL: | /s/ M. Ross | /s/ V. Jefferson | V. Jefferson 703-602-3130 X 212 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 11/4/96 | DATE: 12/19/96 - ------------------------------------------------------------------------------------------------------------------------------------
6 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) POO185 | same as Blk 16C | N00024-97-FR-54533 | 7-03KF-54533 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTRATED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACTER/ODER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE OTTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8, 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amemdment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attacted Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-96-X49 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |30 DEC 96 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
7 N00024-90-C-5208 Modification P00185 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $60,000.00. Accordingly, Contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0032AB 56,075 3,925 60,000
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 8 N00024-90-C-5208 Modification P00185 Page 3 of 4 2. The amount funded to date is increased by $60,000.00 from $44,031,132.00 to a new total of $44,091,132.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
9 N00024-90-C-5208 Modification P00185 Page 4 of 4
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 252,336 0 17,664 270,000 O&MN 0032AB 149,533 0 10,467 160,000 RDT&E,N 0032AC 46,729 0 3,271 50,000 SCN(FY91) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 93,458 0 6,542 100,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------ - ----- ------ TOTAL 588,785 0 41,215 630,000 SUB-TOTAL TO DATE 41,181,290 26,344 2,883,498 44,091,132
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 10
- ------------------------------------------------------------------------------------------------------------------------------------ FINANCIAL ACCOUNTING DATA SHEET - ------------------------------------------------------------------------------------------------------------------------------------ 1. DOCUMENT NUMBER (PIIN)|2.SUPPL|3. DATE EFFECTIVE|4. PROCUREMENT REQUEST NO. |5. PAYING OFC| 6.TYPE OF MOD.|7.TAC | PIIN| YR. MO. DA. | N0002497FR54533 | | | N0002490C5208 | | | | | TI# 96-X49 | | P00185 | - ------------------------------------------------------------------------------------------------------------------------------------ 8.|9. |10. |11. |12. |13. |14. |15. ACCOUNTING DATA |16. A | | | | | | |-------------------------------------------------------------------------| AMOUNT C | REFERENCE | REF | | | | |A. |B. |C. |D. | E. BCN |F. |G. |H. |I. |J. COST CODE | T | DOCUMENT | ACRN|CLIN|SLIN|QTY |UNIT|ACRN|APPROPRI-| SUB-| OBJ |---------| SA| AAA| TT| PAA|-----------------| C | NUMBER | | | | | | | ATION | HEAD|CLASS|PARM | RM| | | | |PROJ. |MCC|PLLI&S| O | | | | | | | | | | | | | | | | |UNIT | | | D | | | | | | | | | ----------------------------------------------------- E | | | | | | | | | |K. OTHER THAN NAVY ACCOUNTING DATA | - ------------------------------------------------------------------------------------------------------------------------------------ N0002497AF185XG 0032 AB PE 1771319 85XG 000 SA SCL 0 068342 2D 980360 S2283 000 0010 $ 60,000.00 - ------------------------------------------------------------------------------------------------------------------------------------ TOTAL |$ 60,000.00 - ------------------------------------------------------------------------------------------------------------------------------------ 17. FINANCIALL MANAGER | 18. COMPTROLLER CLEARANCE JAN PAUL HOPE, PMS317F | - ------------------------------------------------------------------------------------------------------------------------------------ SIGNATURE | DATE | OBLIGATION OF FUNDS IS AUTHORIZED | SIGNATURE |DATE /s/ John L. Whitehead | 11/6/96 | IN AMOUNTS SHOWN IN SOLUMN 16 ABOVE | 12/12/96 J. L. Pritchett | 12/12/96 - ------------------------------------------------------------------------------------------------------------------------------------ NAVSEA 7300/17 (REV 7-90) (Supersedes NAVMAT 7300/10) J. L. Pritchett 703-602-2527 BY DIRECTION OF CAPT V. H. ACKLEY DEPUTY COMMANDER/COMPTROLLER
11 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00186 | same as Blk 16C | N00024-97-FR-54533 | 7-03KF-54535 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X10 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |30 DEC 96 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
12 N00024-90-C-5208 Modification P00186 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $169,882.00. Accordingly, Contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0032AB 158,768 11,114 169,882
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 13 N00024-90-C-5208 Modification P00186 Page 3 of 4 2. The amount funded to date is increased by $169,882.00 from $44,091,132.00 to a new total of $44,261,014.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 003lAC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SGN(FY93) 003lAR 70,093 0 4,907 75,000 SGN(FY92) 0031AS 186,916 0 13,084 200,000 SGN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
14 N00024-90-C-5208 Modification P00186 Page 4 of 4
ITEM ESTIMATED COST GOM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 252,336 0 17,664 270,000 O&MN 0032AB 308,301 0 21,581 329,882 RDT&E,N 0032AC 46,729 0 3,271 50,000 SCN(FY91) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 93,458 0 6,542 100,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------ - ----- ------ TOTAL 747,553 0 52,329 799,882 SUB-TOTAL TO DATE 41,340,058 26,344 2,894,612 44,261,014
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 15 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54535 | | P00186 N0002491 | TIX10 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AB PF 1771319 1450 000 SA SDF 0 068342 2D 980360 U2039 000 0010 169,882.00 N0002497AF11450 ***PE0603755N*** - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 169,882.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: CAPT D. BUSCH, PEO(TAD)CA | COMPTROLLER APPROVAL: | /s/ David Busch | /s/ C.L. Lancaster | By DIRECTION OF | CAPT. V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: 12/30/96 | DATE: DEC 16 1996 - ------------------------------------------------------------------------------------------------------------------------------------
16
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00187 | same as Blk 16C | N00024-97-FR-54540 | 7-03KF-54540 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TIs 97-X18 97-X19 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |30 DEC 96 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
17 N00024-90-C-5208 Modification P00187 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $357,000.00. Accordingly, Contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0032AA 333,645 23,355 357,000
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 18 N00024-90-C-5208 Modification P00187 Page 3 of 4 2. The amount funded to date is increased by $357,000.00 from 44,261,014.00 to a new total of $44,618,014.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 003lAN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 003lAR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
19 N00024-90-C-5208 Modification P00187 Page 4 of 4
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 585,981 0 41,019 627,000 O&MN 0032AB 308,301 0 21,581 329,882 RDT&E,N 0032AC 46,729 0 3,271 50,000 SCN(FY91) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 93,458 0 6,542 100,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------- - ----- ------- TOTAL 1,081,198 0 75,684 1,156,882 SUB-TOTAL TO DATE 41,673,703 26,344 2,917,967 44,618,014
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 20 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | | | P00187 | N0002497TITI-X18 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AA PC 1771804 1U6N 000 SA SDF 0 068342 2D 000000 46N0F ETS 00F0 161,000.00 N0002497RA01U6N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 161,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: ZELMA S. PLUMMER PEO(TAD) D12 | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummer | J.L. Garris 703-602-3870 | BY DIRECTION OF CAPT V.H. ACKLEY DATE: 12/5/96 | DATE: 12/16/96 DEPUTY COMMANDER/COMPTROLLER X40 - ------------------------------------------------------------------------------------------------------------------------------------
21 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | | | P00187 | N0002497 TI-X19 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AA PC 1771804 1U6N 000 SA SDF 0 068342 2D 000000 46N0F ETS 00F0 196,000.00 N0002497RA01U6N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 196,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: ZELMA S. PLUMMER PEO(TAD) D12 | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummer | /s/ J.L. Garris 703-602-3870 | BY DIRECTION OF CAPT V.H. ACKLEY DATE: 12/5/96 | DATE: 12/16/1996 DEPUTY COMMANDER/COMPTROLLER X40 - ------------------------------------------------------------------------------------------------------------------------------------
22
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00184 | same as Blk 16C | N00024-97-FR-54544 | 7-03KF-54544 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEM COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following method: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UFC section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X08 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICE (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |30 DEC 96 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
23 N00024-90-C-5208 Modification P00188 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $450,000.00. Accordingly, Contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- ---- --- ----- 0032AA 430,561 29,439 450,000
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 24 N00024-90-C-5208 Modification P00188 Page 3 of 4 2. Accordingly the amount funded to date is increased by $450,000.00 from $44,618,014.00 to a new total of $45,068,014.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY9S) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
25 N00024-90-C-5208 Modification P00188 Page 4 of 4
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,006,542 0 70,458 1,077,000 O&MN 0032AB 308,301 0 21,581 329,882 RDT&E,N 0032AC 46,729 0 3,271 50,000 SCN(FY9I) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 93,458 0 6,542 100,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------ - ----- ------ TOTAL 1,501,759 0 105,123 1,606,882 SUB-TOTAL TO DATE 42,094,264 26,344 2,947,406 45,068,014
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 26 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | | | P00188 | N0002497FR54544 TI 97-X08 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AA PG 1771804 8U6N 000 SA SCL 0 068342 2D 000000 46N0F 000 0000 $450,000.00 N0002497RA08U6N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $450,000.00 | | --------------| GRAND TOTAL | $450,000.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: Capt H.R. Hause PMS430 | COMPTROLLER APPROVAL: B.L. Augusta By | DIRECTION OF CAPT V.H. ACKLEY /s/ Capt H.R. Hause | /s/ B.L. Augusta By | DEPUTY COMMANDER/COMPTROLLER DATE: 12/11/96 Ph (703)602-0647 Ext. 600 Fax (703)602-0649 | DATE: 12/18/1996 - ------------------------------------------------------------------------------------------------------------------------------------
27 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00189 | same as Blk 16C | N00024-97-FR-54547 | 7-03KF-54547 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following method: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-XO9 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SR, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |10 JAN 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
28 N00024-90-C-5208 Modification P00189 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $255,000. Accordingly, contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-12 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0032AC 84,112 5,888 90,000 0032AK 154,206 10,794 165,000 ------- ------ ------- $238,318 $16,682 $255,000
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 29 N00024-90-C-5208 Modification P00189 Page 3 of 4 2. The amount funded to date, per the attached financial accounting data sheets, is increased by $255,000 from $45,068,014 to a new total of $45,323,014 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY9I) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN FY93 0031AR 70,093 0 4,907 75,000 SCN FY92 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY9S) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
30 N00024-90-C-5208 Modification P00189 Page 4 of 4
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,006,542 0 70,458 1,077,000 O&MN 0032AB 308,301 0 21,581 329,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY9I) 0032AD 0 0 0 0 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) ------ - ----- ------ TOTAL 1,740,077 0 121,805 1,861,882 SUB-TOTAL TO DATE 42,332,582 26,344 2,964,088 45,323,014
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 31 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | | | P00189 | N0002497FR54547 (TI97X09) - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AC DG 1711611 8386 000 WB WCL 0 068342 2D 000000 21879 429 001C $90,000.00 N0002491PD77007 (LHD 5) 0032AK PK 1741611 8386 000 WB WCL 0 068342 2D 000000 22202 429 001D $165,000.00 N0002494PD77027 (LHD 6) - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $225,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: CDR M. Ross, USN, SEA 91K1 | COMPTROLLER APPROVAL: M.R. Wagner | /s/ M. Ross | /s/ M.R. Wagner | M.R. Wagner 703-602-3130x210 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: 12/12/96 | DATE: 12/24/1996 - ------------------------------------------------------------------------------------------------------------------------------------
32 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 4 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00190 | same as Blk 16C | N00024-97-FR-54530 | 7-03KF-54550 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-96-X39(A) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |10 JAN 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
33 N00024-90-C-5208 Modification P00190 Page 2 of 4 The purpose of this modification is to provide additional funds under CLIN 0032 in the amount of $135,500. Accordingly, contract N00024-90-C-5208 is modified as follow: 1. Funding under Clause H-12 ALLOCATION AND ALLOTMENT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- ----- ----- 0032AD 126,636 8,864 135,500
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK 34 N00024-90-C-5208 Modification P00190 Page 3 of 4 2. The amount funded to date, per the attached financial accounting data sheets, is increased by $135,500 from $45,323,014 to a new total of $45,458,514 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 003lAR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 003lAW 140,187 0 9,813 150,000 SCN(FY95) - ----- --------- - ------- --------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
35 N00024-90-C-5208 Modification P00190 Page 4 of 4
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,006,542 0 70,458 1,077,000 O&MN 0032AB 308,301 0 21,581 329,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) --------- - ------- --------- TOTAL 1,866,713 0 130,669 1,997,382 SUB-TOTAL TO DATE 42,459,218 26,344 2,972,952 45,458,514
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 36 FINANCIAL ACCOUNTING DATA SHEET - NAVY
01P 3 MULTI - ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54550 | | P00190 | TI 96-X39(a) - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AD PJ 1771810 82MB 000 4L S4F 0 068342 2D 000000 MB040 000 0010 $135,500.00 N0002497PD30341 THIS FUNDING EXPIRES ON 30 SEPTEMBER 1999 - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $ 135,500.00 | | --------------| GRAND TOTAL | $ 135,500.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: CAPT H.R. Hause, PMS5430 | COMPTROLLER APPROVAL: Phone (703) 602-0648 X600 Fax (703) 602-0649 | /s/ ILLEGIBLE | /s/ D.C. Plummer | D.C. Plummer 703-602-9078 X510 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 13 DEC 96 | DATE: DEC 27 1996 - ------------------------------------------------------------------------------------------------------------------------------------
37 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00191 | same as Blk 16C | N00024-97-FR-54562 | 7-03KF-54562 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TIs 97-X27 97-X13 97-X11 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) | 7 FEB 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
38 N00024-90-C-5208 N00024-970-FR-54562 Modification P00191 Page 2 of 3 The purpose of this modification is to: (a) create new Subline Item, and (b) provide additional funds under CLIN 0032 in the amount $295,856.00. Accordingly, the contract is modified as follows: 1. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS, is restated adding the following new Subline Item. 0032AM - Engineering Technical Services programs authorized for funding with RDT&E appropriations (RDT&E) ETS 2. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follow:
EST FIXED ITEM COST FEE TOTAL ---- ----- ----- 0032AB 140,187 9,813 150,000 0032AM 136,314 9,542 145,856 ------- ------ ------- 276,501 19,355 295,856
3. The amount funded to date is increased by $295,856.00 by $45,458,514.00 to a new total $45,754,370.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
39 N00024-90-C-5208 N00024-97-FR-54562 Modification P00191 Page 3 of 3
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,006,542 0 70,458 1,077,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E, (ETS) --------- - ------- --------- TOTAL 2,143,214 0 150,024 2,293,238 SUB-TOTAL TO DATE 42,735,719 26,344 2,992,307 45,754,370
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 40 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54562 | | P00191 | TI 97-X27 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AB PM 1771319 87HY 000 SA SCL 0 068342 2D 980360 S1823 000 0010 $150,000.00 N0002497AF187HY - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $150,000.00 | | --------------| GRAND TOTAL | $150,000.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ D. L. Tressler | /s/ M. S. Newman | M. S. Newman 703-602-2808 D. L. Tressler, PMS430PM | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 13 DEC 96 PHONE (703) 602-1782 X620 Fax (703)602-0649 | DATE: 1/29/97 - ------------------------------------------------------------------------------------------------------------------------------------
41 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54562 | | P00191 | TI-97-X13 COMPTEK - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AM PN 1771319 84TA 000 SA S3K 068342 2D 980360 S0164 ETS ETS0 $76,119.00 N0002497AF184TA PE63582N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $76,119.00 | | --------------| GRAND TOTAL | $76,119.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ JAMES S. EGELAND | /s/ M. S. Newman | M. S. Newman 703-602-2808 JAMES S. EGELAND | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 1/6/97 | DATE: 1/29/97 - ------------------------------------------------------------------------------------------------------------------------------------
42 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N00024-90-C-5208 | | | N0002497FR54562 | | P00191 | TI-97-X11 COMPTEK - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AM PN 1771319 84TA 000 SA S3K 068342 2D 980360 S0164 ETS ETS0 $69,737.00 N0002497AF184TA PE63582N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $69,737.00 | | --------------| GRAND TOTAL | $69,737.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ JAMES S. EGELAND | /s/ M. S. Newman | M. S. Newman 703-602-2808 JAMES S. EGELAND | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 1/6/97 | DATE: 1/29/97 - ------------------------------------------------------------------------------------------------------------------------------------
43 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00192 | same as Blk 16C | N00024-97-FR-54566 | 7-03KF-54566 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-96-X04(c) Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |24 FEB 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
44 N00024-90-C-5208 N00024-97-FR-54566 Modification P00192 Page 2 of 3 The purpose of this Modification is to provide additional funds under CLIN 0032AA in the amount $6,000.00. Accordingly, the contract is modified as follows: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follow:
EST FIXED ITEM COST FEE TOTAL ---- ----- ----- 0032AA 5,607 393 6,000
2. The amount funded to date is increased by $6,000.00 by $45,754,370.00 to a new total $45,760,370.00 apportioned as follows:
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 003lAC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY9l) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 003lAT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ------- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
45 N00024-90-C-5208 N00024-97-FR-54566 Modification P00192 Page 3 of 3
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E, (ETS) --------- - ------- --------- TOTAL 2,148,821 0 150,417 2,299,238 SUB - TOTAL TO DATE 42,741,326 26,344 2,992,700 45,760,370
4. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 46 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER N0002497FR54566 PAGE: 1 OF 1 N0002490C5208 | | P00192 | N0002496TI96-X04(c) - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AA PC 1771804 1U6N 252 SA SDF 0 068342 2D 000000 46N0F ETS 00F0 6,000.00 N0002497RA01U6N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 6,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: ZELMA PLUMMERM, PEO (TAD)D12 | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummerm | /s/ W.M. Garrett | W.M. GARRETT 703-602-3130 X 212 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: | DATE: Feb 20 1997 - ------------------------------------------------------------------------------------------------------------------------------------
47
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00193 | same as Blk 16C | N00024-97-FR-54567 | 7-03KF-54567 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers |___| is |___| is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X20 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |24 FEB 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
48 N00024-90-C-5208 N00024-97-FR-54567 Modification P00193 Page 2 of 3 The purpose of this Modification is to: (a) create new Subline Items, and (b) provide additional funds under CLIN 0032 in the amount $35,629.00. Accordingly, the contract is modified as follows: 1. SSECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS, is restated adding the following new Subline Items 0032AN - U.S. Navy shipbuilding/overhauls programs authorized for funding with SCN appropriations (SCN)FY88) 0032AP - U.S. Navy shipbuilding/overhauls programs authorized for funding with SCN appropriations (SCN)FY93) 2. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follow:
EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0032AN 19,279 1,350 20,629 0032AP 14,019 981 15,000 ------ --- ------ 33,298 2,331 35,629
3. The amount funded to date is increased by $35,629.00 by $45,760,370.00 to a new total $45,795,999.00 apportioned as follows:
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
49 N00024-90-C-5208 N00024-97-FR-54567 Modification P00193 Page 3 of 3
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E,(ETS) 0032AN 19,279 0 1,350 20,629 SCN(FY88) 0032AP 14,019 0 981 15,000 SCN(FY93) ------ - --- ------ TOTAL 2,182,119 0 152,748 2,334,867 SUB-TOTAL TO DATE 42,774,624 26,344 2,995,031 45,795,999
4. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 50 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54567 | | P00193 | N0002497TI97-X20 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AN PQ 1781611 8210 000 3P WGL 0 068342 2D 000000 21853 4TS 0030 20,629.00 N0002497PD92381 CVN-75 0032AP PR 1731611 8385 000 3P WCL 0 068342 2D 000000 22202 429 0050 15,000.00 N0002493PD77032 LHD-6 ***LHD 6 OWLD: 10/99*** ***CVN 75 OWLD: 7/99*** - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 35,629.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummer | /s/ V. Jefferson | V. Jefferson 703-602-3130 X 212 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 1/15/97 | DATE: 2/13/97 - ------------------------------------------------------------------------------------------------------------------------------------
51 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00194 | same as Blk 16C | N00024-97-FR-54570 | 7-03KF-54570 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) TIs 97-X14 SEE ATTACHED PAGES 97-X12 97-X15 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |24 FEB 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
52 N00024-90-C-5208 N00024-97-FR-54570 Modification P00194 Page 2 of 3 The purposes of this Modification are to: (a) exercise Option 0033, (b) Create new Subline Item 0033AK, and (c) fund Item 0033 in the amount of $284,144.00 Accordingly, the contract is modified as follows: 1. In accordance with FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) (NAVSEA VARIATION) (FEB 1994), the Government hereby exercises option Item 0033. 2. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS, is restated adding the following new Subline Item 0033AK - Engineering Technical Services programs authorized for funding with RDT&E appropriations (RDT&E) ETS 3. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follows: EST FIXED ITEM COST FEE TOTAL ---- ----- ----- 0033AK 265,555 18,589 284,144 4. The amount funded to date, per the attached financial accounting data sheets, is increased by $284,144.00 from $45,795,999.00 to $46,080,143.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 157,192 0 11,003 168,195 SCN(FY90) 0031AN 523,364 0 36,636 560,000 O&MNR
53 N00024-90-C-5208 N00024-97-FR-54570 Modification P00194 Page 3 of 3 6 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 0 0 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E.(ETS) 0032AN 19,279 0 1,350 20,629 SCN(FY88) 0032AP 14,019 0 981 15,000 SCN(FY93) ------ - ----- ------ TOTAL 2,182,119 0 152,748 2,334,867 0033AA 0 0 0 0 O&MN 0033AB 0 0 0 0 RDT&E,N 0033AC 0 0 0 0 SCN 0033AD 0 0 0 0 OPN 0033AE 0 0 0 0 WPN 0033AF 0 0 0 0 APN 0033AG 0 0 0 0 FMS 0033AH 0 0 0 0 DBOF 0033AJ 0 0 0 0 OTHER 0033AK 265,555 0 18,589 284,144 RDT&E,(ETS) ------- - ------ ------- TOTAL 265,555 0 18,589 284,144 SUB-TOTAL TO DATE 43,040,179 26,344 3,013,620 46,080,143
5. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 54 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 | | | N0002497FR54570 N00024-90-C-5208 | | P00194 | TI-97-X15 COMPTEK - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0033AK PN 1771319 84TA 251 SA S3K 068342 2D 980360 S0164 ETS ETSO $120,780.00 N0002497AF184TA PE63582N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $120,780.00 | | --------------| GRAND TOTAL | $120,780.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ James S. Egeland | /s/ J.L. Pritchett | J.L. Pritchett 703-602-2527 | BY DIRECTION OF | CAPT V. H. ACKLEY JAMES S. EGELAND | DEPUTY COMMANDER/COMPTROLLER DATE: 1/6/97 | DATE: 2/5/97 - ------------------------------------------------------------------------------------------------------------------------------------
55 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 | | | N0002497FR54570 N00024-90-C-5208 | | P00194 | TI-97-X12 COMPTEK - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0033AK PN 1771319 84TA 251 SA S3K 068342 2D 980360 S0164 ETS ETSO $69,098.00 N0002497AF184TA PE63582N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $69,098.00 | | --------------| GRAND TOTAL | $69,098.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ James S. Egeland | /s/ J.L. Pritchett | J.L. Pritchett 703-602-2527 | BY DIRECTION OF | CAPT V. H. ACKLEY JAMES S. EGELAND | DEPUTY COMMANDER/COMPTROLLER DATE: 1/6/97 | DATE: 2/5/97 - ------------------------------------------------------------------------------------------------------------------------------------
56 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 | | | N0002497FR54570 N00024-90-C-5208 | | P00194 | TI-97-X14 COMPTEK - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0033AK PN 1771319 84TA 251 SA S3K 068342 2D 980360 S0164 ETS ETSO $94,266.00 N0002497AF184TA PE63582N - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $94,266.00 | | --------------| GRAND TOTAL | $94,266.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ James S. Egeland | /s/ J.L. Pritchett | J.L. Pritchett 703-602-2527 | BY DIRECTION OF | CAPT V. H. ACKLEY JAMES S. EGELAND | DEPUTY COMMANDER/COMPTROLLER DATE: 1/6/97 | DATE: 2/5/97 - ------------------------------------------------------------------------------------------------------------------------------------
57
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00195 | same as Blk 16C | N00024-97-FR-54571 | 7-03KF-54571 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- | 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers |___| is | ___| is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X21 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |24 FEB 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
58 N00024-90-C-5208 N0024-97-FR-54571 Modification P00195 Page 2 of 3 The purpose of this modification is to provide additional funds under CLIN 0033 in the amount of $50,000.00. Accordingly the contract is modified as follows: 1. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follows:
EST FIXED ITEM COST FEE TOTAL ---- ----- ----- 0033AC 46,729 3,271 50,000
2. The amount funded to date, per the attached financial accounting data sheets, is increased by $50,000.00 from $446,080,143.00 to $46,130,143.00 apportioned as follows:
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 0031AB 894,528 0 62,618 957,146 RDT&E,N 0031AC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 0031AE 355,139 0 24,861 380,000 SCN(FY94) 003lAF 544,860 0 38,140 583,000 OPN 0031AG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 0031AR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 0031AT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342 TOTAL 40,592,505 26,344 2,842,283 43,461,132
59 N00024-90-C-5208 N00024-97-FR-54571 Modification P00195 Page 3 of 3
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 0 0 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E,(ETS) 0032AN 19,279 0 1,350 20,629 SCN(FY88) 0032AP 14,019 0 981 15,000 SCN(FY93) ------ - --- ------ TOTAL 2,182,119 0 152,748 2,334,867 0033AA 0 0 0 0 O&MN 0033AB 0 0 0 0 RDT&E,N 0033AC 46,729 0 3,271 50,000 SCN 0033AD 0 0 0 0 OPN 0033AE 0 0 0 0 WPN 0033AF 0 0 0 0 APN 0033AG 0 0 0 0 FMS 0033AH 0 0 0 0 DBOF 0033AJ 0 0 0 0 OTHER 0033AK 265,555 0 18,589 284,144 RDT&E,(ETS) ------- - ------ ------- TOTAL 312,284 0 21,860 334,144 SUB-TOTAL TO DATE 43,086,908 26,344 3,016,891 46,130,143
3. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 60 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54571 | | P00195 | N0002497TI97X21 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0033AC PS 1761711 8212 000 YW WGL 0 068342 2D 980360 22175 400 001B 50,000.00 N0002496PD92376 - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | 50,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | /s/ SIGNATURE UNREADABLE | /s/ V. F. Jefferson | V. Jefferson 703-602-3130X212 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: | DATE: 2/13/97 - ------------------------------------------------------------------------------------------------------------------------------------
61 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00196 | same as Blk 16C | N00024-97-FR-54572 | 7-03KF-54572 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: Diane Mingo/SEA 02513 | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers ___ is ___ is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following method: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification per Section H, Allotment of Funds Clause paragraph (b) - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UFC section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X25 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |19 Mar 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
62 N00024-90-C-5208 N00024-97-FR-54572 Modification P00196 Page 2 of 3 The purposes of this modification are to: (a) up date SOW Under SECTION C, P00152, and (b) provide additional funds under CLIN 0033 in the amount of $99,997.00. Accordingly, the contract is modified as follows: 1. Under SECTION C - DESCRIPTION/SPECIFICATION WORK STATEMENT, add the following: Provide hardware engineering technical inputs and requirement assessments for ship Combat Direction Systems and shore site facilities. Review ship and shore equipment requirements, deficiencies, surveys, engineering change proposals, system specifications, and provide analysis and recommendations for equipment installations and upgrades. Prepare detailed equipment delivery orders. Prepare, and maintain Government Furnished Equipment (GFE) lists. Provide Engineering Change Proposal (ECP), System documentation, and Equipment Delivery Order tracking summaries. Review system planning documentation and provide technical inputs to identify alternatives for hardware/software implementations. Provide engineering, design, implementations, and documentation support for ACDS integration of proposed and ongoing system upgrades and maintenance efforts. 2. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follow: EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0033AD 93,455 6,542 99,997 3. The amount funded to date, per the attached financial accounting data sheet, is increased by $99,997.00 from $46,130,143.00 to a new total $46,230,140.00 apportioned as follows:
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY COST SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 003lAB 894,528 0 62,618 957,146 RDT&E,N 003lAC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 003lAE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 003lAG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 003lAR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 003lAT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95)
63
N00024-90-C-5208 N00024-97-FR-54572 Modification P00196 Page 3 of 3 ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 0 0 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E, (ETS) 0032AN 19,279 0 1,350 20,629 SCN(FY88) 0032AP 14,019 0 981 15,000 SCN(FY93) --------- - ------- --------- TOTAL 2,182,119 0 152,748 2,334,867 0033AA 0 0 0 0 O&MN 0033AB 0 0 0 0 RDT&E,N 0033AC 46,729 0 3,271 50,000 SCN 0033AD 93,455 0 6,542 99,997 OPN 0033AE 0 0 0 0 WPN 0033AF 0 0 0 0 APN 0033AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0033AJ 0 0 0 0 OTHER 0032AK 265,555 0 18,589 284,144 RDT&E, (ETS) ------- - ------ ------- TOTAL 405,739 0 28,402 434,141 SUB-TOTAL TO DATE 43,180,363 26,344 3,023,433 46,230,140
4. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 64 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497FR54572 | | P00196 | N0002497TI97-X25 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0032AD PU 1761810 12LU 252 SA SDF 0 068342 2D 000000 LU061 000 0000 $ 99,997.00 N0002496AF312LU - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $ 99,997.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: Zeline S. Plummer | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummer | /s/ R. Spaulding 703-602-5000 X402 | R. Spaulding 703-602-5000 X402 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: 2/3/97 | DATE: 3/6/97 - ------------------------------------------------------------------------------------------------------------------------------------
65 - ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 3 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00197 | same as Blk 16C | N00024-97-FR-54573 | 7-03KF-54573 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: Diane Mingo/SEA 02513 | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No:78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitations is amended as set forth in Item 14. The hour and date specified for receipt of Offers |___| is |___| is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following method: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) X |Unilateral Modification pursuant to clause H-2, Allotment of Funds - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES TI-97-X26 Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |CONTRACTING OFFICER - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |19 MAR 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
66 N00024-90-C-5208 N00024-97-FR-54573 Modification P00197 Page 2 of 3 The purposes of this modification are to: (a) update SOW Under SECTION C, P00152, and (b) provide additional funds under CLIN 0033 in the amount of $215,000. Accordingly, the contract is modified as follows: 1. Under SECTION C - DESCRIPTION/SPECIFICATION WORK STATEMENT, add the following: Provide hardware and software engineering technical inputs in the areas of system functional analysis and allocation, baseline definitions, technical documentation assessments, Engineering Change Proposal (ECP) analysis, Specification Change Notice (SCN) evaluation, system compatibility assessments, and combat system integration analyses. Provide system engineering for the integration and test of new and existing system designs including test scheduling and Independent Verification and Validation (IV&V) methodology. 2. Funding under Clause H-2 ALLOCATION AND ALLOTMANT OF FUNDS is increased as follow: EST FIXED ITEM COST FEE TOTAL ---- --- ----- 0033AB 200,935 14,065 215,000 3. The amount funded to date, per the attached financial accounting data sheet, is increased by $215,000.00 by $46,230,140.00 to a new total $46,445,140.00 apportioned as follows:
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY COST SUB TOTAL 35,673,496 26,344 2,497,950 38,197,790 0031AA 1,199,066 0 83,935 1,283,001 O&MN 003lAB 894,528 0 62,618 957,146 RDT&E,N 003lAC 70,093 0 4,907 75,000 SCN(FY89) 0031AD 495,327 0 34,673 530,000 SCN(FY91) 003lAE 355,139 0 24,861 380,000 SCN(FY94) 0031AF 544,860 0 38,140 583,000 OPN 003lAG 0 0 0 0 WPN 0031AH 0 0 0 0 APN 0031AJ 0 0 0 0 FMS 0031AK 0 0 0 0 DBOF 0031AL 0 0 0 0 OTHER 0031AM 157,192 0 11,003 168,195 SCN(FY9O) 0031AN 523,364 0 36,636 560,000 O&MNR 0031AP 154,206 0 10,794 165,000 SCN(FY93) 003lAR 70,093 0 4,907 75,000 SCN(FY92) 0031AS 186,916 0 13,084 200,000 SCN(FY96) 003lAT 37,383 0 2,617 40,000 DOD-R&D 0031AU 29,907 0 2,093 32,000 SCN(FY88) 0031AV 60,748 0 4,252 65,000 FMS AUSTRALIAN 0031AW 140,187 0 9,813 150,000 SCN(FY95) ------- - ----- ------- TOTAL 4,919,009 0 344,333 5,263,342
67 N00024-90-C-5208 N00024-97-FR-54572 Modification P00196 Page 3 of 3
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY SUB TOTAL 40,592,505 26,344 2,842,283 43,461,132 0032AA 1,012,149 0 70,851 1,083,000 O&MN 0032AB 448,488 0 31,394 479,882 RDT&E,N 0032AC 130,841 0 9,159 140,000 SCN(FY91) 0032AD 126,636 0 8,864 135,500 OPN 0032AE 0 0 0 0 WPN 0032AF 0 0 0 0 APN 0032AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0032AJ 0 0 0 0 OTHER 0032AK 247,664 0 17,336 265,000 SCN(FY94) 0032AL 46,729 0 3,271 50,000 SCN(FY96) 0032AM 136,314 0 9,542 145,856 RDT&E, (ETS) 0032AN 19,279 0 1,350 20,629 SCN(FY88) 0032AP 14,019 0 981 15,000 SCN(FY93) --------- - ------- --------- TOTAL 2,182,119 0 152,748 2,334,867 0033AA 0 0 0 0 O&MN 0033AB 200,935 0 14,065 215,000 RDT&E,N 0033AC 46,729 0 3,271 50,000 SCN 0033AD 93,455 0 6,542 99,997 OPN 0033AE 0 0 0 0 WPN 0033AF 0 0 0 0 APN 0033AG 0 0 0 0 FMS 0032AH 0 0 0 0 DBOF 0033AJ 0 0 0 0 OTHER 0032AK 265,555 0 18,589 284,144 RDT&E, (ETS) ------- - ------ ------- TOTAL 606,674 0 42,467 649,141 SUB-TOTAL TO DATE 43,381,298 26,344 3,037,498 46,445,140
4. Except as provided herein, all other terms and conditions of Contract N00024-90-C-5208 remain unchanged and in full force and effect. 68 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. (SPIIN) (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002490C5208 | | | N0002497TIX26 N0002497FR54573 | | P00197 | - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0033/AB PV 1771319 1450 252 SA SDF 0 068342 2D 980360 U2039 000 0010 $215,000.00 N0002497AF11450 - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $ 215,000.00 | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: M. O. Driscoll | COMPTROLLER APPROVAL: | /s/ M.O. Driscoll | /s/ E. Spaulding 703-602-5000 X402 | E. Spaulding 703-602-5000 X402 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER DATE: 2/4/97 | DATE: 3/6/97 - ------------------------------------------------------------------------------------------------------------------------------------
69
- ---------------------------------------------------------------------------------------------------------------------------------- | 1. CONTRACT ID CODE | PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT | U | 1 | 2 - ---------------------------------------------------------------------------------------------------------------------------------- 2. AMENDMENT/MODIFICATION NO. | 3. EFFECTIVE DATE | 4. REQUISITION/PURCHASE REG. NO. | 5. PROJ NO. (If applicable) P00198 | same as Blk 16C | N00024-97-MR-23023 | 7-025-23023 - ---------------------------------------------------------------------------------------------------------------------------------- 6. ISSUED BY CODE | N00024 | 7. ADMINISTERED BY CODE | | S3305A ------------------------| ------------------------------ NAVAL SEA SYSTEMS COMMAND | DCMC BUFFALO BUYER/SYMBOL: K. Henry/SEA 0251K | 1103 FEDERAL BUILDING 2531 JEFFERSON DAVIS HWY | 111 W. HURON STREET ARLINGTON, VA 22242-5160 | BUFFALO, NY 14202 PHONE: Area Code 703/602-8105 ext. 516 | - ---------------------------------------------------------------------------------------------------------------------------------- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) |(x)|9A. AMENDMENT OF SOLICITATION NO. DUNS No: 78-999-5610 |---| | | | |---------------------------------------- | |9b. DATED (SEE ITEM 11) COMPTEK FEDERAL SYSTEMS, INC. | | 2732 TRANSIT ROAD |---|---------------------------------------- BUFFALO, NY 14224-2523 | |10A. MODIFICATION OF CONTRACT/ORDER | | | X |N00024-90-C-5208 TIN: 16-1411419 | |---------------------------------------- - -------------------------------------------------------------------------------------| |10B. DATED (SEE ITEM 13) CAGE CODE 0TTJ6 | FACILITY CODE | |90 MAR 30 - ---------------------------------------------------------------------------------------------------------------------------------- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS - ---------------------------------------------------------------------------------------------------------------------------------- ____| The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers |___| is |___| is not extended. Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation as amended, by one of the following methods: (a) By completing Items 8 and 15, and returning 2 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. - ---------------------------------------------------------------------------------------------------------------------------------- 12. ACCOUNTING AND APPROPRIATION (If required) See attached Financial Accounting Data Sheet - ---------------------------------------------------------------------------------------------------------------------------------- 13. THIS ITEM APPLIES TO MODIFICATIONS AND CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. - ---------------------------------------------------------------------------------------------------------------------------------- ___|A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority). THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT | ORDER NO. IN ITEM 10A. - ---------------------------------------------------------------------------------------------------------------------------------- |B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REPLACE THE ADMINISTRATIVE CHANGES X | such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) - ---------------------------------------------------------------------------------------------------------------------------------- |C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: | - ---------------------------------------------------------------------------------------------------------------------------------- |D. OTHER (Specify type of modification and authority) | - ---------------------------------------------------------------------------------------------------------------------------------- E. IMPORTANT: Contractor (X) is not ( ) is required to sign this document and return copies to the issuing office - ---------------------------------------------------------------------------------------------------------------------------------- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organize by UCF section headings, including solicitation/contract subject matter where feasible) SEE ATTACHED PAGES Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. - ---------------------------------------------------------------------------------------------------------------------------------- 15A. NAME AND TITLE OF SIGNER (Type or print) |16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) |LCDR MELVIN G. JONES |Contracting Officer - ---------------------------------------------------------------------------------------------------------------------------------- 15B. CONTRACTOR/OFFEROR |15C. DATE SIGNED |16B UNITED STATES OF AMERICA |16C. DATE SIGNED | | | | |BY /s/ Melvin G. Jones, LCDR, SC, USN | - --------------------------------------- | |-----------------------------------------------| (Signature of person authorized to sign)| | (Signature of Contracting Officer) |28 JAN 97 - ---------------------------------------------------------------------------------------------------------------------------------- NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV 10-83) PREVIOUS EDITION UNUSABLE Perscribed by GSA FAR (48 CFR) 53-243 - ----------------------------------------------------------------------------------------------------------------------------------
70 N00024-90-C-5208 P00198 Page 2 of 2 The purpose of this modification to Contract N00024-90-C-5208 is to correct the Financial Accounting Data (FAD) Sheets issued under modifications P00019, P00022 and P00054. Accordingly, the contract is revised as follows: 1. The attached FAD sheet is added making the following changes: (a) Under P00019, Block 6A, ACRN of FAD sheet N00024-91-PR-67438, is changed from BK to BN. (b) Under P00022, Block 6A, ACRN of FAD sheet N00024-91-FR-67453, is changed from AA to BL; and the ACRN BM is added to FAD sheet N00024-91-FR-67457. (c) Under P00054, Block 6A, ACRN, of FAD sheet N00024-93-FR-68053, is changed from CX to CY. 4. Except as modified herein, all other terms and conditions of said contract remains unchanged and in full force and effect. 71 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1_OF 1_ N0002490C5208 | | | | | P00198 | N0002497-MR-23023 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | ----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION|SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) |(CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ PDLI | | | | | | | | | | | |UNIT MCC & SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ CORRECTION TO P00019 0005/AD BK 9710400 1304 000 DK EDK 0 068342 2D 000000 E1T10 000 7658 ($200,000.00) N0003991RCD4412 0005/AD BN 9710400 1304 000 DK EDK 0 068342 2D 000000 E1T10 000 7658 $200,000.00 N0003991RCD4412 CORRECTION TO P00022 0001/AH AA 17X4912 1961 000 77 777 0 063126 2F 000000 VU1WX 302 20AA ($40,000.00) N6312691WX30220 0001/AH BL 17X4930 NH2C 000 77 777 0 063126 2F 000000 VU1WX 302 20AA $40,000.00 N6312691WX30220 0001/AD 1711810 52MB 000 S3 161 0 068342 2D 000000 MB091 000 1000 ($50,000.00) N0003991PDEE485 0001/AD BM 1711810 52MB 000 S3 161 0 068342 2D 000000 MB091 000 1000 $50,000.00 N0003991PDEE485 CORRECTION TO P00054 0017/AE CX 1791611 8224 000 WC M 0 068342 2D 000000 21685 906 102Z ($5,000.00) N0002490PD4D595 0017/AE CY 1791611 8224 000 WC M 0 068342 2D 000000 21685 906 102Z $5,000.00 N0002490PD4D595 ADMIN MODIFICATION FOR DFAS-CO (MOCAS) ONLY - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | -0- | | --------------| GRAND TOTAL | | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: | COMPTROLLER APPROVAL: | P.L. MORGAN-MAY 703-602-1238X317 PAMELA MORGAN-MAY, SEA 01P2 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/COMPTROLLER | | DATE: | DATE: - ------------------------------------------------------------------------------------------------------------------------------------
EX-10.9 7 EXHIBIT 10.9 1 Exhibit 10.9
PART I - THE SCHEDULE SECTION A - SOLICITATION/CONTRACT FORM - ----------------------------------------------------------------------------------------------------------------------------------- | 1. THIS CONTRACT IS A RATED ORDER | RATING | PAGE OF PAGES | UNDER DPAS (15 CFR 350) | D0-A2/A3 | 1 | 75 - ----------------------------------------------------------------------------------------------------------------------------------- 2. CONTRACT NO. | 3. SOLICITATION NO. | 4. TYPE OF SOLICITATION | 5. DATE ISSUED | 6. REQ/PURCHASE | N00024-95-R-6403 | ( ) SEALED BID (IFB) | 8-Aug-95 | N00024-94-NR-91804 N00024-97-C-6431 | | (X ) NEGOTIATED (RFP) | | - ----------------------------------------------------------------------------------------------------------------------------------- 7. ISSUED BY | N00024 | 8. ADDRESS OFFER TO (If other than Item 7) COMMANDER ---------------------| NAVAL SEA SYSTEMS COMMAND, SEA 0291 NAVAL SEA SYSTEMS COMMAND | 2531 JEFFERSON DAVIS HWY, 2531 Jefferson Davis Hwy | NATIONAL CENTER BLDG. #3, RM 5E40 ARLINGTON, VA 22243-5160 | ARLINGTON, VA 22242-5160 - ------------------------------------------------------------------------------------------------------------------------------------ NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "Bidder". - ------------------------------------------------------------------------------------------------------------------------------------ SOLICITATION - ------------------------------------------------------------------------------------------------------------------------------------ 9. Sealed offers in original and 1 signed copy for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if handcarried, in the depository located in Block 8 until 2:00 P.M. Eastern Standard 9/15/95 ---------------- ------- (Hour) (Date) CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 51.215-10. All offers are subject to all terms and conditions contained in the submission. - ------------------------------------------------------------------------------------------------------------------------------------ 10. FOR INFORMATION | A. NAME | B. TELEPHONE NO. (Include area code) NO COLLECT CALLS: CALL | Ms. Peggy Cooney, SEA 0264P | (703) 602-7501 ext. 647 - ------------------------------------------------------------------------------------------------------------------------------------ 11. TABLE OF CONTENTS - ------------------------------------------------------------------------------------------------------------------------------------ X | SEC. | DESCRIPTION | PAGE(S)| X | SEC. | DESCRIPTION - ------------------------------------------------------------------------------------------------------------------------------------ PART I - THE SCHEDULE PART II - CONTRACT CLAUSES - ------------------------------------------------------------------------------------------------------------------------------------ X | A | SOLICITATION/CONTRACT FORM | 1 | X | I | CONTRACT CLAUSES | 54 - ---|------|----------------------------------------|---------|---------------------------------------------------------------------- X | B | SUPPLIES OR SERVICES AND PRICES/COSTS | 2 | PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACH. - ---|------|----------------------------------------|---------|--------------------------------------------------------------------- X | C | DESCRIPTION/SPECS/WORK STATEMENT | 29 | X | J | LIST OF ATTACHMENTS | 75 - ---|------|----------------------------------------|---------|--------------------------------------------------------------------- X | D | PACKAGING AND MARKING | 43 | PART IV - REPRESENTATIONS AND INSTRUCTIONS - ---|------|----------------------------------------|---------|--------------------------------------------------------------------- X | E | INSPECTION AND ACCEPTANCE | 44 | | K | REPRESENTATIONS, CERTIFICATIONS | - ---|------|----------------------------------------|---------| X | F | DELIVERIES OR PERFORMANCE | 45 | X | | AND OTHER STATEMENTS OF OFFERORS | 76 - ---|------|----------------------------------------|---------|--------------------------------------------------------------------- X | G | CONTRACT ADMINISTRATION DATA | 47 | X | L | INSTS., CONDS., AND NOTICES TO OFFERORS | 97 - ---|------|----------------------------------------|---------|--------------------------------------------------------------------- X | H | SPECIAL CONTRACT REQUIREMENTS | 48 | X | M | EVALUATION FACTORS FOR AWARD |124 - ----------------------------------------------------------------------------------------------------------------------------------- OFFER (Must be fully completed by offeror) - ----------------------------------------------------------------------------------------------------------------------------------- NOTE: Item 12 does not apply if the solicitator includes the provisions as 52.214-16. Minimum Bid Acceptance Period. - ----------------------------------------------------------------------------------------------------------------------------------- 12. In compliance with the above, the undersigned agrees, if this offer is accepted within 180 calendar days (60 days unless a different period is inserted by the offeror) from the date of receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite eacch item, delivered at the designated point(s), within the time specified in the schedule. - ----------------------------------------------------------------------------------------------------------------------------------- 13. DISCOUNT FOR PROMPT PAYMENT | 10. CALENDAR DAYS | 20. CALENDAR DAYS | 30. CALENDAR DAYS | CALENDAR DAYS (See Section 1, Clause No. 52.232-6) | N/A | N/A | N/A | N/A - ----------------------------------------------------------------------------------------------------------------------------------- 14. ACKNOWLEDGEMENT OF AMENDMENTS | AMENDMENT NO. | DATE | AMENDMENT NO. | DATE (The offeror acknowledges receipt of |-------------------------------------------------------------------------------------- amendments to the SOLICITATION for | 0001 N/A | offers and related documents |-----------------------------------------------|-------------------------------------- numbered and dated: |-----------------------------------------------|-------------------------------------- - -------------------------------------------------------------------------------------------|-------------------------------------- 15A. NAME | CAGE CODE | 0TTJ6 | FACILITY | 0TTJ6 | 16. NAME AND TITLE OF PERSON AUTHORIZED TO AND | Comptek Federal Systems, Inc. | SIGN OFFER (Type or print) ADDRESS | 2732 Transit Road | OF | Buffalo, NY 14224-2523 | Andrew Ryan, Director of OFFEROR | Erie County CEC: 16-1411419 | Contracts & Administration - ----------------------------------------------------------------------------------------------------------------------------------- 15B TELEPHONE NO. (Include | 15C. CHECK IF REMITTANCE ADDRESS | 17. SIGNATURE | 18. OFFER DATE area code) | (X) IF DIFFERENT FROM ABOVE, ENTER | | 21 SEP '95 (716) 677-4070 | SUCH ADDRESS IN SCHEDULE. | /s/ Andrew Ryan | - ----------------------------------------------------------------------------------------------------------------------------------- AWARD (To be completed by Government) - ----------------------------------------------------------------------------------------------------------------------------------- 19. ACCEPTED AS TO ITEMS NUMBERED | 20. amount | 21. ACCOUNTING AND APPROPRIATION 0001 - 0006 | $10,066,563 | See attached Financial Acctg Data Sheet - ----------------------------------------------------------------------------------------------------------------------------------- 22. AUTHORITY FOR USING OTHER THAN FUL AND OPEN COMPETITION | 23. SUBMIT INVOICES TO ADDRESS SHOWN IN | ITEM | (4 copies unless otherwise specified) | Sec B ( ) 10 U.S.C. 2304(c) ( ) ( ) 41 U.S.C. 253(c) ( ) | - ----------------------------------------------------------------------------------------------------------------------------------- 24. ADMINISTERED BY (If other than Item 7) CODE | S 3306A | 25. PAYMENT WILL BE MADE BY CODE | SC1016 ----------- ------------------ DCMC SYRACUSE-BUFFALO | DFAS COLUMBUS/DFAS-CO-JNB 1103 FEDERAL BLDG, 111 WEST HURON ST | P O BOX 182077 BUFFALO NY 14202 CRITICALLY DESIGNATOR C | COLUMBUS OH 43218-2077 - ----------------------------------------------------------------------------------------------------------------------------------- 26. NAME OF CONTRACTING OFFICER (Type or print) | 27. UNITED STATES OF AMERICA | 28. AWARD DATE | | KATHERINE A. PETERSEN | /s/ Katherine A. Petersen | APR 30 1997 - ----------------------------------------------------------------------------------------------------------------------------------- IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice. - -----------------------------------------------------------------------------------------------------------------------------------
XXX7548-152-806C 33-133 STANDARD FORM 33 (REV.4-85) PREVIOUS EDITION UNUSABLE Prescribed by GSA *GOP : 1985 O 461-275 (419) PAR (48 CFR) 53214(c) 2 N00024-95-R-6403 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS ITEM SUPPLIES/SERVICES - ---- ----------------- 0001 Combat System Engineering, Integration and Technical Support (SEA 91) 0001AA Combat System Engineering, Integration and Technical Support (RDT&E) 0001AB Combat System Engineering, Integration and Technical Support (FMS) 0001AC Combat System Engineering, Integration and Technical Support (O&MN) 000lAD Combat System Engineering, Integration and Technical Support (OPN) 0001AE Combat System Engineering, Integration and Technical Support (SCN) 0001AF Combat System Engineering, Integration and Technical Support (WPN) 000lAG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. 0002 Combat System Engineering, Integration and Technical Support (PMS 312) 0002AA Combat System Engineering, Integration and Technical Support (RDT&E) 0002AB Combat System Engineering, Integration and Technical Support (FMS) 0002AC Combat System Engineering, Integration and Technical Support (O&MN) 0002AD Combat System Engineering, Integration and Technical Support (OPN) 0002AE Combat System Engineering, Integration and Technical Support (SCN) 0002AF Combat System Engineering, Integration and Technical Support (WPN) 0002AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. 0003 Combat System Engineering, Integration and Technical Support (PEO(TAD)) 0003AA Combat System Engineering, Integration and Technical Support 2 VIII-3 3 N00024-95-R-6403 (RDT&E) 0003AB Combat System Engineering, Integration and Technical Support (FMS) 0003AC Combat System Engineering, Integration and Technical Support (O&MN) 0003AD Combat System Engineering, Integration and Technical Support (OPN) 0003AE Combat System Engineering, Integration and Technical Support (SCN) 0003AF Combat System Engineering, Integration and Technical Support (WPN) 0003AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. 0004 Combat System Engineering, Integration and Technical Support (SEA 03KQ) 0004AA Combat System Engineering, Integration and Technical Support (RDT&E) 0004AB Combat System Engineering, Integration and Technical Support (FMS) OO04AC Combat System Engineering, Integration and Technical Support (O&MN) 0004AD Combat System Engineering, Integration and Technical Support (OPN) 0004AE Combat System Engineering, Integration and Technical Support (SCN) 0004AF Combat System Engineering, Integration and Technical Support (WPN) 0004AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. 0005 Combat System Engineering, Integration and Technical Support (PMS 400) 0005AA Combat System Engineering, Integration and Technical Support (RDT&E) 0005AB Combat System Engineering, Integration and Technical Support (FMS) 0005AC Combat System Engineering, Integration and Technical Support (O&MN) 0005AD Combat System Engineering, Integration and Technical Support (OPN) 3 VIII-4 4 N00024-95-R-6403 0005AE Combat System Engineering, Integration and Technical Support (SCN) 0005AF Combat System Engineering, Integration and Technical Support (WPN) 0005AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. 0006 Data for Items 0001 through 0005 and (if options are exercised) Items 0007 through 0026. (See DD Form 1423, Exhibit A, attached hereto.) Amount to be included in the estimated cost of Items 0001 through 0005 and (if options are exercised) Items 0007 through 0026. OPTION YEAR 1 ------------- 0007 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 91) 0007AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0007AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0007AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0007AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0007AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0007AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) OOO7AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0008 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 312) 0008AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0008AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) OOO8AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0008AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0008AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) 4 VIII-5 5 N00024-95-R-6403 (SCN) 0008AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0008AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0009 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PEO(TAD)) 0009AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0009AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0009AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0009AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0009AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0009AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0009AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0010 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 03KQ) 0010AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0010AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0010AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0010AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0010AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0010AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0010AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0011 Combat System Engineering, Integration and Technical Support (SEE NOTE A) 5 VIII-6 6 N00024-95-R-6403 (PMS 400) 0011AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 001lAB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 001lAC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 001lAD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0011AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 001lAF Combat System Engineering, Integration and Technical Support (WPN) 001lAG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) OPTION YEAR 2 ------------- 0012 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 91) 0012AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0012AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0012AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0012AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0012AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0012AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0012AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0013 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 312) 0013AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0013AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0013AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) 6 VIII-7 7 N00024-95-R-6403 (O&MN) 0013AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0013AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0013AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0013AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0014 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PEO(TAD)) 0014AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0014AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 00l4AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0014AD Combat System Engineering, Thtegration and Technical Support (SEE NOTE A) (OPN) 0014AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0014AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 00l4AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0015 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 03KQ) 0015AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0015AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0015AC Combat system Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0015AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0015AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0015AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 7 VIII-8 8 N00024-95-R-6403 00l5AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0016 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 400) 0016AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0016AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0016AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0016AD Combat System Engineering, Integration and Technical Support (SEE NOTE E) (OPN) 0016AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0016AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 00l6AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) OPTION YEAR 3 ------------- 0017 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 91) 0017AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0017AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0017AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0017AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0017AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0017AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0017AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0018 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 312) 8 VIII-9 9 N00024-95-R-6403 0018AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0018AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0018AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0018AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0018AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0018AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0018AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0019 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PEO(TAD)) 0019AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0019AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 00l9AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0019AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0019AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0019AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 00l9AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0020 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 03KQ) 0020AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0020AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0020AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0020AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 9 VIII-10 10 N00024-95-R-6403 0020AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0020AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0020AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0021 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 400) 0021AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 002lAB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0021AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0021AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 002lAE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0021AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 002lAG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) OPTION YEAR 4 ------------- 0022 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA91) 0022AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0022AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0022AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0022AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0022AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0022AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0022AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 10 VIII-11 11 N00024-95-R-6403 0023 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 312) 0023AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0023AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0023AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0023AD Combat System Engineering) Integration and Technical Support (SEE NOTE A) (OPN) 0023AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0023AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0023AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0024 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PEO(TAD)) 0024AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0024AB Combat System Engineering) Integration and Technical Support (SEE NOTE A) (FMS) 0024AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0024AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0024AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0024AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0024AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0025 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SEA 03KQ) 0025AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0025AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 11 VIII-12 12 N00024-95-R-6403 0025AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0025AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0025AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0025AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0025AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) 0026 Combat System Engineering, Integration and Technical Support (SEE NOTE A) (PMS 400) 0026AA Combat System Engineering, Integration and Technical Support (SEE NOTE A) (RDT&E) 0026AB Combat System Engineering, Integration and Technical Support (SEE NOTE A) (FMS) 0026AC Combat System Engineering, Integration and Technical Support (SEE NOTE A) (O&MN) 0026AD Combat System Engineering, Integration and Technical Support (SEE NOTE A) (OPN) 0026AE Combat System Engineering, Integration and Technical Support (SEE NOTE A) (SCN) 0026AF Combat System Engineering, Integration and Technical Support (SEE NOTE A) (WPN) 0026AG Miscellaneous (such as Air Force, Army, Marine Corps, NSA, DBOF) Support associated with programs and efforts identified herein. (SEE NOTE A) NOTE A: OPTION ITEM TO WHICH THE OPTION CLAUSE IN SECTION 1-2 APPLIES AND WHICH IS TO BE SUPPLIED ONLY IF AND TO THE EXTENT SAID OPTION IS EXERCISED. 12 VIII-13 13 N00024-95-R-6403 _______________________________________________________________________________ OFFEROR FILL IN DOLLARS - WHOLE NUMBERS ONLY PRICE AT CLIN LEVEL ONLY (BE SURE NUMBERS MATCH COST BACKUP SPREADSHEETS) _______________________________________________________________________________
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- -------- --------- ------------ -------- 0001AA $_________ $_________ $______________ ____________ 0001AB $_________ $_________ $______________ ____________ 000lAC $_________ $_________ $______________ ____________ 0001AD $_________ $_________ $______________ ____________ 0001AE $_________ $_________ $______________ ____________ 0001AF $_________ $_________ $______________ ____________ 0001AG $_________ $_________ $______________ ____________ TOTAL 0001 $4,335,036 $ 242,080 $ 4,577,116 137,000 __________ __________ _______________ ____________ 0002 $_________ $_________ $______________ ____________ 0002AA $_________ $_________ $______________ ____________ 0002AB $_________ $_________ $______________ ____________ 0002AC $_________ $_________ $______________ ____________ 0002AD $_________ $_________ $______________ ____________ 0002AE $_________ $_________ $______________ ____________ 0002AF $_________ $_________ $______________ ____________ 0002AG $_________ $_________ $______________ ____________ TOTAL0002 $ 481,751 $ 28,867 $ 510,618 12,500 __________ __________ _______________ ____________
13 VIII-14 14
COMPTEK FEDERAL SYSTEMS, INC. N00024-97-C-6431 N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0003 $ $ $ ---------- ---------- --------------- ------------ 0003AA $ $ $ ---------- ---------- --------------- ------------ 0003AB $ $ $ ---------- ---------- --------------- ------------ 0003AC $ $ $ ---------- ---------- --------------- ------------ 0003AD $ $ $ ---------- ---------- --------------- ------------ 0003AE $47,366 $2,634 $50,000 1,497 ---------- ---------- --------------- ------------ 0003AF $ $ $ ---------- ---------- --------------- ------------ 0003AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0003 $3,012,579 $177,964 $3,190,543 90,000 ---------- ---------- --------------- ------------ 0004 $ $ $ ---------- ---------- --------------- ------------ 0004AA $ $ $ ---------- ---------- --------------- ------------ 0004AB $ $ $ ---------- ---------- --------------- ------------ 0004AC $ $ $ ---------- ---------- --------------- ------------ 0004AD $ $ $ ---------- ---------- --------------- ------------ 0004AE $ $ $ ---------- ---------- --------------- ------------ 0004AF $ $ $ ---------- ---------- --------------- ------------ 0004AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0004 $937,711 $57,093 $994,804 25,000 ---------- ---------- --------------- ------------
14 VIII-15 15
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0005 $ $ $ ---------- ---------- --------------- ------------ 0005AA $ $ $ ---------- ---------- --------------- ------------ 0005AB $ $ $ ---------- ---------- --------------- ------------ 0005AC $ $ $ ---------- ---------- --------------- ------------ 0005AD $ $ $ ---------- ---------- --------------- ------------ 0005AE $ $ $ ---------- ---------- --------------- ------------ 0005AF $ $ $ ---------- ---------- --------------- ------------ 0005AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0005 $749,476 $44,006 $793,482 25,000 ---------- ---------- --------------- ------------ 0006 (DATA) NSP NSP NSP N/A ---------- ---------- --------------- ------------ TOTAL BASE PERIOD: $9,516,553 $550,010 $10,066,563 289,500 ---------- ---------- --------------- ------------ OPTION YEAR 1 0007 $ $ $ ---------- ---------- --------------- ------------ 0007AA $ $ $ ---------- ---------- --------------- ------------ 0007AB $ $ $ ---------- ---------- --------------- ------------ 0007AC $ $ $ ---------- ---------- --------------- ------------ 0007AD $ $ $ ---------- ---------- --------------- ------------ 0007AE $ $ $ ---------- ---------- --------------- ------------ 0007AF $ $ $ ---------- ---------- --------------- ------------ 0007AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0007 $4,453,811 $249,344 $4,703,155 137,000 ---------- ---------- --------------- ------------
15 VIII-16 16
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0008 $ $ $ ---------- ---------- --------------- ------------ 0008AA $ $ $ ---------- ---------- --------------- ------------ 0008AB $ $ $ ---------- ---------- --------------- ------------ 0008AC $ $ $ ---------- ---------- --------------- ------------ 0008AD $ $ $ ---------- ---------- --------------- ------------ 0008AE $ $ $ ---------- ---------- --------------- ------------ 0008AF $ $ $ ---------- ---------- --------------- ------------ 0008AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0008 $648,514 $34,345 $682,859 12,500 ---------- ---------- --------------- ------------ 0009 $ $ $ ---------- ---------- --------------- ------------ 0009AA $ $ $ ---------- ---------- --------------- ------------ 0009AB $ $ $ ---------- ---------- --------------- ------------ 0009AC $ $ $ ---------- ---------- --------------- ------------ 0009AD $ $ $ ---------- ---------- --------------- ------------ 0009AE $ $ $ ---------- ---------- --------------- ------------ 0009AF $ $ $ ---------- ---------- --------------- ------------ 0009AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0009 $2,955,513 $179,146 $3,134,659 90,000 ---------- ---------- --------------- ------------
16 VIII-17 17
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0010 $ $ $ ---------- ---------- --------------- ------------ 0010AA $ $ $ ---------- ---------- --------------- ------------ 0010AB $ $ $ ---------- ---------- --------------- ------------ 0010AC $ $ $ ---------- ---------- --------------- ------------ 0010AD $ $ $ ---------- ---------- --------------- ------------ 0010AE $ $ $ ---------- ---------- --------------- ------------ 0010AF $ $ $ ---------- ---------- --------------- ------------ 0010AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0010 $965,762 $58,891 $1,024,653 25,000 ---------- ---------- --------------- ------------ 0011 $ $ $ ---------- ---------- --------------- ------------ 0011AA $ $ $ ---------- ---------- --------------- ------------ 0011AB $ $ $ ---------- ---------- --------------- ------------ 0011AC $ $ $ ---------- ---------- --------------- ------------ 0011AD $ $ $ ---------- ---------- --------------- ------------ 0011AE $ $ $ ---------- ---------- --------------- ------------ 0011AF $ $ $ ---------- ---------- --------------- ------------ 0011AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0011 $772,125 $45,396 $817,521 25,000 ---------- ---------- --------------- ------------ TOTAL OPTION 1 PERIOD: $9,795,725 $567,122 $10,362,847 289,500 ---------- ---------- --------------- ------------
17 VIII-18 18
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- OPTION YEAR 2 0012 $ $ $ ---------- ---------- --------------- ------------ 0012AA $ $ $ ---------- ---------- --------------- ------------ 0012AB $ $ $ ---------- ---------- --------------- ------------ 0012AC $ $ $ ---------- ---------- --------------- ------------ 0012AD $ $ $ ---------- ---------- --------------- ------------ 0012AE $ $ $ ---------- ---------- --------------- ------------ 0012AF $ $ $ ---------- ---------- --------------- ------------ 0012AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0012 $4,579,524 $257,057 $4,836,581 137,000 ---------- ---------- --------------- ------------ 0013 $ $ $ ---------- ---------- --------------- ------------ 0013AA $ $ $ ---------- ---------- --------------- ------------ 0013AB $ $ $ ---------- ---------- --------------- ------------ 0013AC $ $ $ ---------- ---------- --------------- ------------ 0013AD $ $ $ ---------- ---------- --------------- ------------ 0013AE $ $ $ ---------- ---------- --------------- ------------ 0013AF $ $ $ ---------- ---------- --------------- ------------ 0013AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0013 $512,663 $30,776 $543,439 12,500 ---------- ---------- --------------- ------------
18 VIII-19 19
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0014 $ $ $ ---------- ---------- --------------- ------------ 0014AA $ $ $ ---------- ---------- --------------- ------------ 0014AB $ $ $ ---------- ---------- --------------- ------------ 0014AC $ $ $ ---------- ---------- --------------- ------------ 0014AD $ $ $ ---------- ---------- --------------- ------------ 0014AE $ $ $ ---------- ---------- --------------- ------------ 0014AF $ $ $ ---------- ---------- --------------- ------------ 0014AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0014 $3,206,344 $189,748 $3,396,092 90,000 ---------- ---------- --------------- ------------ 0015 $ $ $ ---------- ---------- --------------- ------------ 0015AA $ $ $ ---------- ---------- --------------- ------------ 0015AB $ $ $ ---------- ---------- --------------- ------------ 0015AC $ $ $ ---------- ---------- --------------- ------------ 0015AD $ $ $ ---------- ---------- --------------- ------------ 0015AE $ $ $ ---------- ---------- --------------- ------------ 0015AF $ $ $ ---------- ---------- --------------- ------------ 0015AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0015 $995,633 $60,806 $1,056,439 25,000 ---------- ---------- --------------- ------------
19 VIII-20 20
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS ---- --------- --------- ------------ -------- 0016 $ $ $ ---------- ---------- --------------- ------------ 0016AA $ $ $ ---------- ---------- --------------- ------------ 0016AB $ $ $ ---------- ---------- --------------- ------------ 0016AC $ $ $ ---------- ---------- --------------- ------------ 0016AD $ $ $ ---------- ---------- --------------- ------------ 0016AE $ $ $ ---------- ---------- --------------- ------------ 0016AF $ $ $ ---------- ---------- --------------- ------------ 0016AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0016 $796,959 $46,899 $843,858 25,000 ---------- ---------- --------------- ------------ TOTAL OPTION 2 PERIOD: $10,091,123 $585,286 $10,676,409 289,500 ---------- ---------- --------------- ------------ OPTION YEAR 3 0017 $ $ $ ---------- ---------- --------------- ------------ 0017AA $ $ $ ---------- ---------- --------------- ------------ 0017AB $ $ $ ---------- ---------- --------------- ------------ 0017AC $ $ $ ---------- ---------- --------------- ------------ 0017AD $ $ $ ---------- ---------- --------------- ------------ 0017AE $ $ $ ---------- ---------- --------------- ------------ 0017AF $ $ $ ---------- ---------- --------------- ------------ 0017AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0017 $4,712,768 $265,239 $4,978,007 137,000 ---------- ---------- --------------- ------------
20 VIII-21 21
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0018 $ $ $ ---------- ---------- --------------- ------------ 0018AA $ $ $ ---------- ---------- --------------- ------------ 0018AB $ $ $ ---------- ---------- --------------- ------------ 0018AC $ $ $ ---------- ---------- --------------- ------------ 0018AD $ $ $ ---------- ---------- --------------- ------------ 0018AE $ $ $ ---------- ---------- --------------- ------------ 0018AF $ $ $ ---------- ---------- --------------- ------------ 0018AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0018 $530,098 $31,838 $561,936 12,500 ---------- ---------- --------------- ------------ 0019 $ $ $ ---------- ---------- --------------- ------------ 0019AA $ $ $ ---------- ---------- --------------- ------------ 0019AB $ $ $ ---------- ---------- --------------- ------------ 0019AC $ $ $ ---------- ---------- --------------- ------------ 0019AD $ $ $ ---------- ---------- --------------- ------------ 0019AE $ $ $ ---------- ---------- --------------- ------------ 0019AF $ $ $ ---------- ---------- --------------- ------------ 0019AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0019 $3,312,065 $196,192 $3,508,257 90,000 ---------- ---------- --------------- ------------
21 VIII-22 22
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0020 $ $ $ ---------- ---------- --------------- ------------ 0020AA $ $ $ ---------- ---------- --------------- ------------ 0020AB $ $ $ ---------- ---------- --------------- ------------ 0020AC $ $ $ ---------- ---------- --------------- ------------ 0020AD $ $ $ ---------- ---------- --------------- ------------ 0020AE $ $ $ ---------- ---------- --------------- ------------ 0020AF $ $ $ ---------- ---------- --------------- ------------ 0020AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0020 $1,027,243 $62,836 $1,090,079 25,000 ---------- ---------- --------------- ------------ 0021 $ $ $ ---------- ---------- --------------- ------------ 0021AA $ $ $ ---------- ---------- --------------- ------------ 0021AB $ $ $ ---------- ---------- --------------- ------------ 0021AC $ $ $ ---------- ---------- --------------- ------------ 0021AD $ $ $ ---------- ---------- --------------- ------------ 0021AE $ $ $ ---------- ---------- --------------- ------------ 0021AF $ $ $ ---------- ---------- --------------- ------------ 0021AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0021 $823,617 $48,500 $872,117 25,000 ---------- ---------- --------------- ------------ TOTAL OPTION 3 PERIOD: $10,405,791 $604,605 $11,010,396 289,500 ---------- ---------- --------------- ------------
22 VIII-23 23
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- OPTION YEAR 4 0022 $ $ $ ---------- ---------- --------------- ------------ 0022AA $ $ $ ---------- ---------- --------------- ------------ 0022AB $ $ $ ---------- ---------- --------------- ------------ 0022AC $ $ $ ---------- ---------- --------------- ------------ 0022AD $ $ $ ---------- ---------- --------------- ------------ 0022AE $ $ $ ---------- ---------- --------------- ------------ 0022AF $ $ $ ---------- ---------- --------------- ------------ 0022AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0022 $4,852,372 $273,880 $5,126,252 137,000 ---------- ---------- --------------- ------------ 0023 $ $ $ ---------- ---------- --------------- ------------ 0023AA $ $ $ ---------- ---------- --------------- ------------ 0023AB $ $ $ ---------- ---------- --------------- ------------ 0023AC $ $ $ ---------- ---------- --------------- ------------ 0023AD $ $ $ ---------- ---------- --------------- ------------ 0023AE $ $ $ ---------- ---------- --------------- ------------ 0023AF $ $ $ ---------- ---------- --------------- ------------ 0023AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0023 $548,917 $32,975 $581,892 12,500 ---------- ---------- --------------- ------------
23 VIII-24 24
N00024-97-C-6431 COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0024 $ $ $ ---------- ---------- --------------- ------------ 0024AA $ $ $ ---------- ---------- --------------- ------------ 0024AB $ $ $ ---------- ---------- --------------- ------------ 0024AC $ $ $ ---------- ---------- --------------- ------------ 0024AD $ $ $ ---------- ---------- --------------- ------------ 0024AE $ $ $ ---------- ---------- --------------- ------------ 0024AF $ $ $ ---------- ---------- --------------- ------------ 0024AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0024 $3,425,992 $203,092 $3,629,084 90,000 ---------- ---------- --------------- ------------ 0025 $ $ $ ---------- ---------- --------------- ------------ 0025AA $ $ $ ---------- ---------- --------------- ------------ 0025AB $ $ $ ---------- ---------- --------------- ------------ 0025AC $ $ $ ---------- ---------- --------------- ------------ 0025AD $ $ $ ---------- ---------- --------------- ------------ 0025AE $ $ $ ---------- ---------- --------------- ------------ 0025AF $ $ $ ---------- ---------- --------------- ------------ 0025AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0025 $1,060,870 $64,997 $1,125,867 25,000 ---------- ---------- --------------- ------------
24 25
COMPTEK FEDERAL SYSTEMS, INC. N00024-97-C-6431 N00024-95-R-6403 ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS - ---- --------- --------- ------------ -------- 0026 $ $ $ ---------- ---------- --------------- ------------ 0026AA $ $ $ ---------- ---------- --------------- ------------ 0026AB $ $ $ ---------- ---------- --------------- ------------ 0026AC $ $ $ ---------- ---------- --------------- ------------ 0026AD $ $ $ ---------- ---------- --------------- ------------ 0026AE $ $ $ ---------- ---------- --------------- ------------ 0026AF $ $ $ ---------- ---------- --------------- ------------ 0026AG $ $ $ ---------- ---------- --------------- ------------ TOTAL 0026 $852,479 $50,220 $902,699 25,000 ---------- ---------- --------------- ------------ TOTAL OPTION 4 PERIOD: $10,740,630 $625,164 $11,365,794 289,500 ---------- ---------- --------------- ------------ GRAND TOTAL (ALL ITEMS) $50,549,822 $2,932,187 $53,482,009 1,447,500 ---------- ---------- --------------- ------------
NOTE B - Offeror shall complete the "Price Group" and "Estimated Total Price" blocks of each data item on the Contract Data Requirements List(s), attached hereto. *See "PAYMENT OF FEE(S) (LEVEL OF EFFORT) (NAVSEA)" below. The clause entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF FUNDS" (FAR 52.232-22), as appropriate, shall apply separately and independently to each separately identified estimated cost. PAYMENTS OF FEE(S) (LEVEL OF EFFORT) (NAVSEA) (MAY 1993) (a) For purposes of this contract, "fee" means "target fee" in cost-plus- incentive-fee type contracts, "base fee" in cost-plus-award-fee type contracts, or "fixed fee" in cost-plus-fixed-fee type contracts for level of effort type contracts. 25 VIII-26 26 N00024-97-C-6431 N00024-95-R-6403 (b) The Government shall make payments to the Contractor, subject to and in accordance with the clause in this contract entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE", (FAR 52.216-10), as applicable. Such payments shall be equal to five.eight percent (5.8%) of the allowable cost of each invoice submitted by and payable to the Contractor pursuant to the clause of this contract entitled "ALLOWABLE COST AND PAYMENT" (FAR 52.216-7), subject to the withholding terms and conditions of the "FIXED FEE" or "INCENTIVE FEE" clause, as applicable (percentage of fee is based on fee dollars divided by estimated cost dollars, including facilities capital cost of money). Total fee(s) paid to the Contractor shall not exceed the fee amount(s) set forth in this contract. (c) The fee(s) specified in SECTION B, and payment thereof, is subject to adjustment pursuant to paragraph (g) of the special contract requirement entitled "LEVEL OF EFFORT." If the fee(s) is reduced and the reduced fee(s) is less than the sum of all fee payments made to the Contractor under this contract, the Contractor shall repay the excess amount to the Government. If the final adjusted fee exceeds all fee payments made to the contractor under this contract, the Contractor shall be paid the additional amount, subject to the availability of funds. In no event shall the Government be required to pay the Contractor any amount in excess of the funds obligated under this contract at the time of the discontinuance of work. (d) Fee(s) withheld pursuant to the terms and conditions of this contract shall not be paid until the contract has been modified to reduce the fee(s) in accordance with the "LEVEL OF EFFORT" special contract requirement, or until the Procuring Contracting Officer has advised the paying office in writing that no fee adjustment is required. TRAVEL COSTS - ALTERNATE I (NAVSEA) (FEB 1994) (a) Except as otherwise provided herein, the Contractor shall be reimbursed for its reasonable actual travel costs in accordance with FAR 31.205-46. The costs to be reimbursed shall be those costs accepted by the cognizant DCAA. (b) Reimbursable travel costs include only that travel performed from the Contractor's facility to the worksite, in and around the worksite, and from the worksite to the Contractor's facility. Travel at U.S. Military Installations where Government transportation is available or travel performed for personal convenience, including daily travel to and from work, shall not be reimbursed hereunder. Travel costs incurred in the replacement of personnel shall not be reimbursed by the Government when such replacement is accomplished for the Contractor's or employee's convenience. (c) The Contractor shall not be reimbursed for: (i) relocation costs and travel costs incident to relocation as defined in FAR 31.205-35; and/or (ii) daily local travel costs. 26 VIII-27 27 N00024-95-R-6403 NAPS 5252.232-9001 SUBMISSION OF INVOICES (COST-REIMBURSEMENT, TIME-AND- MATERIALS, LABOR-HOUR, OR FIXED PRICE INCENTIVE) (JUL 1992) (a) "Invoice" as used in this clause includes contractor requests for interim payments using public vouchers (SF 1034) but does not include contractor requests for progress payments under fixed price incentive contracts. (b) The Contractor shall submit invoices and any necessary supporting documentation, in an original and 4 copies, to the contract auditor at the following address: * unless delivery orders are applicable, in which case invoices will be segregated by individual order and submitted to the address specified in the order. In addition, an information copy shall be submitted to the Contracting Officer Representative (COR) identified in Section G. Following verification, the contract auditor will forward the invoice to the designated payment office for payment in the amount determined to be owing, in accordance with the applicable payment (and fee) clause(s) of this contract. (c) Invoices requesting interim payments shall be submitted no more than once every two weeks, unless another time period is specified in the Payments clause of this contract. For indefinite delivery type contracts, interim payment invoices shall be submitted no more than once every two weeks for each delivery order. There shall be a lapse of no more than 60 calendar days between performance and submission of an interim payment invoice. (d) In addition to the information identified in the Prompt Payment clause herein, each invoice shall contain the following information, as applicable: (1) Contract line item number (CLIN) (2) Subline item number (SLIN) (3) Accounting Classification Reference Number (ACRN) (4) Payment terms (5) Procuring activity (6) Date supplies provided or services performed (7) Costs incurred and allowable under the contract (8) Vessel (e.g., ship, submarine or other craft) or system which supply/service is provided. (e) ADD Form 250, "Material Inspection and Receiving Report", [ ] is required with each invoice submittal. [ ] is required only with final invoice. [x] is not required. (f) A Certificate of Performance [ ] shall be provided with each invoice submittal. [x] is not required. 27 VIII-28 28 N00024-97-C-6431 00024-95-R-6403 (g) The Contractor's final invoice shall be identified as such, and shall list all other invoices (if any) previously tendered under this contract. (h) Costs of performance shall be segregated, accumulated and invoiced to the appropriate ACRN categories to the extent possible. When such segregation of costs by ACRN is not possible for invoices submitted with CLINS/SLINS with more than one ACRN, an allocation ratio shall be established in the same ratio as the obligations cited in the accounting data so that costs are allocated on a proportional basis. * DCAA Upstate NY Branch Office P O Box 1057 Schnectady NY 12301-1057 28 VIII-29 29 00024-95-R-6403 SECTION C - DESCRIPTION/SPECIFICATION/WORK STATEMENT The Contractor, in accordance with written Technical Instructions (TI's) issued by the Contracting Officer's Representative (COR), shall: (1) perform quality assessments and provide review comments and inputs to technical, engineering, logistics and program documentation and equipment, (2) generate and maintain technical, engineering, logistics and program documentation and data bases/data, (3) conduct reviews and audits during all phases of the acquisition process, (4) perform system/cost-effectiveness analysis, (5) conduct trade-off studies, (6) perform Combat System assessments, (7) perform risk identification, ranking, and avoidance/reduction and (8) participate as an advisor in Combat System Engineering contractor meetings, as enumerated in the following paragraphs. GENERAL 1. Performance of this contract will he up to and including SECRET level, and will require access to documents classified up to the SECRET level. Specific classification guidelines are set forth in OPNAVINST S5513.3A-3 Combat Direction Systems (CDS). 2. The primary efforts shall be performed at the Contractor's facilities located within a one hour driving distance from the Naval Sea Systems Command, Arlington, Virginia. 3. In addition to local travel required to support these efforts, the Contractor may be required to accomplish long-distance travel between the Washington, DC area, the Gulf, East and West Coast activities, and activities located in Mid-Western States. Trip duration will normally not exceed three (3) days plus the required to and from travel times. Long distance travel shall be performed only in association with one or more specific technical instructions. Where required, Government "Need-to-Know" certifications (prepared in his/her typewritten format) associated with efforts under these requirements (such as for visits to participating activities, technical documentation, and Government building passes) will be administered by the COR and forwarded for signature to the Contracting Officer for Security, Naval Sea Systems Command, SEA-09T. In the event a long term visit clearance is approved, the Contractor shall request and receive, in writing, authorization from the COR to travel prior to each trip to the activity where the visit is approved. The applicable technical instruction number(s) shall be denoted on all Contractor's requests. 4. The engineering and evaluation process shall parallel all phases of the acquisition process for all Research and Development (R&D) programs, acquisition programs, projects, and systems designated by NAVSEA. The contractor shall provide independent assessment of technical/engineering evaluations, architectural investigations, and Government Furnished Information (GFI) such as operational requirements, functional characteristics, performance predictions, cost and feasibility reviews, specifications, interface requirements, engineering change proposals and logistics documentation/data. 29 VIII-30 30 00024-95-R-6403 5. It is not the Government's intent under these requirements to support a Contractor team of ship design, engineers/technicians, but to contract with private industry on a quick-Reaction basis for ship system/design products to support NAVSEA/PEO(TAD) subject to availability of funding for such products as denoted by: (1) specific contract line item and contract subline item contract funding levels, and (2) applicable technical instructions issued by the COR PART 1- CONTRACT LINE ITEM DESCRIPTION A. ITEM(S) 0001 and (if options are exercised), Items 0007, 0012, 0017, and 0022 are applicable to Combat System Engineering in Support of NAVSEA 91. 1. The contractor shall provide combat system engineering, integration, and technical support to NAVSEA 91. In the performance of these efforts the contractor shall: a. Provide for the preparation and review of technical combat system documents for tactical/operational feasibility, applicability, and impact. Develop combat system planning and reference documents for fleet-wide warfighting improvement. Conduct equipment implementation feasibility studies and trade-off analyses. Conduct man-machine interface assessments for battle group/force/unit tactical and training systems. Assist in the identification and resolution of integration and commonality issues among candidate tactical systems in support of the Fleet Modernization Program and new ship designs. b. Provide configuration audits for combat systems and support systems Configuration Management (CM), and provide computer program delivery status. The contractor shall also research source information for inclusion in the ISEA data bases, and provide quick-reaction program and project reviews of data/documents pertaining to Combat Systems CM. c. Perform system, combat system and group/force level cost-effectiveness analysis, risk identification, ranking, and make recommendations for risk avoidance or reduction; identify impacts on schedule and budget; monitor and assess the conduct of testing including the development of test specifications and reports. The contractor shall gather, monitor, and assess fleet inputs, such as Program Trouble Reports, Program Change Proposals, and Engineering Change Proposals, and provide program design error, omission, and failure reporting and ensure the traceability of program problems. d. Provide technical evaluations and assessments of the adequacy of Combat Systems computer programs, system specifications, development plans, quality assurance/configuration management plans, independent verification and validation plans, computer program performance specifications, computer program design specifications, data base design documents, interface requirements document, interface deign specifications, and source code. Prepare technical assessments of the computer program development process in terms of conformance to design requirements, quality assurance requirements, and production and test requirements. 30 VIII-31 31 00024-95-R-6403 e. Provide systems engineering, design, integration, testing and other technical support during the development of the LHD and LPD Class Combat System including organizing and participating in Combat System Working Group (CSWG) meetings, Combat System Executive Committee (CSEC) meetings, Coordination Planning Group (CPG) meetings, Fleet Delivery Readiness Reviews (FDRR), Combat Systems Integration Test (CSIT) Readiness Reviews (CRR) and various subsystem development meetings. f. Provide technical support during the development and review of LHD and LPD software/firmware programs and hardware suites associated with the combat system. Tasks shall include reviewing documentation for technical accuracy and conformance to accepted DOD standards, problem/risk analysis, development and review of Engineering Change Proposals (ECP) and Specification Change Notices (SCN), establishment of an LHD/LPD ECP tracking database, review and provide solutions to various LHD/LPD condition reports and trial cards. g. Provide configuration management support for the LHD CSIT testing at Integrated Combat Systems Test Facility (CSTF) in San Diego, CA. Task shall include tracking Software Trouble Reports (STR) status and updating status changes in the LHD Configuration Status Accounting File, participate in ICSTF LHD combat system testing as directed by the Navy, review test results and issues arising from the conduct of testing or the actions of the On-Site Configuration Control Board, review designated CSIT STRs and provide technical assessments and recommended resolutions, participate in various Configuration/Change Control Board meetings. h. Provide technical support for the data gathering, preparation and maintenance of the LHD Combat System Ten Year Plan. i. Provide overall Amphibious Class CSE program support including developing and maintaining an LHD Action Item Database, Point of Contact Database, and a Library Summary Report consisting of a listing of all documentation related to the LHD program as well as maintaining a hard copy library. j. Provide engineering, design, and integration support for in-service Amphibious ships (LHD, LHA, and LCC) combat systems including documentation reviews, participation in combat system related meetings, and the conduct of assessments of potential combat system upgrades. k. Provide acquisition and technical support required for the development and fielding of the LPD 17 ship class combat system. Provide program management and technical support with respect to the continued development of the LPD 17 combat systems architecture as defined in the contract design for the award of the first shipbuilding contract. This support includes participation in combat system related meetings including Combat System Working Groups, Combat System Executive Committee meetings, Electromagnetic Capability Advisory Board meetings, Integrated Interior Communications and Control (IC2) Working Groups and other technical meetings as assigned by the Navy. 31 VIII-32 32 N00024-95-R-6403 l. Provide development of the LPD 17 Computer Resources Life Cycle Management Plan (CRLCMP). m. Provide technical analysis for the systems engineering, design, integration and testing support required in the development of the LPD 17 Combat Systems Management Plan (CSMP). n. Provide engineering support with respect to the development and review of the LPD Combat System Computer Program Configuration Management Plan. o. Conduct the engineering efforts required for Combat System test, and evaluation, assessment and certification, verification and validation, and the procedures required to conduct combat system alignment planning. The contractor will be required to develop the following: (1) shipboard alignment procedures, techniques, and tolerances, including manuals and drawings which will be developed, reviewed, verified, and/or validated, as required, (2) records on the conduct of various Shipboard Combat System alignment and testing (or both) which will be prepared to ensure compliance with test memoranda and to ensure that tests and alignment are accurately conducted and recorded, (3) alignment requirements developed and updated to reflect changes that evolve as a result of new equipment or construction methods, (4) alignment procedures and tests reviewed on a class by class basis, and proposed changes necessitated by major equipment changes and the phased accomplishment of upgrades (i.e., Combat Direction System Upgrade) p. Provide systems engineering of the LPD-17, CVN-76 and AOE-6 Class for Combat System Operational Sequencing System (CSOSS) and Battle Force Tactical Training (BFTT) System integration planning. q. Provide systems engineering and integration support for Life Cycle Management (LCM) of Non-AEGIS Combat System Operational Sequencing System (CSOSS) through performance of the package production process for ships receiving CSOSS. The contractor shall develop where applicable and reproduce CSOSS procedures and diagrams for package implementation, assemble CSOSS Book sets in accordance with Book Installation Plan, produce CSOSS status boards and system interface diagrams through operation of large scale computer-controlled plotter and laminate final product for inclusion in CSOSS package. The contractor shall coordinate CSOSS Package final assembly and shipment in accordance with Installation plan. r. Provide support for the control, processing, manipulation, and maintenance of CSOSS supported ship class baseline Feed Back Reports (FBRs), databases, libraries, and the CSOSS Requirements Manual. The contractor shall maintain the CSOSS Quality Assurance (QA) Plan. s. Conduct shipboard validation of changed or modified procedures for FBRs, and demonstrate an understanding of the CSOSS components that are installed during the implementation phase. t. Maintain the Master Non-AEGIS CSOSS LCM computer programs, and a hard copy of all changes to LCM master database and library files. 32 VIII-33 33 N00024-95-R-6403 u. Provide technical analyses of the Combat System Operational Procedures (CSOP) and the Combat System Operational Casualty Control (CSOCC) documents. v. Provide the onboard support for crew training during the installation phase of the CSOSS package in LHD-5/6, AOE-6 and CVN-76 and develop appropriate CSOSS User's Guides and shall develop changes to the LHD-5, AOE-6 and CVN-76 Combat System Officer of the Watch (CSOOW) Guide to incorporate quick reference material for CSOSS coordination. w. Provide coordination during the installation and validation phase of CSOSS documentation for the LHD-5, CVN-76 and AOE-6 Classes. x. Provide systems engineering for Navy ship combat system testing, training and performance monitoring systems by providing technical support for the development and review of Battle Force Tactical Training (BFTT) Program documentation in preparation for Milestones III and IV. The contractor will be required to maintain the Operational Requirements Document (ORD), Program Management Plan (PMP), Integrated Program Summary (OPS), BFTT Maintenance Plan (MP) and other program management, technical and scheduling documentation. The contractor will be required to maintain a BFTT Program Master Library, and a listing of all equipments procured with BFTT funding, and an accounting of Onboard trainers (OBTs) with installation schedules, and maintain a products listing for performance monitoring data. This support includes planning for and participation in technical and programmatic working group meetings, executive level planning and steering group meetings, advisory board meetings and other technical and programmatic meetings as assigned by the Navy. y. Operate and maintain the BFTT PIPENET - telecommunications system using government furnished equipment (GFE). z. Perform engineering design proof of principal for the BFTT Non-NTDS shipboard configuration, and develop technical documentation to support proof of concept design, test and interim support. aa. Provide engineering support for Navy ship combat system Testing, Training and Performance Monitoring (TT&PM) systems and accomplish the following relative to the AN/SSQ-91(V) LHD 1 CLASS Combat Simulation Test System (CSTS) and AN/SSQ-XX Training Systems: (1) provide engineering and technical support for the review and maintenance of Program documentation including the Program Management Plan, the Project Peculiar Document (PPD), the Configuration Management Plan, Maintenance Plan, and the CSTS Transition Plan for the LHD configuration, (2) provide technical support for logistics related matters. ab. Provide engineering support for the Navy's Cryptologic Systems Trainer (CST) Program for NAVSEA and provide technical support during development and review CSET Program documentation. The contractor shall coordinate, develop, update, and review CST program 33 VIII-34 34 N00024-95-R-6403 documentation including but not limited to: the CST Operational Requirements Document (ORD), the CSET Fleet Project Team Charter, Preliminary CST Acquisition Plan, CST Program Management Plan, and the CST Maintenance Plan. The contractor shall develop updates to the CST Ship Hull/Cryptologic System Matrix. The contractor shall maintain the reference system for a 10 year funding requirements profile and a 10-year plan of action and milestones (POA&M) for CST. The contractor shall participate and provide technical inputs for CST planning/management meetings and the CST Configuration Control Board (CCB) process. ac. The contractor shall attend all CST equipment installations, test demonstrations and software development demonstrations. The contractor will ensure support personnel have a clearance to facilitate access to Naval cryptologic facilities. ad. Provide acquisition and technical support required for the development, fielding and life-cycle support of the Radar Target Simulation Component (RTSC) of BFTT, the Tactical Advanced Surface Warfare Integrated Trained (TASWIT), the Amphibious Warfare Tactical Trainer (AWTT) and the Ship Ocean Acoustic Model (SOAM). This support includes planning for and participation in technical and programmatic working group meetings, executive-level planning and steering group meetings and other technical and programmatic meetings as assigned by the Navy. B. ITEM(S) 0002, (AND IF OPTIONS ARE EXERCISED) ITEMS 0008, 0013, 0018, AND 0023 ARE APPLICABLE TO AIRCRAFT CARRIER COMBAT SYSTEM ENGINEERING, PMS 312. 1. In support of NAVSEA PMS-312, the contractor shall provide systems engineering, integration and technical support for the combat systems onboard Navy carriers. The contractor shall: a. Provide engineering and technical support to NAVSEA PMS312 for the preparation and review of technical documents for candidate combat system warfighting improvements for aircraft carrier classes, including assistance in identifying planned SHIPALT installation issues, their impact and any alternatives, in support of the Fleet Modernization Program. b. Provide engineering support for combat system designs or configurations for new carrier designs through the participation in technical meetings such as design reviews and the conduct of technical documentation associated with the combat system or its sub-elements. C. ITEM(s) 0003, and if options are exercised, Items 0009, 0014, 0019, and 0024 are applicable to the Program Executive Office for the Theater Air Defense (PEO(TAD)). 1. The contractor shall: a. Provide engineering support during the Ship Self Defense System (SSDS) engineering, software development and production for the LSD, DD, FFG, CVN, LPD, LHD, LHA, and AOE class ships. Evaluate SSDS baselines for software reuse between ship classes and for follow on enhancements for ships within the class. Conduct trade-off studies as required. Attend Program 34 VIII-35 35 N00024-95-R-6403 Reviews, Systems Engineering Board meetings, and Change Control Board meetings to support technical discussion of software issues. Review and comment on field activity documentation forwarded to PEO(TAD)D. Provide technical cost and schedule trade-off analyses and planning priority evaluations for SSDS support software development, tools, and facilities. Provide support for SSDS engineering reviews, the SSDS Software Engineering Process Group (SEPG), Metrics Implementation Sub-Group, Reuse Library User's Group, and Software Engineering Environment Working Group. Propose changes to the SSDS software related instructions, Technical Directives and documentation. b. Monitor the program status to ensure that the Ship Self Defense System (SSDS) engineering meets program requirements and that it is being executed within established constraints. Program, equipment, and schedule data will be documented and assessed against current guidance. Provide the means for the conduct of rapid communications, investigations, examinations, assessments, configuration management and review documentation in response to changing schedules and resources availability. Program summaries, status reports, and impact assessments are required to support the daily program decision process. Specifically, the contractor shall review the existing work breakdown structure (WBS) and expand it to the top three levels, and identify the cost accounts to the WBS elements; develop Project Evaluation Review Technique (PERT) Chart report; review existing schedules and develop a comprehensive Project Management Plan (PMP) plus Gantt chart views that monitor project tasking and progress. The contractor will also review the financial plans and develop recommendations for program execution, and integrate the financial planning with the PMP. Attend SSDS meetings, prepare agenda, and meeting/trip reports. c. Provide engineering, planning, and programming support, and integrated logistics support for the Combat Direction System (CDS) programs and projects as defined in the following paragraphs. CDS encompasses the following ship systems: NTDS, CDS, ACDS, ITAWDS, Command Station, SGS/AC and advanced CDS development projects in ship classes: CV/CVN, LHD, LHA, LCC, LPD-17, CGN 36, DDG 963, FFG 7, CG 47, and DDG 51 (for SGS/AC only). d. Assess and provide inputs to CDS technical, logistics and program documentation including ORD, APBA, IPS, TEMP, NTP, Program Support Data Sheets, COSAL, Weapons Systems File, Ship Configuration and Logistic Support Information System (SCLSIS), SEATASKs, Project Directives, FMPMIS, JCF and SAR. Prepare and maintain CRLCMP, ILSP and OLSS. Participate in CDS-related reviews, working groups and meetings and record minutes for selected meetings. Prepare and maintain presentation material. e. Provide and maintain a 10-year CDS Project Master Plan (PMP) which includes the system configuration, interface requirements and implementation schedules. f. Provide CDS equipment requirements and allocation data including ECPs, field changes and ORDALTs. Assess, document, and maintain system, equipment, resource and schedule data against program requirements and guidance. Provide inputs to the CDS Resource Management System, and provide CDS resource planning information summary reports. 35 VIII-36 36 N00024-95-R-6403 g. Provide computer resource planning, configuration management, and maintenance support for the CDS program office management system to include: (a) system support including updates to operating procedures and (b) engineering, development, and installation support for integration of the CDS program office management systems/data including the CDS resource management system, the Government Furnished Information/Government Furnished Equipment (GFI/GFE) and spares database, and the other management systems. h. Conduct engineering assessments of CDS with respect to Fleet requirements and deficiencies, system change proposals and other engineering and Logistics documentation to determine a document the impacts to CDS baselines/levels. Identify and track CDS equipment requirements including new initiatives, proposed equipment changes, field changes and ILS documentation. Provide technical support for the CDS Fleet user working groups. i. Conduct data link message standard engineering and ensure that the Data Link Message Standard developments and changes are properly planned for and implemented in the Advanced Combat Direction System (ACDS) Block 0, Block 1, and non-ACDS ship programs. Review, analyze, and assess thc impacts of these developments and changes. Assist the PEO(TAD) with (1) Combat Direction System (CDS) Computer Program Data Link Certification, (2) Data Link implementation planning analysis, (3) data link system enhancements assessments, (4) Technical Interoperability Standard Group-Tactical Digital Information Link (TISG-TADIL) and Operational Interoperability Requirements Group data link analysis and technical support, and (5) assess the information in U.S. Navy Configuration Management Information System (CMIS), maintained by the Navy Center for Tactical Systems Interoperability (NCTSI) and track all proposed CDS-related Data Link changes. j. Provide system engineering, planning and integrated logistics support for the identification, analysis, and resolution of issues associated with the Shipboard Gridlock System with Automatic Correlation (SGS/AC) for CDS and AEGIS. This effort will include: (a) the conduct of SGS/AC program documentation assessments, (b) participation in project reviews and working group meetings. Provide ILS and resource status support for the SGS/AC program specifically by analyzing requirements for and developing Program Support Data (PSD) Sheets and Order Data Sheets; assessing/providing inputs to program support documents, such as SEATASKs, Project Directives and Program Performance Specification (PPS); and analyzing methods for providing Integrated Logistic support Plan (ILSP) and Navy Training Plan (NTP) support for the SGS/AC program. k. Provide technical support in those efforts relating to CDS computer programs, In-service Engineering, NTDS Restoration and other projects requiring engineering support carried out at Fleet Combat Direction systems Support Activity (FCDSSA), Dam Neck, Port Hueneme Division (PHD), Naval Surface Warfare Center (NSWC); Naval Command Control and Ocean Surveillance Center (NCCOSC), RDT&E Division (NRaD); and Naval Undersea Warfare Center Detachment (NUWC DET) Norfolk. These effort shall include the assessment of computer program and life cycle support documentation. 36 VIII-37 37 N00024-95-R-6403 l. Provide technical assistance to NAVSEA PEO-TAD (DN), the NATO-Seasparrow Program Office (NSPO) National Deputies and NAVAIR supporting codes in those technical and engineering efforts relating to Missile Systems, Avionics Hardware and Software, and host platform Reliability, Maintainability, and Quality (RM&Q) support. m. Prepare rework requirements for FMS owned AIM-7M/RIM-7, AIM-9 and other air-launched missile assets which necessitate repair under the terms of the FMS Repair of repairable cases. This includes RM&Q processing and maintenance at the WPNSTA YORKTOWN, VA, depot repair at organic facilities such as NADEP Alameda, CA, NAVORDSTA Indian Head, MD, Letterkenny depot repair at commercial facilities such as Raytheon Company, Lowell, MA, and Hughes Missile Systems, Tucson, AZ. Provide to maintenance activity(s) semi-annual rework projections that include Participating Government's (PGs) estimates of repair returns for both immediate and long term requirements. n. Coordinate and prepare shipping instructions for the Ready for Issue (RFI) assets, responding to PGs requests for the disposition of condemned or unserviceable material, and provide assistance in the conduct of engineering investigations of USN, Air Force and FMS/NSSMS assets. In addition, the contractor will coordinate all necessary actions with rework sites, Navy engineering activities, Department of Transportation, Customs, Participating Governments (PGs), freight forwarders and/or supply activities. o. Operate the automated computer programmable Configuration Management Missile Assets Tracking System (MATS), its subsystem, the Missile Assets Production Status (MAPS), and the Missile Assets Repair Status (MARS). MATS operation includes ensuring that the appropriate input data is collected, edited, analyzed, entered into the system, and the reports generated as specified by NSPO/PMA-259. Maintenance will be performed as necessary to solve problems that may occur, and to update the program as desired by NSPO/PMA-259. p. Provide technical review of ILS documentation for impact to FMS ILS programs to ensure FMS customer unique requirements interface with U.S. government logistic support programs. Review necessary data base logistic information and recommend methodology to determine maturity of FMS case completion. Develop a plan that provides for the effective assessment of the ILS factors of supportability and maintainability and incorporate the strategy for the completion of FMS cases. q. Analyze existing configuration management plans (CMP) and determine effects in the development of Engineering Change Proposals (ECP) and maintain the currency of the ECP data base as changes occur during the approval and implementation process. r. Prepare a POA&M for the preparation, review and implementation of Depot Maintenance Process Documents for missile assets scheduled for transfer of responsibility from the US Navy to the Letterkenny Army Depot. 37 VIII-38 38 N00024-95-R-6403 D. ITEM(s) 0004, and if options are exercised, Items 0010, 0015, 0020, and 0025 are applicable to Combat System Software Engineering, SEA 03KQ. 1. The contractor shall provide combat system level software engineering and management support for non-Aegis surface combatants. In the execution of this effort, the contractor shall: a. Provide technical support to the Combat System Software Change Control Board (CSSCCB), and provide technical reviews of proposed Engineering Change Proposals (ECPs), participate in Board meetings, act as Secretariat to the Board, maintain the library of ECPs, maintain an accounting of ECP status, provide periodic ECP status reports, maintain the Board implementation documentation. b. Maintain the Software Quality Improvement (SQI) Program including implementation documentation, investigate new methodology for inclusion in the Program including CASE tools, and software metrics, participate in the development and modification of the Program requirements. c. Investigate new technologies and processes that focus on combat system software reuse engineering. In particular, the contractor must demonstrate understanding of the techniques associate with the conduct of Domain Analysis as it relates to combat systems. d. Participate in working level meetings for the development and/or modification of weapon systems computer interface documentation, review new/updated interface documentation for feasibility and adherence to established standards, provide recommendations for the approval of such documents, maintain weapon systems interface documentation status, and provide period reports of that status. e. Participate in Combat System Integration Test (CSIT) Scheduling Meetings, investigate/evaluate new requirements for testing of combat system software baselines, maintain an accounting of CSIT Schedule events, provide periodic reports of those events. f. Provide technical and management support for the Software Engineering Office in its function of supporting the assigned non-Aegis ship class Combat System Engineers (CSEs) for all matters concerning combat system software. This includes:(1) establishing ship class combat system software baselines. Maintain the Ten Year Plan data base and provide periodic reports. Recommending and justifying CSITs for those baselines if necessary, (2) monitoring preparations and conduct of CSITs, act as the CSE's on-site representative, providing periodic reports on the progress of such CSITs with evaluations of that progress and recommendations for problems resolutions, evaluation of the results of the CSIT with recommendations for the fleet release of the baseline software, (3) fulfilling of the SQI Program requirements including attendance at Coordination Planning Group meetings, preparations for Flag Level Reviews, evaluation of Exception Requests with recommendations for approval. g. Provide support to the U.S. Government Foreign Military Sales Program for the Royal Australian Navy (RAN) Combat Data Systems Centre (CDSC) at Fyshwick, A.C.T. Canberra for the procurement of additional AN/UYK-43s and the development and evaluation of post installation upgrades to the AN/SLQ-32(V) Software Support and Training System (SSTS), as well as, support and 38 VIII-39 39 N00024-95-R-6403 evaluation for the possible procurement of Single, Joint, and Combined Interoperability hardware and software. Provide support to NAVSEA 03KQI to include: (1) responding to questions for CDSC concerning the proper operation of the SSTS and AN/SLQ-32 software, (2) provide coordination between CDSC and NAVSEA 03KQ1 concerning the status of SSTS operation at CDSC, (3) implement minor modifications and engineering changes to SSTS software and documentation as assigned by the COR and accepted by the contractor, (4) provide support to NAVSEA in matters relating to CDSC and United States Navy (USN) supplied computer programs installed therein, (5) provide support to NAVSEA and CDSC in matters concerning RAN combat system computer programs and their life cycle maintenance, (6) provide support in obtaining the transfer of computer programs (including source code) from the USN to the RAN, (7) provide analysis support to NAVSEA 03KQ1 and CDSC regarding upgrades to the AN/SLQ-32(V) SSTS, (8) provide technical and documentation support to NAVSEA for the procurement of additional AN/UYK-43 computers for the RAN CDSC, (9) provide coordination between CDSC, NAVSEA 03KQ1, and other military facilities associated with interoperability testing, (10) provide technical and documentation support to NAVSEA concerning procurement of interoperability test hardware and software, (11) provide coordination between NAVSEA, CDSC, and the Australian Embassy concerning the CDSC Director's visit to military facilities and meetings in NAVSEA. E. ITEM(s) 0005, and if options are exercised, Items 0011, 0016, 0021, and 0026 are applicable to AEGIS Combat System Engineering, PMS 400. 1. In support of AEGIS CG-47 and DDG-51 combat system engineering, the contractor shall: a. Perform systems engineering support of the development baseline and upgrades for tactical operational computer programs. Review and comment on computer program and firmware program performance specifications and design documentation baseline changes, and provide SDR/SCN traceability at the performance level. Study, analyze, and comment on program design techniques and computer program baseline upgrade demonstration plans. b. Provide engineering support to the AEGIS project office for planning in Command, Control, Communication and Intelligence (C(3)I) related areas, such as JTIDS, Model 5 Link-11, Link-16, Link-4A and C(2)P, as they relate to AEGIS Block upgrades, model change requirements, and DDG-51 development. Determine the impact on the AEGIS Combat System of planned communication upgrades. c. Provide engineering support for the baseline development and upgrade of the AEGIS Combat System. Review and comment on C&D and ADS computer program specification and baseline upgrades. Study, analyze, and comment on program design techniques and computer program baseline upgrade demonstration plans. Provide attendance at, and comments on, C&D and ADS computer program baseline upgrade design reviews. Review Navy test plans and procedures in support of Navy baseline upgrade testing. Provide technical guidance for the development of contractor test plans and 39 VIII-40 40 N00024-95-R-6403 procedures. Participate in C&D and ADS demonstrations and tests, and assist in analysis and evaluation of test data. d. Perform engineering support in the evaluation of proposed changes to the CDS/SLQ-32/LAMPS Interface Design Specification for AEGIS impact. Provide technical support for the development of the C&D computer program EW interface. Review test plans and procedures, participate in element and system level testing, and provide analysis of test results. Monitor AN/SLQ-32 program development and assess the impact to AEGIS of planned improvements. Assist in the development of AEGIS required ECPs to the CDS/SLQ-32/LAMPS IDS. e. Perform engineering support and analysis by conducting engineering technical review and analysis of engineering changes including Engineering Change Proposals (ECPs), Change Evaluation Documents (CEDs), and Change Assessment Documents (CADs). Identify change packages which impact the AEGIS Combat System (ACS), CG-47 and DDG-51 class ships. f. Provide engineering and analysis support to the PMS-400 Program Level Change Control Board (CCB), the Joint Evaluation Team (JET), and the Change Coordination Group (CCG) in the establishment, implementation, and monitoring of change control requirements related to the development, review, and approval of engineering changes. Action items shall be established and maintained from assignment to closure. g. Perform engineering and analysis in the areas of data requirements, technical document development review, and configuration management for the AEGIS Configuration Control and Engineering Status System (ACCESS). h. Perform engineering and analysis in the areas of system performance, functional capabilities, test and evaluation, simulation requirements for current and advanced baselines, technical documentation development and review, and configuration management for the AEGIS Combat System Interface Simulation (ACSIS), AEGIS Combat Training System (ACTS), Mass Memory Storage Device (MMSD) and the AEGIS Interface Simulation System (ISS) F. ITEM(S) 0006 - DATA REQUIREMENTS (NAVSEA) (SEP 1992) The data to be furnished hereunder shall be prepared in accordance with the Contract Data Requirements List, DD Form 1423, Exhibit(s) A, attached hereto. TECHNICAL PRODUCTS/DOCUMENTATION 1. Technical Products. Technical products documenting the results of Contractor's technical efforts (such as reports or reviews, technical assessments, programming documentation, charts, manuals, matrices, sketches, and schedules) shall be prepared and provided in formats, numbers of copies and at times specified in technical instructions. 40 VIII-41 41 00024-95-R-6403 2. Contractor-Filed Data. The Contractor shall establish and maintain an up-to-date file of documentation (such as drawings, sketches, specifications, manuals, reports, letters, comments, etc.) generated or received under this contract. Copies or original (or both) of materials retained in this file shall be delivered to the Government, as directed. The Contractor shall also maintain a record of all data sources used in developing his finding or recommendations. Destruction of obsolete data contained in this file is authorized upon written instructions from the COR. CONTRACT PROGRAM MANAGEMENT 1. Government Contractor Interface a. The Contractor shall establish and maintain lines of communication with NAVSEA and PEO Task Engineers and such other Government and commercial organizations as are necessary to accomplish technical work requirements specified herein and in associated technical instructions; this shall include attendance at scheduled conferences and meetings on specific technical requirements outlined herein, including providing meeting agendas, minutes, conference reports and trip reports. The Contractor's role in such conferences and meetings is limited to technical discussions, recommendations of technical approaches to problem resolution, and other matters of a technical advisory nature. Need-to-know certifications shall be prepared and processed in accordance with paragraph b., below. b. The Contractor shall establish and implement an action item/follow-up or status accounting system to assist in assuring the timely accomplishment of meeting/conference action items, problem solutions, etc., related to specific technical products outlined herein. 2. Progress Presentations. As directed, the Contractor shall give formal contract progress presentations on a periodic basis. Normally a presentation should not exceed 2 hours. Presentations shall outline, in brief, the progress and status of all efforts performed during the period reported. Except as otherwise agreed to by the COR, the presentation shall be given at NAVSEA Headquarters, Arlington, Virginia, at times and dates specified by the Government. 3. Briefings. The Contractor shall give briefings/presentations, including preparation of necessary materials. For purposes of these requirements, briefings/presentations shall be held at NAVSEA Headquarters, Arlington, Virginia. 4. Reports a. Progress/Status Reports. The Contractor shall develop and provide a Progress/Status Report in a letter format, constructed to identify efforts and costs expended to support those efforts and any problem areas together with their proposed solutions. The report shall make maximum use of tabular, chart, and graphic techniques. 41 VIII-42 42 00024-95-R-6403 b. Meeting Report. Reports shall be delivered for meetings, conferences and telephone conversations between Contractor and Government personnel. c. Trip Reports. Letter-type trip reports shall be developed for all visits made under the contract to other than NAVSEA Headquarters. d. Computer Programs/Documentation. Unless otherwise specified, computer simulation models and logistics analyses or technical storage type computer programs developed incidental to technical instructions issued under this contract shall be targeted for implementation and execution on NAVSEA hardware. These programs and their associated documentation shall be developed and delivered in accordance with the technical instructions and the attached Contract Data Requirements List (CDRL). (a) A user's manual which provides instructions to the engineers who generate the input data and use the output information to accomplish a design task. It should include a definition of the input data and format, the sequence of input, user restrictions, and user diagnostics/error messages with associated corrective action. (b) A program maintenance manual which includes coding information, symbol dictionary and debug information. It also encompasses hardware requirements, installation set-up, and restrictions such as special input routines, program limitations, maximum array sizes, and minimum capacity required. (c) A computer operation manual which contains hardware requirements and operator instructions such as system setup and take down, operating messages, and control instructions for the program and each associated subroutine. 42 VIII-43 43 N00024-95-R-6403 SECTION D - PACKAGING AND MARKING All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data, and documentation shall be prepared for shipment in accordance with DOD Industrial Security Manual for Safeguarding Classified Information, DOD 5220.22-M dated 3 January 1991. ADDITIONAL MARKING REQUIREMENTS FOR FMS ITEMS (NAVSEA) (SEP 1992) (a) The following identifying marks shall appear on the outside of each box, parcel and/or crate and all shipping papers included in each shipment: _______________________NAVY FMS CASE_______________ REQUISITION NO. ____________ ITEM DESCRIPTION___________ If a consolidated shipment of several items in one container is forwarded, add to the above information "CONSOLIDATED SHIPMENT, __________ CONTAINS ITEMS". (b) The inscription "UNITED STATES OF AMERICA" shall be affixed in a suitable size indelible stencil, label or printed form on all external shipping containers or the exterior surface of uncrated items. (c) All invoices, correspondence, reports and other documents shall be identified with the appropriate FMS case designator, requisition number(s), and item description(s). 43 VIII-44 44 N00024-95-R-6403 SECTION E - INSPECTION AND ACCEPTANCE Item(s) Items 0001 through 0005 and (if options are exercised) Items 0007 through 0026 - Inspection and acceptance shall be made by the Contracting Officer's Representative (COR) or a designated representative of the Government. Inspection and acceptance of all data shall be as specified on the attached Contract Data Requirements List(s), DD Form 1423. CLAUSES INCORPORATED BY REFERENCE FAR SOURCE TITLE AND DATE - ------ -------------- 52.246-3 INSPECTION OF SUPPLIES--COST-REIMBURSEMENT (APR 1984) 52.246-5 INSPECTION OF SERVICES--COST-REIMBURSEMENT (APR 1984) 44 VIII-45 45 N00024-95-R-6403 SECTION F - DELIVERIES OR PERFORMANCE The Contractor shall perform the work described in SECTION C, at the level of effort specified in SECTION B, as follows: ITEM(S) FROM TO ------- ---- -- 0001AA - 0001AG Date of award 12 Months thereafter 0002AA - 0002AG Date of award 12 Months thereafter 0003AA - 0003AG Date of award 12 Months thereafter 0004AA - 0004AG Date of award 12 Months thereafter 0005AA - 0005AG Date of award 12 Months thereafter 0007AA - 0007AG Date of option exercise 12 Months thereafter 0008AA - 0008AG Date of option exercise 12 Months thereafter 0009AA - 0009AG Date of option exercise 12 Months thereafter 0010AA - 0010AG Date of option exercise 12 Months thereafter 0011AA - 0011AG Date of option exercise 12 Months thereafter 0012AA - 0012AG Date of option exercise 12 Months thereafter 0013AA - 0013AG Date of option exercise 12 Months thereafter 0014AA - 0014AG Date of option exercise 12 Months thereafter 0015AA - 0015AG Date of option exercise 12 Months thereafter 0016AA - 0016AG Date of option exercise 12 Months thereafter 0017AA - 0017AG Date of option exercise 12 Months thereafter 0018AA - 0018AG Date of option exercise 12 Months thereafter 0019AA - 0019AG Date of option exercise 12 Months thereafter 0020AA - 0020AG Date of option exercise 12 Months thereafter 0021AA - 0021AG Date of option exercise 12 Months thereafter 0022AA - 0022AG Date of option exercise 12 Months thereafter 0023AA - 0023AG Date of option exercise 12 Months thereafter 0024AA - 0024AG Date of option exercise 12 Months thereafter 0025AA - 0025AG Date of option exercise 12 Months thereafter 0026AA - 0026AG Date of option exercise 12 Months thereafter All data to be furnished under this contract shall be delivered prepaid to the destination(s) and at the time(s) specified on the Contract Data Requirements List(s), DD Form 1423. 45 VIII-46 46 N00024-95-R-6403 ADDITIONAL SHIPPING INSTRUCTIONS FOR FMS ITEMS (NAVSEA) (SEP 1992) (a) The Contractor shall, within sixty days prior to the first scheduled delivery date, notify the cognizant Contract Administration Office (CAO) of the point of origin, description of material, quantity, approximate gross weight and cubic measurement, number of cases, approximate date shipment is expected to be ready for movement, appropriate requisition number(s) and FMS case designator. The notification shall be accompanied by six (6) copies of priced Material Inspection and Receiving Report (MIRR) (DD Form 250) with packing lists. (b) The CAO shall forward the above information to Australia. (c) Subsequent to notification as required by paragraph (b), the CAO shall: (1) Forward four (4) copies of priced DD Form 250 with packing lists and one (1) copy of bill of lading to the Country Freight Forwarder, and (2) Forward two (2) copies of priced DD Form 250 with packing lists and one (1) copy of bill of lading or other evidence of delivery to the office specified in paragraph (b) above. CLAUSES INCORPORATED BY REFERENCE FAR SOURCE TITLE AND DATE - ------ -------------- 52.212-13 STOP-WORK ORDER (AUG 1989) AND ALTERNATE I and Alt I (APR 1984) 52.247-65 F.O.B. ORIGIN, PREPAID FREIGHT--SMALL PACKAGE SHIPMENTS (JAN 1991) 46 VIII-47 47 COMPTEK FEDERAL SYSTEM INC. N00024-95-R-6403 SECTION G - CONTRACT ADMINISTRATION DATA (a) Enter below the Contractor's address for receipt of payment if such address is different from the address shown on the SF 26 or SF 33, as applicable. Comptek Federal Systems, Inc. P.O. Box 361407 Columbus, OH 43236-1407 (b) Enter below the address (street and number, city, county, state and zip code) of the Contractor's facility which will administer the contract if such address is different from the address shown on the SF 26 or SF 33, as applicable. - ----------------------------------- - ----------------------------------- PURCHASING OFFICE REPRESENTATIVE: COMMANDER ATTN: Peggy Cooney, SEA 0264P NAVAL SEA SYSTEMS COMMAND 2531 JEFFERSON DAVIS HWY ARLINGTON VA 22242-5160 Telephone No.703/602-7501 CONTRACTING OFFICER'S REPRESENTATIVE: COMMANDER ATTN: Ken Miller, SEA 91K3 NAVAL SEA SYSTEMS COMMAND 2531 JEFFERSON DAVIS HWY ARLINGTON VA 22242-5160 Telephone No.703/602-3664 ext 303 The Contractor shall forward a copy of all invoices to the Contracting Officer's Representative. 47 VIII-48 48 N00024-95-R-6403 SECTION H - SPECIAL CONTRACT REQUIREMENTS NUMBER TITLE PAGE ------ ----- ---- NAVSEA 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993)........ 49 NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993)............ 49 NAVSEA 5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (MAY 1993)....................... 50 NAVSEA 5252.216-9122 LEVEL OF EFFORT (JUL 1986)............... 50 NAVSEA 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990)..... 52 NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (MAY 1993)........ 53 48 VIII-49 49 N00024-95-R-6403 NAVSEA 5252.202-9101 ADDITIONAL DEFINITIONS (MAY 1993) As used throughout this contract, the following terms shall have the meanings set forth below: (a) DEPARTMENT - means the Department of the Navy. (b) REFERENCES TO THE FFDERAL ACQUISITION REGULATION (FAR) - All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise. (c) REFENCES TO ARMED SERVICES PROCUREMENT REGULATION OR DEFENSE ACQUISITION REGULATION - All references in this document to either the Armed Services Procurement Regulation (ASPR) or the Defense Acquisition Regulation (DAR) shall be deemed to be references to the appropriate sections of the FAR/DFARS. (d) NATIONAL STOCK NUMBERS - Whenever the term Federal Item Identification Number and its acronym FIIN Or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows: (1) NATIONAL ITEM IDENTIFICATION NUMBER (NIIN). The number assigned to each approved Item Identification under the Federal Cataloging Program. It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code. The remaining positions consist of a seven digit non-significant number. (2) NATIONAL STOCK NUMBER (NSN). The National Stock Number (NSN) for an item of supply of the applicable four position Federal Supply Class (FSC) plus the applicable nine position NIIN assigned to the item of supply. NAVSEA 5252.232-9104 ALLOTMENT OF FUNDS (MAY 1993) (a) This contract is incrementally funded with respect to both cost and fee. The amount(s) presently available and allotted to this contract for payment of fee for incrementally funded contract line item number/contract subline item number (CLIN/SLIN), subject to the clause entitled "FIXED FEE" (FAR 52.216-8) or "INCENTIVE FEE" (FAR 52.216-10), as appropriate, is specified below. The amount(s) presently available and allotted to this contract for payment of cost for incrementally funded CLINs/SLINs is set forth below. As provided in the clause of this contract entitled "LIMITATION OF FUNDS" (FAR 52.232-22), the CLINs/SLINs covered thereby, and the period of performance for which it is estimated the allotted amount(s) will cover are as follows: 49 VIII-50 50 N00024-97-C-6431 COMPTEK FEDERAL SYSTEM INC. N00024-95-R-6403 ESTIMATED ITEM(S) ALLOTTED TO COST ALLOTTED TO FEE PERIOD OF PERFORMANCE * $ * $ * * * TO BE FILLED IN AT TIME OF CONTRACT AWARD. (b) The parties contemplate that the Government will allot additional amounts to this contract from time to time for the incrementally funded CLINs/SLINs by unilateral contract modification, and any such modification shall state separately the amount(s) allotted for cost, the amount(s) allotted for fee, the CLINs/SLINs covered thereby, and the period of performance which the amount(s) are expected to cover. (c) CLINs/SLINs 0003AE are fully funded and performance under these CLINs/SLINs is subject to the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable. (d) The Contractor shall segregate costs for the performance of incrementally funded CLINs/SLINs from the costs of performance of fully funded CLINs/SLINs. NAVSEA 5252.227-9113 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (MAY 1993) (a) The Contractor shall participate in the appropriate interchange of the Government-Industry Data Exchange Program (GIDEP) in accordance with MIL-STD-1556B dated 24 February 1986. Data entered is retained by the program and provided to qualified participants. Compliance with this requirement shall not relieve the Contractor from complying with any other requirement of the contract. (b) The Contractor agrees to insert paragraph (a) of this requirement in any subcontract hereunder exceeding $500,000.00. When so inserted, the word "Contractor" shall be changed to "Subcontractor". NAVSEA 5252.216-9122 LEVEL OF EFFORT (JUL 1986) (a) The Contractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in Sections B and C of this contract. The total level of effort for the performance of this contract shall be 1,447,500 total man-hours of direct labor, including subcontractor direct labor for those subcontractors specifically identified in the Contractor's proposal as having hours included in the proposed level of effort. (b) Of the total man-hours of direct labor set forth above, it is estimated that 140,000 (Offeror to fill-in) man-hours are uncompensated effort. 50 VIII-51 51 N00024-95-R-6403 Uncompensated effort is defined as hours provided by personnel in excess of 40 hours per week without additional compensation for such excess work. All other effort is defined as compensated effort. If no effort is indicated in the first sentence of this paragraph, uncompensated effort performed by the Contractor shall not be counted in fulfillment of the level of effort obligations under this contract. (c) Effort performed in fulling the total level of effort obligations specified above shall only include effort performed in DIRECT support of this contract and shall not include time and effort expended on such things as (local travel to and from an employee's usual work location), uncompensated effort while on travel status, truncated lunch periods, work (actual or inferred) at an employee's residence or other non-work locations, or other time and effort which does not have a specific and direct contribution to the tasks described in Sections B and C. (d) The level of effort for this contract shall be expended at an average rate of approximately 5,567 hours per week. It is understood and agreed that the rate of man-hours per month may fluctuate in pursuit of the technical objective, provided such fluctuation does not result in the use of the total man-hours of effort prior to the expiration of the term hereof, except as provided in the following paragraph. (e) If, during the term hereof, the Contractor finds it necessary to accelerate the expenditure of direct labor to such an extent that the total man-hours of effort specified above would be used prior to the expiration of the term, the Contractor shall notify the Contracting Officer in writing setting forth the acceleration required, the probable benefits which would result, and an offer to undertake the acceleration at no increase in the estimated cost or fee together with an offer, setting forth a proposed level of effort, cost breakdown, and proposed fee, for continuation of the work until expiration of the term hereof. The offer shall provide that the work proposed will be subject to the terms and conditions of this contract and any additions or changes required by then current law, regulations, or directives, and that the offer, with a written notice of acceptance by the Contracting Officer, shall constitute a binding contract. The Contractor shall not accelerate any effort until receipt of such written approval by the Contracting Officer. Any agreement to accelerate will be formalized by contract modification. (f) The Contracting Officer may, by written order, direct the Contractor to accelerate the expenditure of direct labor such that the total man-hours of effort specified in paragraph (a) above would be used prior to the expiration of the term. This order shall specify the acceleration required and the resulting revised term. The Contractor shall acknowledge this order within five days of receipt. (g) If the total level of effort specified in paragraph (a) above is not provided by the Contractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows: Fee Reduction = Fee (Required LOE - Expended LOE) ---------------------------- Required LOE 51 VIII-52 52 N00024-95-R-6403 or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR 52.232-20) or "LIMITATION OF COST (FACILITIES)" (FAR 52.232-21), as applicable, require the Contractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract. (h) The Contractor shall provide and maintain an accounting system, acceptable to the Administrative Contracting Officer and the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort (compensated and uncompensated, if any) provided in fulfillment of the level of effort obligations of this contract. The Contractor shall indicate on each invoice the total level of effort claimed during the period covered by the invoice, separately identifying compensated effort and uncompensated effort, if any. (i) Within 45 days after completion of the work under each separately identified period of performance hereunder, the Contractor shall submit the following information in writing to the Contracting Officer with copies to the cognizant Contract Administration Office and to the DCAA office to which vouchers are submitted: (1) the total number of man-hours of direct labor expended during the applicable period; (2) a breakdown of this total showing the number of man-hours expended in each direct labor classification and associated direct and indirect costs; (3) a breakdown of other costs incurred; and (4) the Contractor's estimate of the total allowable cost incurred under the contract for the period. Within 45 days after completion of the work under the contract, the Contractor shall submit, in addition, in the case of a cost underrun; (5) the amount by which the estimated cost of this contract may be reduced to recover excess funds and, in the case of an underrun in hours specified as the total level of effort; and (6) a calculation of the appropriate fee reduction in accordance with this clause. All submissions shall include subcontractor information. (1) Notwithstanding any of the provisions in the above paragraphs, the Contractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required. NAVSEA 5252.237-9106 SUBSTITUTION OF PERSONNEL (SEP 1990) (a) The Contractor agrees that a partial basis for award of this contract is the list of key personnel proposed. Accordingly, the Contractor agrees to assign to this contract those key persons whose resumes were submitted with the proposal necessary to fulfill the requirements of the contract. No substitution shall be made without prior notification to and concurrence of the Contracting Officer in accordance with this requirement. (b) All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person to be replaced. The Contracting Officer shall be notified in writing of any proposed substitution at least forty-five (45) days, or ninety (90) days if a security clearance is to be obtained, in advance of the proposed substitution. Such notification shall include: (1) an explanation of the circumstances necessitating the substitution; (2) a complete resume of the proposed substitute; and (3) any other 52 VIII-53 53 N00024-95-R-6403 information requested by the Contracting Officer to enable him/her to judge whether or not the Contractor is maintaining the same high quality of personnel that provided the partial basis for award. NAVSEA 5252.242-9115 TECHNICAL INSTRUCTIONS (MAY 1993) (a) Performance of the work hereunder shall be subject to written technical instructions signed by the Contracting Officer's Representative specified in Section G of this contract. As used herein, technical instructions are defined to include the following: (1) Directions to the Contractor which suggest pursuit of certain lines of inquiry, shift work emphasis, fill in details or otherwise serve to accomplish the contractual statement of work. (2) Guidelines to the Contractor which assist in the interpretation of drawings, specifications or technical portions of work description. (b) Technical instructions must be within the general scope of work stated in the contract. Technical instructions may not be used to: (1) assign additional work under the contract; (2) direct a change as defined in the "CHANGES" clause of this contract; (3) increase or decrease the contract price or estimated contract amount (including fee), as applicable, the level of effort, or the time required for contract performance; or (4) change any of the terms, conditions or specifications of the contract. (c) If, in the opinion of the Contractor, any technical instruction calls for effort outside the scope of the contract or is inconsistent with this requirement, the Contractor shall notify the Contracting Officer in writing within ten (10) working days after the receipt of any such instruction. The Contractor shall not proceed with the work affected by the technical instruction unless and until the Contractor is notified by the Contracting Officer that the technical instruction is within the scope of this contract. (d) Nothing in the foregoing paragraph shall be construed to excuse the Contractor from performing that portion of the contractual work statement which is not affected by the disputed technical instruction. 53 VIII-54 54 N00024-95-R-6403 SECTION I - CONTRACT CLAUSES SECTION I-1 - CLAUSES INCORPORATED BY REFERENCE I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES: FAR SOURCE TITLE AND DATE - ------ -------------- 52.202-1 DEFINITIONS (SEP 1991) 52.203-1 OFFICIALS NOT TO BENEFIT (APR 1984) 52.203-3 GRATUITIES (APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES (APR 1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1985) 52.203-7 ANTI-KICKBACK PROCEDURES (OCT 1988) 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1990) 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (JAN 1990) (Applies if this contract exceeds $100,000.) 52.203-13 PROCUREMENT INTEGRITY-SERVICE CONTRACTING (SEP 1990) 52.204-2 SECURITY REQUIREMENTS (APR 1984) 52.208-1 REQUIRED SOURCES FOR JEWEL BEARINGS AND RELATED ITEMS (APR 1984) 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 1992) Cost-Reimbursement Supply - 29 Aug 1994 Updated through FAC 90-20 and DAC 91-6 54 VIII-55 55 N00024-95-R-6403 FAR SOURCE TITLE AND DATE - ------ -------------- 52.210-5 NEW MATERIAL (APR 1984) 52.210-7 USED OR RECONDITIONED MATERIAL, RESIDUAL INVENTORY, AND FORMER GOVERNMENT SURPLUS PROPERTY (APR 1984) 52.212-8 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (SEP 1990) 52.215-1 EXAMINATION OF RECORDS BY COMPTROLLER GENERAL (FEB 1993) 52.215-2 AUDIT-NEGOTIATION (FEB 1993) 52.215-22 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (JAN 1991) 52.215-23 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA- MODIFICATIONS (DEC 1991) 52.215-24 SUBCONTRACTOR COST OR PRICING DATA (DEC 1991) 52.215-25 SUBCONTRACTOR COST OR PRICING DATA-MODIFICATIONS (DEC 1991) 52.215-27 TERMINATION OF DEFINED BENEFIT PENSION PLANS (SEP 1989) 52.215-33 ORDER OF PRECEDENCE (JAN 1986) 52.215-39 REVERSION OR ADJUSTMENT OF PLANS FOR POST-RETIREMENT BENEFITS OTHER THAN PENSIONS (PRB) (JUL 1991) 52.216-7 ALLOWABLE COST AND PAYMENT (JUL 1991) 52.216-8 FIXED FEE (APR 1984) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS (FEB 1990) 52.219-9 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN (JAN 1991) 55 VIII-56 56 N00024-95-R-6403 FAR SOURCE TITLE AND DATE - ------ -------------- 52.219-13 UTILIZATION OF WOMEN-OWNED SMALL BUSINESSES (AUG 1986) 52.219-16 LIQUIDATED DAMAGES-SMALL BUSINESS SUBCONTRACTING PLAN (AUG 1989) 52.220-3 UTILIZATION OF LABOR SURPLUS AREA CONCERNS (APR 1984) 52.220-4 LABOR SURPLUS AREA SUBCONTRACTING PROGRAM (APR 1984) 52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (APR 1984) 52.222-3 CONVICT LABOR (APR 1984) 52.222-4 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION (MAR 1986) 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (APR 1984) 52.222-26 EQUAL OPPORTUNITY (APR 1984) 52.222-28 EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS (APR 1984) (Applies if this contract is $1,000,000 or more.) (As used in the foregoing clause, the term "Contracting Officer" shall be deemed to mean the "Administrative Contracting Officer (ACO)".) 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR 1984) 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (JAN 1988) 52.223-2 CLEAN AIR AND WATER (APR 1984) 56 VIII-57 57 N00024-95-R-6403 FAR SOURCE TITLE AND DATE - ------ -------------- 52.223-6 DRUG-FREE WORKPLACE (JUL 1990) 52.225-10 DUTY-FREE ENTRY (APR 1984) (Applies if this contract exceeds $100,000.) 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAY 1992) 52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT (AUG 1989) 52.225-17 BUY AMERICAN ACT-SUPPLIES UNDER EUROPEAN COMMUNITY AGREEMENT (JAN 1994) (Applies if this contract equals or exceeds $182,000) 52.226-1 UTILIZATION OF INDIAN ORGANIZATIONS AND INDIAN-OWNED ECONOMIC ENTERPRISES (AUG 1991) 52.227-1 AUTHORIZATION AND CONSENT (APR 1984) AND and Alt I ALTERNATE I (APR 1984) 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT (APR 1984) 52.227-10 FILING OF PATENT APPLICATIONS-CLASSIFIED SUBJECT MATTER (APR 1984) 52.228-7 INSURANCE-LIABILITY TO THIRD PERSONS (APR 1984) 52.230-2 COST ACCOUNTING STANDARDS (AUG 1992) 52.230-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES (AUG 1992) 52.230-5 ADMINISTRATION OF COST ACCOUNTING STANDARDS (AUG 1992) 52.232-9 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984) 52.232-17 INTEREST (JAN 1991) 52.232-20 LIMITATION OF COST (APR 1984) (Applies if this contract contains fully funded line items.) 57 VIII-58 58 N00024-95-R-6403 FAR SOURCE TITLE AND DATE - ------ -------------- 52.232-22 LIMITATION OF FUNDS (APR 1984) (Applies if this contract contains incrementally funded line items.) 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) AND ALTERNATE and Alt I I (APR 1984) 52.232-25 PROMPT PAYMENT (MAR 1994) 52.232-28 ELECTRONIC FUNDS TRANSFER PAYMENT METHODS (APR 1989) 52.233-1 DISPUTES (MAR 1994) AND ALTERNATE I (DEC and Alt I 1991) 52.233-3 PROTEST AFTER AWARD (AUG 1989) AND ALTERNATE and Alt I I (JUN 1985) 52.237-3 CONTINUITY OF SERVICES (JAN 1991) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984) 52.242-10 F.O.B. ORIGIN--GOVERNMENT BILLS OF LADING OR PREPAID POSTAGE (APR 1984) 52.242-11 F.O.B. ORIGIN--GOVERNMENT BILLS OF LADING OR INDICIA MAIL (FEB 1993) 52.242-12 REPORT OF SHIPMENT (REPSHIP) (DEC 1989) 52.242-13 BANKRUPTCY (APR 1991) 52.243-2 CHANGES--COST-REIMBURSEMENT (AUG 1987) AND and Alt II ALTERNATE II (APR 1984) 52.243-6 CHANGE ORDER ACCOUNTING (APR 1984) 52.244-2 SUBCONTRACTS (COST-REIMBURSEMENT AND LETTER and Alt I CONTRACTS) (JUL 1985) AND ALTERNATE I (APR 1985) 52.244-5 COMPETITION IN SUBCONTRACTING (APR 1984) 58 VIII-59 59 N00024-95-R-6403 FAR SOURCE TITLE AND DATE - ------ -------------- 52.245-5 GOVERNMENT PROPERTY (COST-REIMBURSEMENT, TIME-AND- MATERIAL, OR LABOR-HOUR CONTRACTS) (JAN 1986) 52.246-23 LIMITATION OF LIABILITY (APR 1984) 52.246-24 LIMITATION OF LIABILITY-HIGH VALUE ITEMS (APR 1984) 52.246-25 LIMITATION OF LIABILITY-SERVICES (APR 1984) 52.247-1 COMMERCIAL BILL OF LADING NOTATIONS (APR 1984) 52.248-1 VALUE ENGINEERING (MAR 1989) (Applies if this contract equals or exceeds $100,000.) 52.249-6 TERMINATION (COST-REIMBURSEMENT) (MAY 1986) 52.249-14 ExCUSABLE DELAYS (APR 1984) 52.251-1 GOVERNMENT SUPPLY SOURCES (APR 1984) 52.253-1 COMPUTER GENERATED FORMS (JAN 1991) 59 VIII-60 60 N00024-95-R-6403 II. DEFENSE FAR SUPPLEMENT (48 CFR CHAPTER 2) CLAUSES: DFARS SOURCE TITLE AND DATE - ------------ -------------- 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (Applies if this contract requires a Contracting Officer's Representative (COR).) 252.203-7000 STATUTORY PROHIBITIONS ON COMPENSATION TO FORMER DEPARTMENT OF DEFENSE EMPLOYEES (DEC 1991) (Applies if this contract exceeds $100,000.) 252.203-7001 SPECIAL PROHIBITION ON EMPLOYMENT (APR 1993) 252.203-7002 DISPLAY OF DOD HOTLINE POSTER (DEC 1991) (Applies if this contract exceeds $5,000,000.) 252.203-7003 PROHIBITION AGAINST RETALIATORY PERSONNEL ACTIONS (APR 1992) (Applies if this contract exceeds $500,000.) 252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991) 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC 1991) (Applies if this contract exceeds $500,000.) 252.209-7000 ACQUISITION FROM SUBCONTRACTORS SUBJECT TO ON-SITE INSPECTION UNDER THE INTERMEDIATE-RANGE NUCLEAR FORCES (INF) TREATY (DEC 1991) 252.210-7003 ACQUISITION STREAMLINING (DEC 1991) 252.215-7000 PRICING ADJUSTMENTS (DEC 1991) 252.215-7001 AVAILABILITY OF CONTRACTOR RECORDS (DEC 1991) 252.215-7002 COST ESTIMATING SYSTEM REQUIREMENTS (DEC 1991) 60 VIII-61 61 N00024-95-R-6403 DFARS SOURCE TITLE AND DATE - ------------ -------------- 252.219-7003 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN (DoD CONTRACTS) (MAY 1994) 252.222-7001 RIGHT OF FIRST REFUSAL OF EMPLOYMENT--CLOSURE OF MILITARY INSTALLATIONS (APR 1993) 252.223-7004 DRUG-FREE WORK FORCE (SEP 1988) 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 1994) 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (DEC 1991) 252.225-7009 DUTY-FREE ENTRY--QUALIFYING COUNTRY END PRODUCTS AND SUPPLIES (DEC 1991) 252.225-7010 DUTY-FREE ENTRY-ADDITIONAL PROVISIONS (DEC 1991) 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (MAY 1994) 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS (DEC and Alt I 1991) AND ALTERNATE I (DEC 1991) 252.225-7015 PREFERENCE FOR DOMESTIC HAND OR MEASURING TOOLS (DEC 1991) 252.225-7016 RESTRICTION ON ACQUISITION OF ANTIFRICTION BEARINGS (APR 1993) 252.225-7017 PREFERENCE FOR UNITED STATES AND CANADIAN VALVES AND MACHINE TOOLS (APR 1992) 252.225-7022 RESTRICTION ON ACQUISITION OF POLYACRYLONITRILE (PAN) BASED CARBON FIBER (DEC 1991) 252.225-7025 FOREIGN SOURCE RESTRICTIONS (APR 1993) 252.225-7026 REPORTING OF CONTRACT PERFORMANCE OUTSIDE THE UNITED STATES (APR 1993) (Applies if this contract exceeds $500,000 or is modified to exceed $500,000.) 61 VIII-62 62 N00024-95-R-6403 DFARS SOURCE TITLE AND DATE - ------------ -------------- 252.225-7028 EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN GOVERNMENTS (DEC 1991) 252.225-7031 SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 1992) 252.225-7034 RESTRICTION ON ACQUISITION OF COAL PETROLEUM PITCH CARBON FIBER (MAY 1994) 252.227-7013 RIGHTS IN TECHNICAL DATA AND COMPUTER SOFTWARE (OCT 1988) 252.227-7018 RESTRICTIVE MARKINGS ON TECHNICAL DATA (OCT 1988) 252.227-7027 DEFERRED ORDERING OF TECHNICAL DATA AND COMPUTER SOFTWARE (OCT 1988) 252.227-7029 IDENTIFICATION OF TECHNICAL DATA (APR 1988) 252.227-7030 TECHNICAL DATA-WITHHOLDING OF PAYMENT (OCT 1988) 252.227-7031 DATA REQUIREMENTS (OCT 1988) 252.227-7036 CERTIFICATION OF TECHNICAL DATA CONFORMITY (MAY 1987) 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (APR 1988) 252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991) 252.231-7001 PENALTIES FOR UNALLOWABLE COSTS (MAY 1994) (Applies if this contract exceeds $100,000.) 252.232-7006 REDUCTION OR SUSPENSION OF CONTRACT PAYMENTS UPON FINDING OF FRAUD (AUG 1992) 252.233-7000 CERTIFICATION OF CLAIMS AND REQUESTS FOR ADJUSTMENT OR RELIEF (MAY 1994) 252.242-7000 POSTAWARD CONFERENCE (DEC 1991) 252.242-7003 APPLICATION FOR U.S. GOVERNMENT SHIPPING DOCUMENTATION/INSTRUCTIONS (DEC 1991) 62 VIII-63 63 N00024-95-R-6403 DFARS SOURCE TITLE AND DATE - ------------ -------------- 252.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (DEC 1991) (Applies if this contract exceeds $25,000, unless it is set aside exclusively for a small business or small disadvantaged business concern.) 252.245-7001 REPORTS OF GOVERNMENT PROPERTY (MAY 1994) 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (DEC 1991) 252.249-7001 NOTIFICATION OF SUBSTANTIAL IMPACT ON EMPLOYMENT (DEC 1991) (Applies if this contract equals or exceeds $5 million.) 252.249-7002 NOTIFICATION OF PROPOSED PROGRAM TERMINATION OR REDUCTION (MAY 1994) 252.251-7000 ORDERING FROM GOVERNMENT SUPPLY SOURCES (DEC 1991) 63 VIII-64 64 N00024-95-R-6403 SECTION I-2- CLAUSES INCORPORATED IN FULL TEXT FAR 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY- MODIFICATION (NOV 1990) (a) DEFINITIONS. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause. (b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by the Contracting Officer in connection with the execution of any modification of this contract. (c) CERTIFICATION. As required in paragraph (b) of this clause, the officer or employee responsible for the modification proposal shall execute the following certification: CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990) - ------------------------------------------------------------- (1) I, (Name of certifier), am the officer or employee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no information concerning a violation or possible violation of subsection 27(a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended* (41 U.S.C. 423), (hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (Contract and modification number). (2) As required by subsection 27(e)(1)(B) of the Act, I further certify that to the best of my knowledge and belief, each officer, employee, agent, representative, and consultant of (Name of Offeror) who has participated personally and substantially in the preparation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b), (d), or (f) of the Act, as implemented in the FAR, pertaining to this procurement. 64 VIII-65 65 N00024-95-R-6403 (3) Violations or possible violations: (Continue on plain bond paper if necessary and label Certificate of Procurement Integrity--Modification (Continuation Sheet), ENTER "NONE" IF NONE EXISTS) - ------------------------------------------------------------------------------- - ------------------------------------------------------------------------------- - ------------------------------------------------------------------------------- - ------------------------------------------------------------------------------- (Signature of the officer or employee responsible for the modification proposal and date) - ------------------------------------------------------------------------------- (Typed name of the officer or employee responsible for the modification proposal) * SUBSECTIONS 27(a), (b), and (d) are effective on December 1, 1990. Subsection 27(f) is effective on June 1, 1991. THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001. (End of certification) (d) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid, may rely upon a one-time certification from each individual required to submit a certification to the competing Contractor, supplemented by periodic training. These certifications shall be obtained at the earliest possible date after an individual required to certify begins employment or association with the contractor. If a Contractor decides to rely on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so certified is notified that section 27 has been reinstated. These certifications shall be maintained by the Contractor for a period of 6 years from the date a certifying employee's employment with the company ends or, for an agency, representative, or consultant, 6 years from the date such individual ceases to act on behalf of the contractor. (e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification. 65 VIII-66 66 N00024-95-R-6403 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) (NAVSEA VARIATION) (FEB 1994) (a) The Government may extend the term of the contract by written notice(s) to the Contractor within the period(s) specified below. If more than one option exists, each option is independent of any other option, and the Government has the right to unilaterally exercise any such option whether or not it has exercised other options. ITEM(S) LATEST OPTION EXERCISE DATE ------- --------------------------- 0007 through 0011 On or before 22 December 1996 0012 through 0016 On or before 22 December 1997 0017 through 0021 On or before 22 December 1998 0022 through 0026 On or before 22 December 1999 (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five (5) years, however, in accordance with paragraph (g) of the requirement of this contract entitled "LEVEL OF EFFORT" (NAVSEA 5252.216-9122), if the total manhours delineated in paragraph (a) of the LEVEL OF EFFORT requirement, have not been expended within the period specified above, the Government may require the Contractor to continue to perform the work until the total number of manhours specified in paragraph (a) of the aforementioned requirement have been expended. FAR 52.222-2 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (a) The use of overtime is authorized under this contract if the overtime premium cost does not exceed zero dollars** or the overtime premium is paid for work- (1) Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns of production equipment, or occasional production bottlenecks of a sporadic nature; (2) By indirect-labor employees such as those performing duties in connection with administration, protection, transportation, maintenance, standby plant protection, operation of utilities, or accounting; (3) To perform tests, industrial processes, laboratory procedures, loading or unloading of transportation conveyances, and operations in flight or afloat that are continuous in nature and cannot reasonably be interrupted or completed otherwise; or 66 VIII-67 67 N00024-95-R-6403 (4) That will result in lower overall costs to the Government. (b) Any request for estimated overtime premiums that exceeds the amount specified above shall include all estimated overtime for contract completion and shall-- (1) Identify the work unit; e.g., department or section in which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; (2) Demonstrate the effect that denial of the request will have on the contract delivery or performance schedule; (3) Identify the extent to which approval of overtime would affect the performance or payments in connection with other Government contracts, together with identification of each effected contract; and (4) Provide reasons why the required work cannot be performed by using multishift operations or by employing additional personnel. FAR 52.229-8 TAXES--FOREIGN COST-REIMBURSEMENT CONTRACTS (MAR 1990) (a) Any tax or duty from which the United States Government is exempt by agreement with the Government of Australia, or from which the Contractor or any subcontractor under this contract is exempt under the laws of Australia, shall not constitute an allowable cost under this contract. (b) If the Contractor or subcontractor under this contract obtains a foreign tax credit that reduces its Federal income tax liability under the United States Internal Revenue Code (Title 26, U.S. Code) because of the payment of any tax or duty that was reimbursed under this contract, the amount of the reduction shall be paid or credited at the time of such offset to the Government of the United States as the Contracting Officer directs. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. 67 VIII-68 68 N00024-95-R-6403 (b) The use in this solicitation or contract of any Defense FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.209-7004 REPORTING OF COMMERCIAL TRANSACTIONS WITH THE GOVERNMENT OF A TERRORIST COUNTRY (SEP 1994) (This clause applies only to procurements that exceed $5,000,000) (a) DEFINITIONS. As used in this clause-- (1) "Government of a terrorist country" includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof. (2) "Terrorist country" means a country determined by the Secretary of State, under section 60(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A), to be a country the government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, terrorist countries include: Cuba, Iran, Iraq, Libya, North Korea, Sudan, and Syria. (b) REPORTING. --------- (1) In accordance with Section 843 of the National Defense Authorization Act for Fiscal Year 1994 (Public Law 103-160), if this contract exceeds $5,000,000, the Contractor shall report each commercial transaction that it conducts with the government of a terrorist country during the period of performance of this contract (but not beyond September 30, 1996). (2) This reporting requirement does not apply to- (i) Transactions conducted by affiliates or subsidiaries of the Contractor or (ii) Payment or receipt of payment of a judgment or award ordered by a court or arbitral tribunal of competent jurisdiction. (3) The Contractor shall submit reports in the following format: Title of Report: Report of Commercial Transactions with the Government of a Terrorist Country Date of Report: Contract Number: Contractor's Name and Address: 68 VIII-69 69 N00024-95-R-6403 Name and Telephone Number of Individual Submitting Report: Commercial Transactions with the Government of a Terrorist Country: Country Nature of Commercial Transaction ------- -------------------------------- ------- -------------------------------- ------- -------------------------------- (4) The Contractor shall submit reports annually by September 30, but not beyond September 30, 1996. Each report shall include transactions conducted during the preceding one-year period of contract performance. (5) The Contractor shall submit reports to: Deputy Director of Defense Procurement (Foreign Contracting) PDUSD(A&T)DP(FC) Washington, DC 20301-3060 DFARS 252.217-7000 EXERCISE OF OPTION TO FULFILL FOREIGN MILITARY SALES COMMITMENTS (DEC 1991) (a) THE GOVERNMENT may exercise the option(s) of this contract to fulfill foreign military sales commitments. (b) The foreign military sales commitments are for: --------------- ------------- (Insert name of country, or (Insert applicable CLIN) To Be Determined) **DFARS 252.219-7005 INCENTIVE FOR SUBCONTRACTING WITH SMALL BUSINESSES, SMALL DISADVANTAGED BUSINESSES, HISTORICALLY BLACK COLLEGES AND UNIVERSITIES, AND MINORITY INSTITUTIONS (DEC 1991) 69 VIII-70 70 N00024-95-R-6403 (a) If the Contractor exceeds the small disadvantaged business, historically black college and university, minority institution goal of its subcontracting plan, at completion of contract performance, the Contractor will receive one percent (1%) of the excess. (b) The Contractor will not receive this incentive if the Contracting Officer determines that exceeding the goal was not due to the Contractor's efforts (e.g., a subcontractor cost overrun or award of subcontracts planned but not disclosed in the subcontracting plan). Determinations made under this paragraph are not subject to the Disputes clause. (c) If this is a cost contract, the limitations in FAR Subpart 15.9 may not be exceeded. (d) This clause does not apply if the subcontracting plan is a plant, division, or company-wide commercial products plan. DFARS 252.225-7008 SUPPLIES TO BE ACCORDED DUTY-FREE ENTRY (DEC 1991) In accordance with paragraph (a) of the Duty-Free Entry clause and/or paragraph (b) of the Duty-Free Entry--Qualifying Country End Products and Supplies clause of this contract, the following supplies are accorded duty-free entry: - ------------------------------------------------------------------------------- NONE - ------------------------------------------------------------------------------- - ------------------------------------------------------------------------------- DFARS 252.242-7001 CERTIFICATION OF INDIRECT COSTS (DEC 1991) (a) The Contractor shall- (1) Certify any proposal to establish or modify billing rates or to establish final indirect cost rates; (2) Use the format set forth in paragraph (c) of this clause to certify; and (3) Have the certificate signed by an individual of the Contractor's organization at a level no lower than a vice president or chief financial officer of the business segment of the Contractor that submits the proposal. (b) Failure by the Contractor to submit a signed certificate, as described in this clause, shall result in payment of indirect cost at rates unilaterally established by the Government. (c) The certificate of indirect costs shall read as follows: CERTIFICATE OF INDIRECT COSTS 70 VIII-71 71 N00024-95-R-6403 This is to certify that to the best of my knowledge and belief: 1. I have reviewed this indirect cost proposal; 2. All costs included in this proposal BPTS-027 21 SEP 1995 to establish billing or final indirect cost rates for 26 FEBRUARY 1996-25 FEBRUARY 2001 are allowable in accordance with the requirements of contracts to which they apply and with the cost principles of the Department of Defense applicable to those contracts; 3. This proposal does not include any costs which are unallowable under applicable cost principles of the Department of Defense, such as (without limitation): advertising and public relations costs, contributions and donations, entertainment costs, fines and penalties, lobbying costs, defense of fraud proceedings, and goodwill; and 4. All costs included in this proposal are properly allocable to Defense contracts on the basis of a beneficial or causal relationship between the expenses incurred and the contracts to which they are allocated in accordance with applicable acquisition regulations. I declare under penalty of perjury that the foregoing is true and correct. Firm: Comptek Federal Systems, Inc. ----------------------------- Signature: /s/ Paul M. Tyrpak ------------------ Name of Corporate Official: Paul M. Tyrpak -------------- Title: Controller ---------- Date of Execution: 21 September 1995 ----------------- DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (DEC 1991) (a) Definitions. As used in this clause-- (1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication or assembly by the Contractor or any subcontractor. (2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. (3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel. (4) "Ocean transportation" means any transportation aboard a ship, vessel, boat barge, or ferry through international waters. (5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of 71 VIII-72 72 N00024-95-R-6403 the price contract and who is performing any part of the work or other requirement of the prime contract. (6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" include (but is not limited to) public works, buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools, material; equipment; stores of all kinds; end items; construction materials; and the components of the foregoing. (7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b) The Contractor shall employ U.S.-flag vessels in the transportation by sea of any supplies to be furnished in the performance of this contract. The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that-- (1) U. S.-flag vessels are not available for timely shipment; (2) The freight charges are excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (c) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedule. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain a minimum-- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; 72 VIII-73 73 N00024-95-R-6403 (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two (2) U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile messages or letters will be sufficient for this purpose. (d) The Contractor shall, within thirty (30) days after shipment covered by this clause, provide the Contracting Officer and the Division of National Cargo, Office of Market Development, Maritime Administration, U.S. Department of Transportation, Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information-- (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of the steamship company. (e) The Contractor agrees to provide with its final invoice under this contract a representation that to the best of its knowledge and belief- (1) No ocean transportation was used in the performance of this contract; (2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under this contract; (3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all non-U.S-flag ocean transportation; or 73 VIII-74 74 N00024-95-R-6403 (4) Ocean transportation was used and some or all of the shipments were made on non-U.S.- flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following form: ITEM CONTRACT DESCRIPTION LINE ITEMS QUANTITY Total (f) If the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of non-U.S.-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use. (g) The Contractor shall include this clause, including this paragraph (g), in all subcontracts under this contract, which exceed the small purchase limitation of section 13.000 of the Federal Acquisition Regulation. 74 VIII-75 75 N00024-97-C-6431 N00024-95-R-6403 SECTION J - LIST OF ATTACHMENTS The following document(s), exhibit(s), and other attachment(s) form a part of this contract: Contract Data Requirements List(s), DD Form 1423 - Exhibit(s) A, 29 page(s); * Financial Accounting Data Sheet(s) - Attachment 1, 1 page(s); * Small Business and Small Disadvantaged Business Subcontracting Plan - Attachment 2, 9 page(s); Contract Security Classification Specification, DD Form 254 - Attachment 3, 2 page(s); * Technical Instruction (TI) Number_____ - Attachment 4, page(s). *TO BE ATTACHED AT CONTRACT AWARD. 75 VIII-76 76 CONTRACT SECURITY CLASS SPECIFICATION | a. FACILITY CLEARANCE REQUIRED | (The requirements of the DoD Industrial Security Manual apply | SECRET to all security aspects of this effort.) |_______________________________________________ | B. LEVEL OF SAFEGUARDING REQUIRED | | SECRET - --------------------------------------------------------------------------------------------------------------------------------- 2. THIS SPECIFICATION IS FOR: (X and complete as applicable) | 3. THIS SPECIFICATION IS: (X and complete as applicable) - -----------------------------------------------------------------|--------------------------------------------------------------- | a. PRIME CONTRACT NUMBER | X | a. ORIGINAL (Complete date in all cases) | Date (YYMMDD) | | | | 94-JUL-16 - ----|------------------------------------------------------------|----|------------------------------------------|--------------- | b. SUBCONTRACT NUMBER | X | b. REVISED (Supersedes | Revision No. | Date (YYMMDD) | | | all previous specs) | 01 | 95-JUN-12 - ----|------------------------------------------------------------|----|------------------------------------------|--------------- | c. SOLICITATION OR OTHER NUMBER | Due Date (YYMMDD) | | c. FINAL (Complete item 5 in all cases) | Date (YYMMDD) X | N00024-94-PR-91804 | | | | - --------------------------------------------------------------------------------------------------------------------------------- 4. IS THIS A FOLLOW-ON |_x_| YES | | NO. If Yes, complete the following: CONTRACT? Classified material received or generated under N00024-90-C-5208 ---------------- (Preceding Contract Number) is transferred to this follow-on contract. __________________________________________________________________________________________________________________________________ 5. IS THIS A FINAL DD FORM 254? | | YES |_x_| NO. If Yes, complete the following: In Response to the contractor's request dated____________________________, retention of the identified classified material is authorized for the period of________________________________. ___________________________________________________________________________________________________________________________________ 6. CONTRACTOR (Include Commercial and Government Entity (CAGE) Code) - ----------------------------------------------------------------------------------------------------------------------------------- a. NAME, ADDRESS, AND ZIP CODE | B. CAGE CODE | C. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code) | | (Include full address) | | List the DIS regional office and a POC if known.) | | | | _______________________________________________________|_______________|___________________________________________________________ 7. SUBCONTRACTOR - ----------------------------------------------------------------------------------------------------------------------------------- a. NAME, ADDRESS, AND ZIP CODE | B. CAGE CODE | C. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code) | | | | | | | | _______________________________________________________|_______________|___________________________________________________________ 8. ACTUAL PERFORMANCE - ----------------------------------------------------------------------------------------------------------------------------------- a. NAME, ADDRESS, AND ZIP CODE | B. CAGE CODE | C. COGNIZANT SECURITY OFFICE (Name, Address, and Zip Code) | | | | | | | | _______________________________________________________|_______________|___________________________________________________________ 9. GENERAL IDENTIFICATION OF THE PROCUREMENT ENGINEERING SUPPORT FOR COMBAT DIRECTION SYSTEM COMBAT SYSTEMS - ----------------------------------------------------------------------------------------------------------------------------------- 10. THIS CONTRACT WILL REQUIRE ACCESS TO: | YES | NO | 11. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL: | YES | NO - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- a. COMMUNICATIONS SECURITY (COMSEC) INFORMATION | X | | a. HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT | | X | | | ANOTHER CONTRACTOR'S FACILITY OR A GOVERNMENT | | | | | ACTIVITY | | - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- b. RESTRICTED DATA | | X | b. RECEIVE CLASSIFIED DOCUMENTS ONLY | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- c. CRITICAL NUCLEAR WEAPON DESIGN INFORMATION | | X | c. RECEIVE AND GENERATE CLASSIFIED MATERIAL | X | - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- d. FORMERLY RESTRICTED DATA | | X | d. FABRICATE, MODIFY, OR STORE CLASSIFIED HARDWARE | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- e. INTELLIGENCE INFORMATION: | | | e. PERFORM SERVICES ONLY | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- (1) Sensitive Compartmented Information (SCI) | | X | f. HAVE ACCESS TO U.S. CLASSIFIED INFORMATION | | X | | | OUTSIDE THE U.S., PUERTO RICO, U.S. POSSESSIONS | | | | | AND TRUST TERRITORIES | | - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- (2) Non-SCI | X | | g. BE AUTHORIZED TO USE THE SERVICES OF DEFENSE | | | | | TECHNICAL INFORMATION CENTER (DTIC) OR OTHER | | | | | SECONDARY DISTRIBUTION CENTER | X | - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- f. SPECIAL ACCESS INFORMATION | | X | h. REQUIRE A COMSEC ACCOUNT | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- g. NATO INFORMATION | x | | i. HAVE TEMPEST REQUIREMENTS | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- h. FOREIGN GOVERNMENT INFORMATION | | X | j. HAVE OPERATIONS SECURITY (OPSEC) REQUIREMENTS | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- i. LIMITED DISSEMINATION INFORMATION | | X | k. BE AUTHORIZED TO USE THE DEFENSE COURIER SERVICE | | X - ------------------------------------------------------|-----|----|-------------------------------------------------------|-----|--- j. FOR OFFICIAL USE ONLY INFORMATION | | X | l. OTHER (Specify) | | X - ------------------------------------------------------|-----|----| | | k. OTHER (Specify) | X | | | | 10E(2): FOREIGN INTELL | | | | | - ----------------------------------------------------------------------------------------------------------------------------------- DD Form 254, DEC 90 Previous editions are obsolete Computer Generated Form VIII-138
77 [illegible] by appropriate U.S. Government authority. Proposed public releases shall be submitted for approval prior to release [ ] Direct [ X ] Through (Spec) Commander, Naval Sea Systems Command (SEA 00D) to the Directorate for Freedom of Information and Security Review, Office of the Assistant Secretary of Defense (Public Affairs)* for review. * In the case of non-DoD User Agencies, requests for disclosure shall be submitted to that agency. - ------------------------------------------------------------------------------------------------------------------------------------ 13. SECURITY GUIDANCE. The security classification guidance needed for this classified effort is identified below. If any difficulty is encountered in applying this guidance or if any other contributing factor indicates a need for changes in this guidance, the contractor is authorized and encouraged to provide recommended changes; to challenge the guidance or the classification assigned to any information or material furnished or generated under the contract; and to submit any questions for interpretation of this guidance to the official identified below. Pending final decision, the information involved shall be handled and protected at the highest level of classification assigned or recommended. (Fill in as appropriate for the classified effort. Attach, or forward under separate correspondence, any documents/guides/extracts referenced herein. Add additional pages as needed to provide complete guidance.) SECURITY CLASSIFICATION GUIDANCE IS AS FOLLOWS: OPNAVINST S5513.3B-13 (U) COMBAT DIRECTION SYSTEM (CDS) NARRATIVE: 9T-INT CONDITIONS OF RELEASE (FRGN INTELLI DOCUMENTS) - ------------------------------------------------------------------------------------------------------------------------------------ 14. ADDITIONAL SECURITY REQUIREMENTS. Requirements, in addition to ISM requirements, are established for this | | Yes | X | No contract. (If Yes, ----- ---- Identify the pertinent contracted clauses in the contract document itself, or provide an appropriate statement which identifies the additional requirements. Provide a copy of the requirements to the cognizant security office. Use Item 13 if additional space is needed.) REVISED DCID 1/7, SECURITY CONTROLS ON THE DISSEMINATION OF INTELLIGENCE INFORMATION DTD 12 APR 95. NAVSEAINST 3800.1B, INTELL INFORMATION ACQUISITION DISSEMINATION AND UTILIZATION OF. - ------------------------------------------------------------------------------------------------------------------------------------ 15. INSPECTIONS. Elements of this contract are outside the inspection responsibility of the cognizant security | | Yes | X | No office. (If Yes, explain and identify specific areas or elements carved out and the activity responsible ----- ----- for inspections. Use Item 13 if additional space is needed. - ------------------------------------------------------------------------------------------------------------------------------------ 16. CERTIFICATION AND SIGNATURE. Security requirements stated herein are complete and adequate for safeguarding the classified information to be released or generated under this classified effort. All questions shall be referred to the official named below. - ------------------------------------------------------------------------------------------------------------------------------------ a. TYPED NAME OF CERTIFYING OFFICIAL | b. TITLE | c. TELEPHONE (Include Area Code) | | PEGGY M. BUSH | CONTRACTING OFFICER FOR | (703) 602-3215 | SECURITY MATTERS | - ------------------------------------------------------------------------------------------------------------------------------------ d. ADDRESS (Include Zip Code) | 17. REQUIRED DISTRIBUTION | X | a. CONTRACTOR NAVAL SEA SYSTEMS COMMAND | | b. SUBCONTRACTOR Arlington, VA 22242-5160- | X | c. COGNIZANT SECURITY OFFICE FOR PRIME AND SUBCONTRACTOR - -------------------------------------------------------------| | e. SIGNATURE | | d. U.S. ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY ADMINISTRATION | X | e. ADMINISTRATIVE CONTRACTING OFFICER | X | f. OTHERS AS NECESSARY - ------------------------------------------------------------------------------------------------------------------------------------ DD Form 254 Reverse, DEC 90
VIII-139 78 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0/04-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | A001 |TECHNICAL REPORT-STUDIES/SERVICES |INTERFACE ASSESSMENTS | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-FEB-95 |Edwin Wist, DM, Sea 91Q15 | 09 FEB 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 1 of 29 Pages
VIII-140 79 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A002 |TECHNICAL REPORT-STUDIES/SERVICES |FEASIBILITY STUDIES | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 2 of 29 Pages
VIII-141 80 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A003 |TECHNICAL REPORT-STUDIES/SERVICES |TRADE-OFF ANALYSIS | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 3 of 29 Pages
VIII-142 81 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |COST-EFFECTIVENESS | | A004 |TECHNICAL REPORT-STUDIES/SERVICES |ANALYSIS | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 4 of 29 Pages
VIII-143 82 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A005 |TECHNICAL REPORT-STUDIES/SERVICES |CERTIFICATION ASSESSMENT | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 5 of 29 Pages
VIII-144 83 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |RELIABILITY, A006 |TECHNICAL REPORT-STUDIES/SERVICES |MAINTAINABILITY & QUALITY | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 6 of 29 Pages
VIII-145 84 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |INTEGRATED LOGISTIC | | A007 |TECHNICAL REPORT-STUDIES/SERVICES |SUPPORT (ILS) | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 7 of 29 Pages
VIII-146 85 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | |PRODUCT DRAWINGS AND ASSOCIATED | | | A008 |LISTS | | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 8 of 29 Pages
VIII-147 86 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |TEST PLANS/PROCEDURES | | A009 |TECHNICAL REPORT-STUDIES/SERVICES |CS OP SEQ SYS (CSSOS) | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 9 of 29 Pages
VIII-148 87 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |TEST PLANS/PROCEDURES | | A010 |TECHNICAL REPORT-STUDIES/SERVICES |BTLE FOR TACT TRAIN (BFFT) | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 10 of 29 Pages
VIII-149 88 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |CS INTEGRATION TESTS | | A011 |TECHNICAL REPORT-STUDIES/SERVICES |(CSIT) | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 11 of 29 Pages
VIII-150 89 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A012 |TECHNICAL REPORT-STUDIES/SERVICES |CONFIGURATION SUPPORT | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 12 of 29 Pages
VIII-151 90 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A013 |TECHNICAL REPORT-STUDIES/SERVICES |QUALITY ASSURANCE SUPPORT | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 13 of 29 Pages
VIII-152 91 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |COMBAT SYSTEM | | A014 |TECHNICAL REPORT-STUDIES/SERVICES |ARCHITECTURE | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 14 of 29 Pages
VIII-153 92 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |ENGINEERING CHANGE | | A015 |TECHNICAL REPORT-STUDIES/SERVICES |PROPOSALS/REQUESTS | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 15 of 29 Pages
VIII-154 93 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |CHANGE CONTROL BOARD | | A016 |TECHNICAL REPORT-STUDIES/SERVICES |SUPPORT | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 16 of 29 Pages
VIII-155 94 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A017 |TECHNICAL REPORT-STUDIES/SERVICES |LIFE CYCLE MANAGEMENT | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 17 of 29 Pages
VIII-155 95 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |SOFTWARE QUALITY | | A018 |TECHNICAL REPORT-STUDIES/SERVICES |IMPROVEMENT (SQI) | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 18 of 29 Pages
VIII-156 96 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |COMPUTER OPERATIONAL | | A019 |TECHNICAL REPORT-STUDIES/SERVICES |PROGRAM UPGRADES | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 19 of 29 Pages
VIII-157 97 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |SOFTWARE PRODUCT | | A020 |TECHNICAL REPORT-STUDIES/SERVICES |SPECIFICATION | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $5,000 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 20 of 29 Pages
VIII-158 98 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |SOFTWARE DELIVERY | | A021 |TECHNICAL REPORT-STUDIES/SERVICES |DOCUMENTATION | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 21 of 29 Pages
VIII-159 99 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |SUPPORT SOFTWARE USERS/ | | A022 |TECHNICAL REPORT-STUDIES/SERVICES |MAINTENANCE MANUAL | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 22 of 29 Pages
VIII-160 100 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | |COMPUTER/SOFTWARE | | A023 |TECHNICAL REPORT-STUDIES/SERVICES |OPERATIONS MANUAL | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MISC-80508 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $3,500 | LT | REQUIRED |SEE BLK 16 |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 11, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ | | | | Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ Block 9: The Contractor shall obtain the proper | | | | distribution statement from the cognizant program |--------------|------|-----|------ manager prior to submittal. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 23 of 29 Pages
VIII-161 101 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | |CONTRACTOR'S PROGRESS, STATUS | | | A024 |AND MANAGEMENT REPORT | | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-MGMT-80227 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED |MTHLY |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Block 12: Not later than 10 working days after the end of the first |--------------|------|-----|------ month after contract award. | SEA 0264 | | | |--------------|------|-----|------ Block 13: Not later than 10 working days after the end of each | | | | subsequent month |--------------|------|-----|------ | | | | Blocks 14 and 15: In accordance with the Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 24 of 29 Pages
VIII-162 102 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A025 |PERFORMANCE AND COST REPORT |CONTRACTOR'S BILLING DATA | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-FNCL-80912 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED |SEE BLK 16 | AS REQ | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |AS REQ | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 10, 12, and 13: Copies of invoice documents shall be |--------------|------|-----|------ submitted within five days after each submittal to Government | | | | Agency for payment. |--------------|------|-----|------ | | | | Blocks 14 and 15: In accordance with the Technical Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 25 of 29 Pages
VIII-163 103 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A026 |REPORT/MINUTES, RECORD OF MEETING |TRIP REPORTS | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | VDI-A-23083A |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED | AS REQ | AS REQ | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | AS REQ | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 9, 10, 12, 13, 14 and 15: In accordance with the |--------------|------|-----|------ Technical Instruction. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 26 of 29 Pages
VIII-164 104 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A027 |CONFERENCE AGENDA | | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-ADMN-81249A |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED | AS REQ |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Blocks 9, 10, 12, 13, 14 and 15: As specified in the |--------------|------|-----|------ Technical Instruction. | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 27 of 29 Pages
VIII-165 105 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A028 |CONFERENCE MINUTES | | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-ADMIN-81250A |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED | AS REQ |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Block 9: The Contractor shall obtain the proper distribution |--------------|------|-----|------ statement from the cognizant program manager prior to submittal. | | | | |--------------|------|-----|------ Blocks 10, 12, 13 and 14: In accordance with the Technical | | | | Instruction. |--------------|------|-----|------ | | | | Block 14 and 15: In addition to the distribution and |--------------|------|-----|------ quantities specified, include X copies for meeting/conference | | | | attendees where "X" equals the additional number of attendees. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 28 of 29 Pages
VIII-166 106 - -------------------------------------------------------------------------------- CONTRACT DATA REQUIREMENTS LIST | Form Approved (1 Data Item) | OMB No. 0704-0188 - -------------------------------------------------------------------------------- Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Washington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for the Contract/PR No. listed in Block E. - -------------------------------------------------------------------------------- - --------------------------------------------------------------------------------------------------------------- A. CONTRACT LINE ITEM NO. |B. EXHIBIT |C. CATEGORY 0006 |A | TDP_________ TM ________ OTHER ______________ - --------------------------------------------------------------------------------------------------------------- D. SYSTEM/ITEM |E. CONTRACT/PR NO. |F. CONTRACTOR COMBAT SYSTEM ENGINEERING |N00024-94-NR-91804 | - --------------------------------------------------------------------------------------------------------------- ---------------- 1. DATA ITEM NO. |2. TITLE OF DATA ITEM |3. SUBTITLE |17. PRICE GROUP | | | | | A029 |PRESENTATION MATERIAL | | II | - --------------------------------------------------------------------------------------------------------------- |----------------| 4. AUTHORITY (Data Acquisition Document No.) |5. CONTRACT REFERENCE |6. REQUIRING OFFICE |18. ESTIMATED | DI-ADMIN-81373 |SECTION C-SOW |SEA 91K | TOTAL PRICE | - --------------------------------------------------------------------------------------------------------------- | | 7. DD 250 REQ |9. DIST STATEMENT |10. FREQUENCY |12. DATE OF FIRST SUBMISSION |14. DISTRIBUTION | $1,500 | LT | REQUIRED | AS REQ |SEE BLK 16 | | | - ---------------| |---------------------------------------------------------------------------- ---------------- 8. APP CODE | |11. AS OF DATE |13. DATE OF SUBSEQUENT | | b. COPIES | | | SUBMISSION |a. ADDRESSEE |------------------- | | | | |Draft | Final | | | | | |------------ |SEE BLK 16 | |SEE BLK 16 | | | Reg | Repro - ----------------------------------------------------------------------------|--------------|------|-----|------ 16. REMARKS |SEE BLK 16 | | | Block 4: The format and medium of the presentation material |--------------|------|-----|------ shall be vugraphs and hard copies of vugraphs as described | | | | in the Technical instruction. |--------------|------|-----|------ | | | | Block 9: The contractor shall obtain the proper distribution |--------------|------|-----|------ statement from the cognizant manager prior to submittal. | | | | |--------------|------|-----|------ Blocks 10, 12, 13, 14 and 15: In accordance with the Technical | | | | Instruction. |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | | | | |--------------|------|-----|------ | 15. TOTAL | 0 | 0 | 0 - -------------------------------------------------------------------------------------------|------------------- G. PREPARED BY |H. DATE |I. APPROVED BY |J. DATE K.C. Miller, SEA 91K3 |9-Feb-95 |Edwin Wist, DM, SEA 91Q15 | 09 Feb 95 - --------------------------------------------------------------------------------------------------------------- DD FORM 1423-1, JUN 90 Previous editions are obsolete. Page 29 of 29 Pages
VIII-167 107 ATTACHMENT 1 TO CONTRACT DATA REQUIREMENTS LIST EXHIBIT A GENERAL DD FORM 1423 GLOSSARY (Addresses listing will be in accordance with the technical ----------------------------------------------------------- instruction) ------------ The blocks listed below are explanations to headings and signature blocks that are on the (DD Form 1423) Exhibit(s). Block A. CONTRACT LINE ITEM NO. The contract line item number (CLIN) that is associated with this contract data requirements list (CDRL). Block B. EXHIBIT The exhibit identifier for this CDRL (see DFARS 204.7105-3 for exhibit identifiers). (Note: DFARS 215.406-2 prohibits the use of a DD Form 1423 as an attachment for technical data. Therefore, CDRLs for Technical Data Packages (TDP), Technical Manuals (TM) and Other Data are designated as exhibits). Block C. CATEGORY The appropriate block for Technical Data Package (TDP), Technical Manuals (TM), or other technical data (OTHER) will be identified. Types of data which compromise a TDP are defined in MIL-T-31000 and types of manuals included under the TM category are defined in Part IX, Section B, of DoDI 5000.2. "Other" data may be further categorized, such as Administrative Data, Provisioning, assignments contained in DoD 5010.12-L, Acquisition Management Systems and Data Requirements Control List (AMSDL). Block D. SYSTEM/ITEM Identifies the system, item or project designator or name. Block E. CONTRACT/PR NO. Identifies the contract number. This block may also reflect the purchase request (PR) or the request for proposal (RFP) number or other appropriate designator. Block F. CONTRACTOR The contractor's name. Following the name, a slash ("/") and the contractor's commercial and government entity (CAGE) code may be inserted. ATTACHMENT 1 To EXHIBIT A DD FORM 1423 1 VIII-168 108 (The next four items appear at the bottom of the form, i.e., after Blocks 1 through 16.) Block G. PREPARED BY The preparer's name and organization responsible for preparation of the CDRL. The signature of the preparer will be on the last page of the exhibit. Block H. DATE The date the CDRL was prepared. Block I. APPROVED BY The name of the individual responsible for approving the CDRL. The approving official's signature will be on the last page of the exhibit. Block J. DATE The date the CDRL was approved NOTE: Blocks G through J need only be signed on the last page of each CDRL exhibit when the preparing and approval authority is the same throughout the entire exhibit. All other pages should contain the typed name and date as shown on the last page. Detailed Block Information (Blocks 1 through 16) -------------------------- Block 1. DATA ITEM NO. The 4-character exhibit line item number (ELIN). The first and/or second positions consist of the exhibit identifier, and the remaining positions are assigned sequentially. Block 2. TITLE OF DATA ITEM The exact title of the data item description (DID) cited in Block 4. When the ELIN is used to acquire weapon system technical manuals, the title of the specific type of technical manual being acquired shall be reflected. Block 3. SUBTITLE If the title requires further identification, a subtitle is cited. (Optional entry.) Block 4. AUTHORITY (DATA ACQUISITION DOCUMENT No.) The DID identification number, military specification or standard number, or one-time DID number which provides the data preparation instructions. If a Technical Manual Contract Requirements (TMCR) document is used, the block will state "See TMCR _______" and the TMCR will be attached to the CDRL. The TMCR will list the applicable military specifications and/or ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 2 VIII-169 109 standards which provide the data preparation instructions. With the exception of a one-time DID, the document cited in this (or listed in the TMCR, when used) will be one which has been cleared for listing in DoD 5010.12-L, Acquisition Management Systems and Data Requirements Control List (AMSDL). Block 5. CONTRACT REFERENCE The specific paragraph number of the statement of work (SOW), specification, standard, or other applicable document which contains the tasking which generates a requirement for the data item. Block 6. REQUIRING OFFICE The technical office having responsibility for ensuring the adequacy of the data. Block 7. DD 250 REQ The applicable code, extracted from Table 1, designating the requirements for inspection and acceptance of the data. Block 8. APP CODE Items of critical data requiring specific advanced written approval, prior to distribution of the final data item, will be identified by placing and "A" in this field (i.e. test plans, procedures, program plans or any documentation that requires Government approval prior to the contractor taking an action). A preliminary draft will be required. Block 16 of the ELIN will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued: Block 16 will also indicate the extent of the approval requirement, i.e., approval of technical content and/or format. Block 9. DIST STATEMENT REQUIRED The code letter (e.g. A, B, C, D, E, F, or X) corresponding to the distribution statement to be marked on the data item by the contractor, in accordance with DoD 5230.24, Distribution Statements on Technical Documents. Block 16 of the ELIN will reflect the appropriate statement and will include the reason, date of determination and controlling DoD office. If the appropriate statement is not known, or if it may vary among specific submissions under this item, a "TBD" or "see Block 16" will be reflected in the block and ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 3 VIII-170 110 the requirement for the distribution statement will be defined in Block 16.
CODE DEFINITION ---- ---------- DD250 CODE INSPECTION ACCEPTANCE - ---------- ---------- ---------- SS Source Source DD Destination Destination SD Source Destination DS Destination Source LT* Letter of transmittal only. NO* No inspection, acceptance or letter f transmittal required. XX Inspection and acceptance requirements specified elsewhere in the contract
* These codes have not been used for data comprising final delivery of Technical Data Packages or for Technical Manuals. (LT may, however, be used for delivery of preliminary TDPs or TMs. LT is not to be used when inspection is required. LT will be used when approval of a draft is required in Block 8. LT is also used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of the LT special case where the contracting agency does not desire to have separate DD Forms 250, but desires to have a Government quality assurance (QA) representative perform inspection. The Government QA representative shall be listed on the distribution in Block 14 and requested to provide comments via the QA letter of inspection. Table 1. Data Inspection and Acceptance Codes Instruction Block 10. FREQUENCY Table 2 provides a list of typical codes used to specify the frequency of a submittal. Block 11. AS OF DATE If the data are submitted only once, the "as of date" will be as follows: year/month/day, e.g. 91MAR10. If the data are submitted multiple times, the number of days prior to the end of the reporting period will be cited. For example, "15" would place the "as of date" for the data at 15 days before the end of the month, quarter, or year, depending on the frequency established in Block 10; a "O" places the "as of date" at the end of each month, quarter, etc. If an "as of date" is not applicable, this Block will be blank. ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 4 VIII-171 111
CODE FREQUENCY ANNLY Annually ASGEN As generated * ASREQ As required * BI-MO Every two months BI-WE Every two weeks DAILY Daily DFDEL Deferred delivery MTHLY Monthly ONE/R One time with revisions OTIME One time QRTLY Quarterly R/ASR Revisions as required * SEMIA Every six months WEKLY Weekly XTIME Multiple separate submittal (1TIME, 2TIME, 3TIME, etc.)
NOTE: The codes are limited to five (5) digits for automation purposes. * The ELINs using these codes will have an additional explanation in Block 16 to provide the contractor with guidance necessary to accurately price the deliverable data item. Table 2. Data Submittal Frequency Codes Block 12. DATE OF FIRST SUBMISSION The initial submission date of the data items are expressed as year/month/day, e.g. 91MAR10. If the submittal is constrained by a specific event or milestone, the constraint will be reflected. The number of days after contract (DAC) start that the data are due, 30 DAC may be cited. Typical abbreviations used in Block 12 are shown in Table 3. NOTE: There are no classified dates incorporated into the CDRL.
CODE FREQUENCY ASGEN As generated ASREQ As required DAC Days after contract start DFDEL Deferred Delivery EOC End of contract EOM End of month EQM End of quarter
Table 3. Typical abbreviations used to identify dates of initial and subsequent submission. ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 5 VIII-172 112 Block 13. DATE OF SUBSEQUENT SUBMISSION If data are to be submitted more than once, the dates of subsequent submission will be identified. If submittal is constrained by a specific event or milestone, the constraint using codes similar to those used in Table 3. NOTE: No classified dates are cited in the CDRL. Block 14. DISTRIBUTION The addressees and the number of draft copies and final copies (regular and reproducible) to be provided to each. DoD component and designator and office symbols/codes may be used, however, an explanation of these will be provided in the Addressee listing. The first addressee will be the acceptance activity for the data if acceptance by DD250 is to be accomplished at designation (see Block 7). When reproducible copies (e.g., magnetic tape, vellum, negative, etc.) are required, an explanation will be in Block 16. If the data are not to be delivered to the Government or associated contractors, or if deferred delivery is required, "DFDEL" will be entered in this Block or an explanation will be given in Block 16. Block 15. TOTAL The total number of draft and final (regular/reproducible) copies required by Block 14. Block 16. REMARKS This Block provides additional or clarifying information for Items 1 through 15. For example, it may contain tailoring instructions for the document listed in Block 4. Tailoring may be accomplished by stating the deletions (e.g., "Delete 10.4") or by stating which requirements apply (e.g., "Only 10.4 and 10.5 apply."), whichever is more efficient. When appropriate, this Block clarifies delivery dates in Block 12 and 13. it may also indicate the desired medium for delivery of the data and the nature of reproducible copies in Block 14. Block 16 may also specify "contractor format is acceptable." For data which requires a distribution statement as indicated by Block 9, an entry similar to the following entry will be made in Block 16: "Distribution Statement _____ shall be applied to this data". The following instructions apply to completion of Block 17 and Block 18 by contractor personnel. ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 6 VIII-173 113 Block 17. PRICE GROUP Enter the appropriate price group based on the following groups: a. Group I - Data which the contractor prepares to satisfy the Government's requirements. The contractor does not need this type of data to perform the rest of the contract. Price would be based on identifiable direct costs, overhead, General and Administrative (G&A) and profit. b. Group II - Data essential to contract performance which must be reworked or amended to conform to Government requirements. The price for data in this group would be based on the direct cost to convert the original data to meet Government needs and to deliver it, plus allocable overhead, G&A and profit. c. Group III - Data which the contractor must develop for his own use and which requires no substantial change to conform to Government requirements regarding depth of content, format, frequency of submittal, preparation, and quality of data. Only the costs of reproducing, handling and delivery, plus overhead, G&A and profit are considered in pricing data in this group. d. Group IV - Data which the contractor has developed as part of his commercial business. Not much of this data is required and the cost is insignificant. The item should normally be coded "no charge". An example is a brochure or brief manual developed for commercial application which will be required in small quantities and the added cost is too small to justify the expense of computing the charge that otherwise would go with the acquisition. Block 18. ESTIMATED TOTAL PRICE For each data item, enter an amount equal to the portion of the total price which is estimated to be attributable to the production or development for the government of that item of data. These estimated data prices shall be developed only from those costs which will be incurred as a direct result of the requirement to supply the data, over and above those costs which would otherwise be incurred in performance of the contract if no data were required. The entry "N/C" for "no charge" will not be acceptable. The estimated price shall not include any amount for rights in data. The government's right to use the data shall be ATTACHMENT 1 TO EXHIBIT A DD FORM 1423 7 VIII-174 114 governed by the pertinent provisions of the contract. ATTAcHMENT 1 To EXHIBIT A DD FORM 1423 8 VIII-175 115 3/26/97 FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------------------------------------------------------------------------------ 1. CONTRACT NUMBER (CRITICAL) |2. SPIIN (CRITICAL) |3. MOD (CRITICAL) | 4.PR NUMBER PAGE 1 OF 1 N0002497C6431 | | BASIC | N0002497TI96X46 - ------------------------------------------------------------------------------------------------------------------------------------ 5. |6. LINE OF ACCOUNTING |7. | -----------------------------------------------------------------------------------------------| | |A. |B. |C. | D. | E. | F. |G. |H. | I.| J. | K. | | NAVY INTERNAL CLIN/SLIN| ACRN |APPROPRIATION| SUBHEAD | OBJ| PARM |RFM |SA |AAA | TT| PAA | COST CODE | AMOUNT | USE ONLY |(CRITICAL)| (CRITICAL) | (CRITICAL)| CLA| | | |(CRITICAL)| | | -------------| (CRITICAL)| REF DOC/ACRN | | | | | | | | | | |PROJ| |PDLI | | | | | | | | | | | |UNIT|MCC|& SUF| | - ------------------------------------------------------------------------------------------------------------------------------------ 0003AE AA 1761711 8386 252 3P WCL 0 068342 2D 000000 23027 400 006D $50,000.00 N0002496PD77010 (LHD-7) - ------------------------------------------------------------------------------------------------------------------------ PAGE TOTAL | $ 50,000.00 | | --------------| GRAND TOTAL | $ 50,000.00 | - ------------------------------------------------------------------------------------------------------------------------------------ PREPARED/AUTHORIZED BY: ZELMA S. PLUMMER, PEO (TAD)D12 | COMPTROLLER APPROVAL: | /s/ Zelma S. Plummer | /s/ W.M. Garrett | W.M. GARRETT 703-602-3130 X 212 | BY DIRECTION OF | CAPT V. H. ACKLEY | DEPUTY COMMANDER/CONTROLLER DATE: 4/30/1997 | DATE: 4/30/1997 - ------------------------------------------------------------------------------------------------------------------------------------
116 COMPTEK FEDERAL SYSTEMS, INC. MASTER SUBCONTRACTING PLAN FOR SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS CONCERNS AND WOMAN-OWNED BUSINESS CONCERNS PURSUANT TO FAR 19.702 FOR THE PERIOD DECEMBER 1, 1995 THROUGH NOVEMBER 30, 1996 REVISED 2/2/96 __________ Submitted by Comptek Federal Systems, Inc. By: /s/ Francis J. Doherty ----------------------- Francis J. Doherty Director, Facilities and Materials/SBLO Date: 26 February 1996 Approved by United States Government By: /s/ Heny C. Szymanski ----------------------- Administrative Contracting Office Date: 27 Feb 1996 117 I. MASTER PLAN A. PURPOSE This document is Intended to set forth the master subcontracting plan of Comptek Federal Systems, Inc. (the "contractor") for purposes of meeting the requirements of Federal Acquisition Regulations 19.702 and 19.708(b) (1) (10/95). This document may be incorporated by reference as a part of the Contractor's submission of a subcontracting plan In response to specific procurements, where applicable, which address separately subcontracting with small business concerns, small disadvantaged business concerns, and women-owned business concerns, including agreed-upon goals, as may be required by a resulting contract. The specific goals and amounts referred to in FAR 52.219-9(d) subparagraph (1) and (2) will be set forth in each specific subcontracting plan. The requirements of subparagraphs (3) through (11) are reflected in this master subcontracting plan. B. GOALS Separate percentage goals for using small business concerns, small disadvantaged business concerns, and woman-owned business concerns as subcontractor will be reflected in individual subcontracting plans established on a specific procurement basis as a percentage of total planned subcontracting dollars as follows: (1) Small Business ___%* (2) Small Disadvantaged Business ___%* (3) Woman-Owned Business ___%* *Includes consideration of capabilities of Historically Black Colleges and Universities (HBCU's) and other Minority Institutions (MI's). C. STATEMENT OF TOTAL DOLLARS lndividual subcontracting plans will set forth a statement of planned amounts of subcontracting in total dollar amounts as follows: (1) Total dollars planned to be subcontracted $_____ (2) Total dollars to be subcontracted to small business concerns $_____ (3) Total dollars to be subcontracted to small disadvantaged business concerns $_____ (4) Total dollars to be subcontracted to $_____ Woman-Owned business concerns -2- 118 I. MASTER PLAN A. PURPOSE This document is intended to set forth the master subcontracting plan of Comptek Federal Systems, Inc. (the "contractor") for purposes of meeting the requirements of Federal Acquisition Regulation 19.702. This document may be incorporated by reference as a part of the Contractor's submission of a subcontracting plan in response to specific procurements, where applicable, which address separately subcontracting with small business concerns and small disadvantaged business concerns, including agreed-upon goals, as may be required by a resulting contract. The specific goals and amounts referred to in FAR 52.219-9(d) subparagraph (1) and (2) will be set forth in each specific subcontracting plan. The requirements of subparagraphs (3) through (11) are reflected in this master subcontracting plan. B. GOALS Separate percentage goals for using small business concerns and small disadvantaged business concerns as subcontractor will be reflected in individual subcontracting plans established on a specific procurement basis as a percentage of total planned subcontracting dollars as follows: (1) Small Business 10 %* ---- (2) Small Disadvantaged Business 5 %* ---- *Includes consideration of capabilities of Historically Black Colleges and Universities (HBCU's) and other Minority Institutions (MI's). C. STATEMENT OF TOTAL DOLLARS Individual subcontracting plans will set forth a statement of planned amounts of subcontracting in total dollar amounts as follows: (1) Total dollars planned to be subcontracted $ 14,500,000 -------- (2) Total dollars to be subcontracted to small business concerns $ 1,450,000 -------- (3) Total dollars to be subcontracted to small disadvantaged business concerns $ 728,000 -------- -2- VII-5 Proprietary Information of Comptek Federal Systems, Inc. Use or disclosure of data contained on this sheet is subject to the restrictions on the title of this document. 119 D. PRINCIPAL TYPES OF SUPPLIES AND SERVICES The principal types of supplies and services to be subcontracted are shown below. This list is not intended to be inclusive and the Contractor agrees, consistent with the requirements of FAR 19.702 and 19.708 (b) (1), to provide the maximum practical subcontracting opportunity to small business concerns, small disadvantaged business concerns, and women-owned business concerns consistent with efficient contract performance. In addition, the Contractor will submit a specific list in each instance where a subcontract plan is required which will be utilized to insure that the maximum practical opportunity has been provided for small, small disadvantaged, and women-owned business on a contract-by-contract basis. - Government directed work for specific requirements - Furniture and Fixtures - Machinery and Equipment - Data Processing Supplies - Personal Computers and Peripherals - Temporary Employment Services - Travel Services - Printing Services Of the foregoing types of supplies and services, Contractor expects to be able to subcontract the following: (i) To small business concerns - Furniture and Fixtures - Machinery and Equipment - Personal Computers & Peripherals - Electronic Components - Machined Parts and (ii) To small disadvantaged business concerns - Temporary Employment Services - General Office Supplies - Data Processing Supplies - Travel Services - Printing Services - Printed Circuit Boards - Sheet Metal Fabrication - Machinery and Equipment - Personal Computers & Peripherals -3- 120 E. METHOD OF DEVELOPMENT OF GOALS The principal method used in developing proposed subcontracting goals for small business, small disadvantaged business and women-owned business concerns is to review the Contractor's previous experiences in subcontracting and to consider with respect to particular procurements the requirements of the procurement and the availability of small businesses, small disadvantaged businesses and women-owned business concerns which could meet the requirements on a subcontracting basis. In addition to the above method, the Contractor, as required, will identify new or required small/small disadvantaged and woman-owned suppliers through dialogue with other Prime Contractors, representatives of minority Purchasing Councils, the SBA PASS system, counseling at various trade fairs and a variety of Small/Small Disadvantaged and Women-Owned Business directories. The Contractor's actions in this regard will be undertaken by a Procurement Committee which will establish specific subcontracting goals and will review progress towards those goals. F. IDENTIFICATION OF SOURCES The Contractor utilizes a variety of methods for identifying potential sources for solicitation of proposed subcontractors including small business, small disadvantaged and woman-owned business concerns. The method most utilized by the Contractor is its source list. In addition, the Contractor uses the following methods: (1) Subscribes to national and local directories listing small businesses, small disadvantaged, and woman-owned businesses. (2) Attendance at trade shows and conferences geared towards evaluation of potential vendors. (3) Corporate member of Upstate New York Minority Purchasing Council. (4) Small Business Administration's Procurement Automated Source System (PASS). II. ADMINISTRATION OF PLAN A. ADMINISTRATION Responsibility for the administration of the Contractor's subcontracting plan is assigned to Francis J. Doherty, Small Business Liaison Officer. Under Mr. Doherty's direction, Glenn Shupe, a Buyer in the Contractor's Procurement Department will maintain necessary information and prepare required reports for filing with the Government. -4- 121 B. DUTIES The duties of the Administrator are, among others, the following: (1) To develop policies and procedures to assure success of the Plan. (2) To maintain a current plan acceptable to the Government. (3) To conduct certification surveys as to the status of supplies, using a survey form. (4) To establish and maintain a data base and records in support of the Plan pursuant to the requirements of Public Law 95-507. (b) To search diligently for qualified small disadvantaged business and women-owned small business concerns through: (a) Local and national associations and councils of such concerns. (b) Participation in trade fairs and industry meetings. (c) Advertisement in industry and local publications. (6) To maintain liaison and cooperation with the Small Business Administration and other agencies of the Government to find and utilize qualified business concerns. III. CONTRACTOR EFFORTS Efforts which Contractor agrees to undertake to ensure that small business concerns, small disadvantaged business concerns and woman-owned business concerns will have an equitable opportunity to compete for subcontracts include the following: A. Establishment of a corporate policy statement acknowledging the Contractor's commitment to Public Law 95-507 as implemented by FAR 52.219-9 and directing that all personnel capable of implementing the Contractor's commitment, including technical personnel, are familiar with the Contractor's corporate policy statement. B. Briefing of executive managers of the Contractor on a quarterly basis as to the status of the Contractor's achievement of corporate goals for subcontracting to small business concerns, small disadvantaged business concerns and woman-owned business concerns. C. Establishment of a training program for all personnel involved in the acquisition process, including, as appropriate, technical personnel and program managers. -5- 122 D. Arrange solicitations in a manner which will encourage small business concerns, small disadvantaged business concerns and woman-owned business concerns to participate to the maximum extent practicable consistent with efficient contract performance. E. Counsel and discuss subcontracting opportunities with potential small business concerns, small disadvantaged business concerns and woman-owned business concerns. F. Furnish technical assistance to small business concerns, small disadvantaged and woman-owned business concerns, on a case-by-case basis (as needed), including the provision of explanation of specifications, the performance of desk or on-site quality assurance support (E.G., a pre-qualification critique), and the debriefing of disappointed offerors with a view towards future procurement opportunities. G. Maintain source guides and similar data which identifies small business concerns, small disadvantaged business concerns and woman-owned business concerns. H. Communicate with appropriate external organizations to identify additional small business concerns, small disadvantaged business concerns and woman-owned business concerns. I. Review and approve specific subcontracting plans called for in Government procurements expected to exceed $500,000. J. Review annual internal budgets to identify additional overhead items which can be purchased from small business concerns, small disadvantaged business concerns and woman-owned business concerns. K. Perform annual internal audits to evaluate compliance with Contractor's policy and applicable Government regulations relating to subcontracting to small business concerns, small disadvantaged business concerns and woman-owned business concerns. L. To effectively implement this subcontract plan, the offeror agrees to comply with all requirements specified in FAR 52.219-9(e) to be included under the heading entitled, "Contractor Efforts." IV. SECOND TIER SUBCONTRACTING Contractor will include FAR clause 52.219-8 (Utilization of Small Business Concerns and Small Disadvantaged Business Concerns) in all Subcontracts that offer further subcontracting opportunities and Contractor will require all of its subcontractor's (except -6- 123 small business concerns) that receive contracts in excess of five hundred thousand dollars ($500,000) to adopt a plan similar to this Plan. V. REPORTING REQUIREMENTS Contractor assures that it will: A. Cooperate in any studies or surveys as may be required by the Government. B. Submit periodic reports in order to allow the Government to determine the extent of compliance by the Contractor with its subcontracting plan. C. Submit Standard Form (SF) 294, Subcontracting Report for Individual Contracts, and/or SF 295, Summary Subcontracting Report, in accordance with the instruction on the forms. The Contractor will report indirect and general and administrative expenses either (i) in each report filed on a quarterly basis, or (ii) for the entire year on its fourth quarter SF 295 report. D. Require its subcontractors to agree to submit Standard Forms 294, as applicable, to Contractor. Upon the award of a subcontract in excess of five hundred thousand dollars ($500,000) to a subcontractor subject to SF 294 or SF 295 reporting requirements, Contractor shall forthwith notify Contractor's cognizant reviewing agency of the award. VI. RECORDS As part of this Plan, Contractor will maintain records in order to document the efforts that are made to comply with established goals and requirements. These records will include: A. Source list that identifies small, small disadvantaged and woman-owned businesses. B. Organizations contacted in an attempt to locate sources that are small, small disadvantaged and woman-owned businesses. C. Records on each subcontract solicitation resulting in an award of more than ten thousand dollars ($10,000) indicating, (i) whether small business concerns were solicited, and if not, why not, (ii) whether small disadvantaged business concerns were solicited, and if not, why not, and if applicable, (iii) whether woman-owned business concerns were solicited, and if not, why not, (iiii) the reason an award was not made to one of the concerns listed above. D. Records of outreach efforts to contact trade associations, business development organizations, and conference and trade shows attended by Contractor. -7- 124 E. Records of internal guidance and encouragement provided to the Contractor's procurement managers, including, but not limited to, workshops, seminars, trading and similar programs and monitoring of performance to meet requirements. F. On a contract-by-contract basis, records to support award data submitted by Contractor to the Government, including the name, address, and business size, of each subcontractor. VII. GENERAL This master subcontracting plan reflects Contractor's continuous commitment to identify and assist small business concerns, small disadvantaged business concerns and and woman-owned business firms and to provide to these firms the maximum practical opportunity to participate for Contractor's subcontracts consistent with Contractor's efficient performance. As required on a contract-by-contract basis, separate percentage goals for subcontracting will be submitted to the cognizant contracting officer. -8-
EX-21 8 EXHIBIT 21 1 Exhibit 21 LIST OF SUBSIDIARIES ----------
Subsidiary Doing Business As Ownership Percentage State of Incorporation Comptek Research - --------------------------------------------------------------------------------------------------- 100% New York Comptek Federal Systems, Inc. 100% New York Comptek Research International Corp. 100% New York Comptek Telecommunications, Inc. 100% Pennsylvania Industrial Systems Services, Inc.
EX-23 9 EXHIBIT 23 1 Exhibit 23 INDEPENDENT AUDITORS' CONSENT The Board of Directors Comptek Research, Inc.: We consent to the incorporation by reference in the registration statements (Nos. 33-54170, 33-82536, and 333-11437) on Form S-8 and in the registration statements (Nos. 333-2387 and 33-6959) on Form S-3 of Comptek Research, Inc. of our report dated May 6, 1997, relating to the consolidated balance sheets of Comptek Research, Inc, and subsidiaries as of March 31, 1997 and 1996, and the related consolidated statements of operations, shareholders equity, and cash flows for each of the years in the three-year period ended March 31, 1997, and related schedule, which reports appear in the March 31, 1997 annual report on Form 10-K of Comptek Research, Inc. KPMG Peat Marwick LLP Buffalo, New York June 25, 1997 EX-27 10 EXHIBIT 27
5 1,000 YEAR MAR-31-1997 APR-01-1996 MAR-31-1997 425 0 15,534 0 1,381 17,813 9,525 7,346 24,792 9,575 4,296 107 0 0 10,465 24,792 76,469 76,469 63,320 63,320 8,933 0 595 3,621 1,448 2,173 0 0 0 2,173 .42 .42
-----END PRIVACY-ENHANCED MESSAGE-----