<PAGE> 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)
<TABLE>
<S> <C>
New York 16-0959023
(State or other jurisdiction of incorporation or organization) (I.R.S. Employee Identification No.)
</TABLE>
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-
<PAGE> 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-
<PAGE> 3
TABLE OF CONTENTS
PAGE NO.
--------
<TABLE>
<CAPTION>
PART I
<S> <C> <C>
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
</TABLE>
Page -3-
<PAGE> 4
TABLE OF CONTENTS (CONTINUED)
<TABLE>
<CAPTION>
PAGE NO.
<S> <C> <C>
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
</TABLE>
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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 9
BACKLOG
The Company's funded backlog and contract backlog of orders at March 31,
1995, 1996, and 1997 were as follows (in thousands):
<TABLE>
<CAPTION>
March 31, March 31, March 31,
1995 1996 1997
------------------------------------------
<S> <C> <C> <C>
Funded Backlog $ 21,325 $ 20,289 $ 40,607
Contract Backlog $ 55,666 $ 62,030 $103,900
</TABLE>
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:
<TABLE>
<CAPTION>
Services Systems
------------------ -----------------
<S> <C> <C>
Funded Backlog $22,081 $18,526
Contract Backlog $65,331 $38,569
</TABLE>
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-
<PAGE> 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.
<TABLE>
<CAPTION>
Name Age Positions
------------------------- -------- ---------------------------------------
<S> <C> <C>
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
</TABLE>
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-
<PAGE> 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
<PAGE> 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-
<PAGE> 13
<TABLE>
<CAPTION>
Location Square Footage
--------- ---------------
<S> <C>
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
</TABLE>
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-
<PAGE> 14
<TABLE>
<CAPTION>
QUARTER
ENDED HIGH LOW
---------------------------------------
<S> <C> <C> <C>
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
</TABLE>
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-
<PAGE> 15
ITEM 6. SELECTED FINANCIAL DATA
COMPTEK RESEARCH, INC. AND SUBSIDIARIES
- --------------------------------------------------------------------------------
SELECTED FINANCIAL DATA
(In thousands, except per share data)
<TABLE>
<CAPTION>
1997 1996 1995 1994 1993
-----------------------------------------------------------------
<S> <C> <C> <C> <C> <C>
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)
</TABLE>
(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-
<PAGE> 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.
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 22
ITEM 8. FINANCIAL STATEMENTS AND SUPPLEMENTARY DATA
COMPTEK RESEARCH, INC. AND SUBSIDIARIES
CONSOLIDATED BALANCE SHEETS
(In thousands, except per share data)
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
---------------------
<S> <C> <C>
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
======== ========
</TABLE>
See accompanying notes to consolidated financial statements
Page -20-
<PAGE> 23
COMPTEK RESEARCH, INC. AND SUBSIDIARIES
CONSOLIDATED STATEMENTS OF OPERATIONS
(In thousands, except per share data)
<TABLE>
<CAPTION>
YEAR ENDED MARCH 31,
1997 1996 1995
--------------------------------
<S> <C> <C> <C>
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
======== ======== ========
</TABLE>
See accompanying notes to consolidated financial statements.
Page -21-
<PAGE> 24
<TABLE>
<CAPTION>
COMPTEK RESEARCH, INC. AND SUBSIDIARIES
CONSOLIDATED STATEMENTS OF CASH FLOWS
(In thousands)
YEAR ENDED MARCH 31,
1997 1996 1995
----------------------------
OPERATING ACTIVITIES:
<S> <C> <C> <C>
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
======= ======= =======
</TABLE>
Supplemental disclosure of cash flow information (note 11)
See accompanying notes to consolidated financial statements.
Page -22-
<PAGE> 25
<TABLE>
<CAPTION>
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
- -----------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C>
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
- -----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
See accompanying notes to consolidated financial statements
Page -23-
<PAGE> 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-
<PAGE> 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:
<TABLE>
<CAPTION>
RECEIVABLES MARCH 31,
1997 1996
-------- --------
(In thousands)
Long term contracts:
<S> <C> <C>
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
======== ========
</TABLE>
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-
<PAGE> 28
INVENTORIES
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
---------- ---------
(In thousands)
<S> <C> <C>
Finished goods $ 49 $ 116
Work-in-progress 170 86
Parts stock 1,162 1,380
------- -------
Total inventories $ 1,381 $ 1,582
======= =======
</TABLE>
EQUIPMENT AND LEASEHOLD IMPROVEMENTS
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
------- -------
(In thousands)
Cost:
<S> <C> <C>
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
======= =======
</TABLE>
OTHER ASSETS
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
------- -------
(In thousands)
<S> <C> <C>
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
======= =======
</TABLE>
(3) LONG-TERM DEBT
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
------- -------
(In thousands)
<S> <C> <C>
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)
------- -------
</TABLE>
Long-term debt, excluding current
installments $ 4,296 $ 7,626
======= =======
Page -26-
<PAGE> 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:
<TABLE>
<CAPTION>
MARCH 31,
1997 1996 1995
---------- ---------- ----------
(In thousands)
CURRENT:
<S> <C> <C> <C>
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)
======= ======= =======
</TABLE>
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:
<TABLE>
<CAPTION>
MARCH 31,
1997 1996 1995
---------- -------- --------
(In thousands)
<S> <C> <C> <C>
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)
====== ====== ======
</TABLE>
Page -27-
<PAGE> 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:
<TABLE>
<CAPTION>
MARCH 31,
1997 1996
------- -------
(In thousands)
Deferred tax assets:
<S> <C> <C>
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
======= =======
</TABLE>
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:
<TABLE>
<CAPTION>
MARCH 31
1997 1996
------ -----
(In thousands)
<S> <C> <C>
Other current assets $ -- $ 26
Other non-current assets -- 350
Other accrued expenses (116) --
Non-current liabilities (349) --
===== =====
Net deferred tax asset (liability) $(465) $ 376
===== =====
</TABLE>
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-
<PAGE> 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:
<TABLE>
<CAPTION>
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
------------ ------------- ------------ ------------- ------------ ------------
<S> <C> <C> <C> <C> <C> <C>
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
</TABLE>
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-
<PAGE> 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-
<PAGE> 33
<TABLE>
<CAPTION>
MARCH 31
1996 1995
------------------- ------------------
(In thousands, except per share data)
<S> <C> <C>
Net sales $69,210 $69,871
Net loss (8,024) (758)
Net loss per share (1.65) (.17)
</TABLE>
(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-
<PAGE> 34
(11) SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION
- --------------------------------------------------------------------------------
<TABLE>
<CAPTION>
MARCH 31,
1997 1996 1995
--------------------------------------------------
(In thousands)
<S> <C> <C> <C>
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
</TABLE>
(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-
<PAGE> 35
Information for these segments in 1997 is as follows:
<TABLE>
<CAPTION>
Services Systems Corporate Consolidated
<S> <C> <C> <C> <C>
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
</TABLE>
- --------------------------------------------------------------------------------
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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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:
<TABLE>
<CAPTION>
SIGNATURES TITLE DATE
<S> <C> <C>
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
</TABLE>
Page -37-
<PAGE> 40
Schedule II
COMPTEK RESEARCH, INC., AND SUBSIDIARIES
Valuation and Qualifying Accounts
(In Thousands)
<TABLE>
<CAPTION>
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
<S> <C> <C> <C> <C>
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
</TABLE>
Page -38-
<PAGE> 41
<TABLE>
<CAPTION>
INDEX TO EXHIBITS
------------
Exhibit Page No. or Location
No. Description of Exhibit ----------------------
- --------
<S> <C> <C>
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.
</TABLE>
Page -39-
<PAGE> 42
<TABLE>
<S> <C> <C>
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
<FN>
- ----------------
* 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
</TABLE>
Page -40-
<PAGE> 43
<TABLE>
<S> <C>
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.
</TABLE>
Page -41-
<PAGE> 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
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 1
Exhibit 10.7g
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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
<PAGE> 1
Exhibit 10.8i
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
------ ----- -------
<S> <C> <C> <C>
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
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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
<PAGE> 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.
<PAGE> 5
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 6
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- --- -----
<S> <C> <C> <C>
0032AB 56,075 3,925 60,000
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 9
N00024-90-C-5208
Modification P00185
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 10
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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 |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 11
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- --- -----
<S> <C> <C> <C>
0032AB 158,768 11,114 169,882
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 14
N00024-90-C-5208
Modification P00186
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST GOM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 15
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 16
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- --- -----
<S> <C> <C> <C>
0032AA 333,645 23,355 357,000
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 19
N00024-90-C-5208
Modification P00187
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 20
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 21
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 22
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- ---- --- -----
<S> <C> <C> <C>
0032AA 430,561 29,439 450,000
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 25
N00024-90-C-5208
Modification P00188
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 26
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 27
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- --- -----
<S> <C> <C> <C>
0032AC 84,112 5,888 90,000
0032AK 154,206 10,794 165,000
------- ------ -------
$238,318 $16,682 $255,000
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 30
N00024-90-C-5208
Modification P00189
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 31
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 32
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- ----- -----
<S> <C> <C> <C>
0032AD 126,636 8,864 135,500
</TABLE>
REMAINDER OF THIS PAGE WAS INTENTIONALLY LEFT BLANK
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 35
N00024-90-C-5208
Modification P00190
Page 4 of 4
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 36
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 37
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- ----- -----
<S> <S> <S> <S>
0032AB 140,187 9,813 150,000
0032AM 136,314 9,542 145,856
------- ------ -------
276,501 19,355 295,856
</TABLE>
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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 39
N00024-90-C-5208
N00024-97-FR-54562
Modification P00191
Page 3 of 3
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 40
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 41
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 42
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 43
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- ----- -----
<S> <C> <C> <C>
0032AA 5,607 393 6,000
</TABLE>
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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 45
N00024-90-C-5208
N00024-97-FR-54566
Modification P00192
Page 3 of 3
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
4. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 46
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 47
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- --- -----
<S> <C> <C> <C>
0032AN 19,279 1,350 20,629
0032AP 14,019 981 15,000
------ --- ------
33,298 2,331 35,629
</TABLE>
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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 49
N00024-90-C-5208
N00024-97-FR-54567
Modification P00193
Page 3 of 3
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
4. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 50
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 51
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 53
N00024-90-C-5208
N00024-97-FR-54570
Modification P00194
Page 3 of 3
<TABLE>
<S> <C> <C> <C> <C> 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
</TABLE>
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C>
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
</TABLE>
5. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 54
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 55
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 56
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 57
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
EST FIXED
ITEM COST FEE TOTAL
---- ----- -----
<S> <C> <C> <C> <C>
0033AC 46,729 3,271 50,000
</TABLE>
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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 59
N00024-90-C-5208
N00024-97-FR-54571
Modification P00195
Page 3 of 3
<TABLE>
<CAPTION>
ITEM ESTIMATED COST COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
3. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 60
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 61
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
COST
<S> <C> <C> <C> <C>
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)
</TABLE>
<PAGE> 63
<TABLE>
<CAPTION>
N00024-90-C-5208
N00024-97-FR-54572
Modification P00196
Page 3 of 3
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C> <C>
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
</TABLE>
4. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 64
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 65
<TABLE>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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:
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
COST
<S> <C> <C> <C> <C>
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
</TABLE>
<PAGE> 67
N00024-90-C-5208
N00024-97-FR-54572
Modification P00196
Page 3 of 3
<TABLE>
<CAPTION>
ITEM ESTIMATED COM FIXED FEE AMOUNT CATEGORY
<S> <C> <C> <C> <C>
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
</TABLE>
4. Except as provided herein, all other terms and conditions of Contract
N00024-90-C-5208 remain unchanged and in full force and effect.
<PAGE> 68
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 69
<TABLE>
<CAPTION>
<S> <C> <C> <C>
- ----------------------------------------------------------------------------------------------------------------------------------
| 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
- ----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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.
<PAGE> 71
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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:
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 1
Exhibit 10.9
<TABLE>
<CAPTION>
PART I - THE SCHEDULE SECTION A - SOLICITATION/CONTRACT FORM
<S> <C> <C> <C>
- -----------------------------------------------------------------------------------------------------------------------------------
| 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.
<S> <C> <C>
- ------------------------------------------------------------------------------------------------------------------------------------
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.
- -----------------------------------------------------------------------------------------------------------------------------------
</TABLE>
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)
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 13
N00024-95-R-6403
_______________________________________________________________________________
OFFEROR FILL IN DOLLARS - WHOLE NUMBERS ONLY
PRICE AT CLIN LEVEL ONLY
(BE SURE NUMBERS MATCH COST BACKUP SPREADSHEETS)
_______________________________________________________________________________
<TABLE>
<CAPTION>
<S> <C> <C> <C> <C>
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
__________ __________ _______________ ____________
</TABLE>
13
VIII-14
<PAGE> 14
<TABLE>
<CAPTION>
COMPTEK FEDERAL SYSTEMS, INC. N00024-97-C-6431
N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
14
VIII-15
<PAGE> 15
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
15
VIII-16
<PAGE> 16
<TABLE>
<CAPTION> N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
16
VIII-17
<PAGE> 17
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
17
VIII-18
<PAGE> 18
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
18
VIII-19
<PAGE> 19
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
19
VIII-20
<PAGE> 20
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
20
VIII-21
<PAGE> 21
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
21
VIII-22
<PAGE> 22
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
22
VIII-23
<PAGE> 23
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
23
VIII-24
<PAGE> 24
<TABLE>
<CAPTION>
N00024-97-C-6431
COMPTEK FEDERAL SYSTEMS, INC. N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
24
<PAGE> 25
<TABLE>
<CAPTION>
COMPTEK FEDERAL SYSTEMS, INC. N00024-97-C-6431
N00024-95-R-6403
ITEM EST. COST FIXED FEE TOTAL AMOUNT MANHOURS
- ---- --------- --------- ------------ --------
<S> <C> <C> <C> <C>
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
---------- ---------- --------------- ------------
</TABLE>
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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 76
<TABLE>
<S> <C>
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
</TABLE>
<PAGE> 77
<TABLE>
<S> <C>
[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
</TABLE>
VIII-139
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-140
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-141
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-142
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-143
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-144
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-145
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-146
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-147
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-148
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-149
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-150
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-151
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-152
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-153
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-154
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-155
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-155
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-156
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-157
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-158
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-159
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-160
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-161
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-162
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-163
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-164
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-165
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-166
<PAGE> 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.
- --------------------------------------------------------------------------------
<TABLE>
<S> <C> <C> <C> <C> <C> <C> <C>
- ---------------------------------------------------------------------------------------------------------------
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
</TABLE>
VIII-167
<PAGE> 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
<PAGE> 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
<PAGE> 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
<PAGE> 110
the requirement for the distribution statement will be defined in
Block 16.
<TABLE>
<CAPTION>
CODE DEFINITION
---- ----------
DD250 CODE INSPECTION ACCEPTANCE
- ---------- ---------- ----------
<S> <C> <C>
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
</TABLE>
* 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
<PAGE> 111
<TABLE>
<CAPTION>
<S> <C>
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.)
</TABLE>
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.
<TABLE>
<CAPTION>
<S> <C>
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>
Table 3. Typical abbreviations used to identify dates of initial
and subsequent submission.
ATTACHMENT 1
TO EXHIBIT A
DD FORM 1423
5
VIII-172
<PAGE> 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
<PAGE> 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
<PAGE> 114
governed by the pertinent provisions of the contract.
ATTAcHMENT 1
To EXHIBIT A
DD FORM 1423
8
VIII-175
<PAGE> 115
3/26/97
FINANCIAL ACCOUNTING DATA SHEET - NAVY
<TABLE>
<CAPTION>
- ------------------------------------------------------------------------------------------------------------------------------------
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| |
- ------------------------------------------------------------------------------------------------------------------------------------
<S> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C> <C>
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
- ------------------------------------------------------------------------------------------------------------------------------------
</TABLE>
<PAGE> 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
<PAGE> 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-
<PAGE> 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.
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 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-
<PAGE> 1
Exhibit 21
LIST OF SUBSIDIARIES
----------
<TABLE>
<CAPTION>
Subsidiary Doing Business As
Ownership Percentage State of Incorporation Comptek Research
- ---------------------------------------------------------------------------------------------------
<S> <C> <C>
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.
</TABLE>
<PAGE> 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
<TABLE> <S> <C>
<ARTICLE> 5
<MULTIPLIER> 1,000
<S> <C>
<PERIOD-TYPE> YEAR
<FISCAL-YEAR-END> MAR-31-1997
<PERIOD-START> APR-01-1996
<PERIOD-END> MAR-31-1997
<CASH> 425
<SECURITIES> 0
<RECEIVABLES> 15,534
<ALLOWANCES> 0
<INVENTORY> 1,381
<CURRENT-ASSETS> 17,813
<PP&E> 9,525
<DEPRECIATION> 7,346
<TOTAL-ASSETS> 24,792
<CURRENT-LIABILITIES> 9,575
<BONDS> 4,296
<COMMON> 107
0
0
<OTHER-SE> 10,465
<TOTAL-LIABILITY-AND-EQUITY> 24,792
<SALES> 76,469
<TOTAL-REVENUES> 76,469
<CGS> 63,320
<TOTAL-COSTS> 63,320
<OTHER-EXPENSES> 8,933
<LOSS-PROVISION> 0
<INTEREST-EXPENSE> 595
<INCOME-PRETAX> 3,621
<INCOME-TAX> 1,448
<INCOME-CONTINUING> 2,173
<DISCONTINUED> 0
<EXTRAORDINARY> 0
<CHANGES> 0
<NET-INCOME> 2,173
<EPS-PRIMARY> .42
<EPS-DILUTED> .42
</TABLE>