COMPTEK RESEARCH INC/NY
10-Q, 1997-08-11
COMPUTER PROGRAMMING SERVICES
Previous: INDIANA UNITED BANCORP, 10-Q, 1997-08-11
Next: LIFELINE SYSTEMS INC, 10-Q, 1997-08-11



               SECURITIES AND EXCHANGE COMMISSION
                         WASHINGTON, DC

                            FORM 10-Q


(Mark One)
[X]  QUARTERLY  REPORT PURSUANT TO SECTION 13  OR  15(d)  OF  THE
     SECURITIES EXCHANGE ACT OF 1934

For the quarterly period ended June 27, 1997.

                               OR

[ ]  TRANSITION  REPORT PURSUANT TO SECTION 13 OR  15(d)  OF  THE
     SECURITIES EXCHANGE ACT OF 1934

For the transition period from                      to


                 Commission file number   1-8502
                                         ---------


                         Comptek Research, Inc.
- ---------------------------------------------------------------
     (Exact name of registrant as specified in its charter)


       New York                               16-0959023
- ---------------------------------------------------------------
(State or other jurisdiction           (I.R.S. Employee
 of incorporation or organi7zation)    Identification No.)


2732 Transit Road, Buffalo, New York          14224-2523
- ---------------------------------------------------------------
(Address of principal executive offices)      (Zip Code)


Registrant's telephone number, including area code  (716)677-4070
                                                    -------------


                         Not Applicable
- -----------------------------------------------------------------
 (Former name, former address and former fiscal year, if changed
                       since last report.)


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
                                            -----     -----

     Class                           Outstanding at July 25,1997
- -----------------------------------------------------------------
Common $.02 Par Value                         5,281,895

<PAGE 1>
                                
                     COMPTEK RESEARCH, INC.

                              INDEX


                                                            Page
PART I.     Financial Information                          Number

Item  1     Financial Statements

      Consolidated Condensed Balance Sheets
      June 27, 1997, and March 31, 1997                        3

      Consolidated Condensed Statements of Operations
      Thirteen Weeks Ended June 27, 1997,
      and June 28 , 1996                                       4

      Consolidated Condensed Statements of Cash Flows
      Thirteen Weeks Ended June 27, 1997,
      and June 28, 1996                                        5

      Consolidated Statement of Changes in Shareholders' Equity
      Thirteen Weeks Ended June 27, 1997                       6

      Notes to the Consolidated Condensed Financial Statements 7

      Independent Auditors Review Report                       8

      Item 2.Management's Discussion and Analysis of Financial
      Condition and Results of Operations                      9


PART II.    Other Information

   Item 4. Submission of Matters to a Vote of Security Holders 10

   Item 6  Exhibits and Reports on Form 8-K                   11

<PAGE 2>
<TABLE>
<CAPTION>
            COMPTEK RESEARCH, INC. AND SUBSIDIARIES
                 
             CONSOLIDATED CONDENSED BALANCE SHEETS
                       (In thousands)
  <S>                                 <C>              <C>
                                       June 27,         March 31,
                                         1997              1997
                                        -------          --------
                                   (Unaudited)     
  Assets                                           
  
  
  Current assets:                                  
  Cash and equivalents                   $1,100              $425
  Receivables                            15,224            15,534
  Inventories                             1,479             1,381
  Other                                     579               473
                                       --------          --------
       Total current assets              18,382            17,813
                                                                 
  Equipment and leasehold                                        
  improvements, net of                                           
  accumulated depreciation and            2,141             2,179
  amortization of $7,588 at
  June 27, 1997, and $7,346 at
  March 31, 1997
                                                                 
  Goodwill                                4,406             4,467
  Other assets                              353               333
                                       --------          --------
       Total assets                     $25,282           $24,792
                                       ========          ========
                                                   
  Liabilities and Shareholders'                    
  Equity
                                                   
  Current liabilities:                             
  Current installments on long-          $1,079            $1,079
  term debt
  Accounts payable                        2,495             3,345
  Accrued salaries and benefits           2,940             2,933
  Other current liabilities               2,321             2,218
                                       --------          --------
       Total current                      8,835             9,575
       liabilities                     --------          --------
                                                                 
  Deferred income taxes                     349               349
  Long-term debt, excluding               4,757             4,296
  current installments
                                                                 
  Shareholders' equity:                                          
  Common stock                              107               107
  Additional paid-in capital             15,367            15,130
  Loan to officer                         (218)             (218)
  Accumulated deficit                   (3,044)           (3,609)
                                       --------          --------
                                         12,212            11,410
                                                                 
  Less cost of treasury shares            (871)             (838)
                                       --------          --------
       Total shareholders'               11,341            10,572
       equity                          --------          --------
                                                                 
  Total liabilities and                 $25,282           $24,792
  shareholders' equity                 ========          ========
  See accompanying notes to consolidated condensed financial statements
  </TABLE>
  <PAGE 3>
  <TABLE>
  <CAPTION>
             COMPTEK RESEARCH, INC. AND SUBSIDIARIES
                 
         CONSOLIDATED CONDENSED STATEMENTS OF OPERATIONS
                          (Unaudited)
                 
             (In thousands, except per share amounts)
  
                                          Thirteen Weeks Ended
  <S>                             <C>              <C>
                                       June 27,          June 28,
                                         1997              1996
                                       --------          --------
  Net sales                             $18,510           $18,009
                                       --------          --------
  Operating Costs and expenses:                                  
       Cost of sales                     15,099            14,846
       Selling, general and               2,188             2,007
       administrative
       Research and development             187               336
                                       --------          --------
  Operating profit                        1,036               820
  Interest expense, net                     109               167
                                       --------          --------
  Income before income taxes                927               653
  Income taxes                              362               261
                                       --------          --------
  Net income                               $565              $392
                                       ========          ========
  Net income per share                     $.11              $.07
                                       ========          ========
  Weighted average number of              5,248             5,153
  common shares                        ========          ========
                                                                 
  See accompanying notes to consolidated condensed financial statements
  </TABLE>
  <PAGE 4>
  <TABLE>
  <CAPTION>
                   
                COMPTEK RESEARCH, INC. AND SUBSIDIARIES
                   
            CONSOLIDATED CONDENSED STATEMENTS OF CASH FLOWS
                              (Unaudited)
                   
                             (In thousands)

                                           Thirteen Weeks Ended
  <S>                                    <C>           <C>
                                         June 27,       June 28,
                                           1997           1996
                                         --------       --------
  Cash flows from operating                          
  activities:
       Net income                            $565            $392
                                         --------        --------
       Adjustments to reconcile net                              
       income to net cash provided
       by operating activities:
            Depreciation and                  303             301
              amortization
            Deferred income taxes             207             211
            Other assets                      (20)             10
            Other non-cash charges            127             129
            Changes in assets and                                
  liabilities providing (using)
  cash:
            Receivables                      310            1,169
            Inventories                      (98)             (35)
            Other current assets            (106)             277
            Accounts payable and            (947)            (633)
              accrued liabilities
                                         --------         --------
            Total adjustments               (224)           1,429
                                         --------        --------
  Net cash provided by operating             $341          $1,821
  activities                             --------        --------
  Net cash used by investing                                     
  activities - expenditures for            $(204)            $(69)
  equipment                              --------        --------
  and leasehold improvements
  Cash flows from financing                                      
  activities:
       Net proceeds from (repayment          $720         $(1,300)
       of) revolving debt
       Repayment of long-term debt          (259)            (262)
       Purchase of treasury shares           (33)            (108)
       Sale of treasury shares                ---             100
       Issuance of stock under                110              16
  Equity Incentive Plan                  --------        --------
  Net cash provided (used) by                $538         $(1,554)
  financing activities                   --------        --------
  Net increase in cash and                   $675            $198
  equivalents
  Cash and equivalents at beginning           425             160
  of year                                --------        --------
  Cash and equivalents at end of           $1,100            $358
  period                                 ========        ========
  
  See accompanying notes to consolidated condensed financial statements
  </TABLE>
  <PAGE 5>
<TABLE>
<CAPTION>
                COMPTEK RESEARCH, INC. AND SUBSIDIARIES
                                   
            CONSOLIDATED CONDENSED STATEMENT OF CHANGES IN
                         SHAREHOLDERS' EQUITY
                                   
                  Thirteen Weeks Ended June 27, 1997
                              (Unaudited)
                                   
                            (In thousands)
                                   
                                   
                                   
<S>                   <C>     <C>       <C>      <C>         <C>          <C>
                                                  Retained                    
                        Addi-              Earnings                    
                        tional             (Accumu-                    
                Common  Paid-In   Loan to     lated      Treasury       
                 Stock  Capital   Officer   Deficit)      Stock      Total
                ------  -------   --------  ---------   ---------   -------
Balance at       $107  $15,130  $  (218)    $(3,609)       $(838)  $10,572
March 31, 1997

Net income        ---      ---       ---         565          ---      565

Sale of Common    ---      237       ---         ---          ---      237
Stock

Purchase of       ---      ---       ---         ---         (33)     (33)
6,000 treasury
shares
                ------  -------  --------   ---------   ----------  -------
Balance at        $107  $15,367    $(218)    $(3,044)       $(871)  $11,341
June 27, 1997   ======  =======  ========   =========   ==========  =======

See accompanying notes to consolidated condensed financial statements
</TABLE>
<PAGE 6>
             Comptek Research, Inc. and Subsidiaries

        Notes to Consolidated Condensed Financial Statements

                           (Unaudited)


1. In  the  opinion  of  Management, the  accompanying  unaudited
   consolidated  condensed  financial  statements   contain   all
   adjustments,  consisting of normal recurring items,  necessary
   to   present   fairly  the  financial  position,  results   of
   operations and cash flows for the periods shown.   It  is  the
   Company's  policy to end its first three quarterly  accounting
   periods  on  the  last Friday of each quarter, which  includes
   thirteen  weeks  of operations.  The fourth  quarter  ends  on
   March 31.  The financial data included herein was compiled  in
   accordance  with the same accounting policies applied  to  the
   Company's  audited annual financial statements,  which  should
   be read in conjunction with these statements.

   The  results of operations for the thirteen weeks  ended  June
   27, 1997, are not necessarily indicative of the results to  be
   expected for the full year.

2. In  February  1997, the Financial Accounting  Standards  Board
   issued  Statement  No. 128 "Earnings per  Share"  (SFAS  128),
   which  is  required  to  be adopted for  financial  statements
   issued  for periods ending after December 15, 1997.  SFAS  128
   requires  companies to compute earnings per  share  under  two
   different   methods,  basic  and  diluted.   Under   the   new
   requirements, the presentation of primary earnings  per  share
   is  replaced with a presentation of basic earnings  per  share
   which   excludes   the  dilutive  effect   of   common   stock
   equivalents.   Furthermore, SFAS 128  requires  disclosure  of
   the methodology used for the calculations.

   Had  SFAS 128 been effective for the thirteen weeks ended June
   27, 1997, the following would be disclosed:
   
   <TABLE>
                                 Thirteen weeks ended
       <S>                  <C>              <C>
                              June 27,         June 28,
                                1997             1996
                             ----------       ----------
       Net income per                        
       share
            Basic              $0.11            $0.07
            Diluted            $0.11            $0.07
       Shares used in per
       share calculation
       (in thousands)
            Basic              5,248            5,153
            Diluted            5,327            5,181
  </TABLE>
           
4.   Inventories (in thousands)
     
     <TABLE>
     <S>              <C>               <C>
                        June 27,         March 31,
                         1997               1997
                      ----------        ------------
     Parts                 $1,348             $1,162
     Work-in-process           87                170
     Finished goods            44                 49
                       ----------       ------------
          Total            $1,479             $1,381
                       ==========       ============
</TABLE>
<PAGE 7>

5.   During  the  thirteen weeks ended June 27, 1997, 6,000  common
     shares  of  the Company's Treasury stock were purchased.   The
     total  number  of  treasury shares as of  June  27,  1997  was
     131,189.
   
6.   During  the  thirteen weeks ended June 27,  1997,  the
     Company  granted 125,000 options under its Equity  Incentive
     Plan.    Accordingly,  options  for  498,459   shares   were
     outstanding  under  the  Equity Incentive  Plan  and  63,000
     shares were outstanding under the Stock Option Plan for  the
     Non-Employee  Directors.  A total  of  148,645  shares  were
     exercisable under both plans.

<PAGE 8>

               Independent Auditors' Review Report



The Board of Directors and Shareholders
Comptek Research, Inc.:


We  have  reviewed  the consolidated condensed balance  sheet  of
Comptek Research, Inc. and subsidiaries as of June 27, 1997,  and
the  related  consolidated  condensed statements  of  operations,
changes  in shareholders' equity, and cash flows for the thirteen
week  periods  ended  June 27, 1997 and  June  28,  1996.   These
consolidated    condensed   financial    statements    are    the
responsibility of the Company's management.

We  conducted our review in accordance with standards established
by  the  American Institute of Certified Public  Accountants.   A
review  of interim financial information consists principally  of
applying  analytical  procedures to financial  data,  and  making
inquiries  of  persons responsible for financial  and  accounting
matters.   It  is substantially less in scope than  an  audit  in
accordance  with  generally  accepted  auditing  standards,   the
objective of which is the expression of an opinion regarding  the
financial  statements taken as a whole.  Accordingly, we  do  not
express such an opinion.

Based   on   our  review,  we  are  not  aware  of  any  material
modifications  that should be made to the consolidated  condensed
financial  statements  referred  to  above  for  them  to  be  in
conformity with generally accepted accounting principles.

We have previously audited, in accordance with generally accepted
auditing  standards, the consolidated balance  sheet  of  Comptek
Research,  Inc. and subsidiaries as of March 31,  1997,  and  the
related  consolidated  statements  of  operations,  shareholders'
equity,  and  cash flows for each of the years in the  three-year
period then ended (not presented herein); and in our report dated
May  6,  1997,  we  expressed  an unqualified  opinion  on  those
consolidated   financial  statements.   In   our   opinion,   the
information set forth in the accompanying consolidated  condensed
balance sheet as of March 31, 1997, is fairly presented,  in  all
material respects, in relation to the consolidated balance  sheet
from which it has been derived.




                                   /S/ KPMG Peat Marwick
                                   KPMG Peat Marwick LLP

Buffalo, New York
July 18, 1997
<PAGE 9>

              Management's Discussion and Analysis

Financial Condition

For  the  first  quarter  ended June 27,  1997,  cash  flow  from
operations equaled $341,000.  Net earnings for the first  quarter
and the collection of accounts receivable provided cash while the
reduction  of accounts payable required cash.  In the prior  year
first   quarter,  operations  provided  positive  cash  flow   of
$1,821,000   primarily   due  to  the  collection   of   accounts
receivable.  Cash flow from operations and borrowings  under  the
Company's revolving debt facility were used to reduce other long-
term debt by $259,000 and purchase $204,000 of capital equipment.
The  Company's  total  debt  to  equity  for  the  first  quarter
continued  to  improve to 1.23 to 1 from 1.34 to 1 at  March  31,
1997 and 1.75 to 1 at June 28, 1996.

Results of Operations

Net sales for the quarter were $18.5 million, an increase of 2.8%
over   the   prior  year's  first  quarter.  This  increase   was
concentrated  in  the Defense Systems segment  ("Systems").   Net
sales  for this segment increased  approximately 10% or $497,000,
as a result of two new systems contracts.  First quarter 1997 net
sales   for  the  Engineering  and  Technical  Services   segment
("Services")  were  commensurate  with  the  prior  year's  first
quarter. Backlog at the end of the quarter was $105.6 million, an
increase  of 11%, compared with $94.7 million on June  28,  1996.
Backlog as of March 31, 1997 was $103.9 million.  On May 1, 1997,
the  U.S.  Navy  awarded  the Company  a  successor  contract  to
continue to provide engineering services to the Naval Sea Systems
Command.   The first year value of this contract is  $10  million
and provides for four additional one-year options, exercisable by
the Navy, valued between $10.7 and $11.7 million each year.

The   Systems   segment  typically  operates  under   fixed-price
contracts,  while the Services segment primarily  performs  under
time-and-materials and cost-reimbursement contracts.  The Company
assumes  greater financial risk on fixed-price contracts than  on
either time-and-material or cost-reimbursement contracts.  Fixed-
price  contracts, however, also provide the Company with  greater
profit opportunities.

Systems  sales  typically  generate  higher  gross  margins  than
Services  sales due to the nature of the deliverable product  and
fixed-priced  type of contracts.  Overall gross margin  increased
to  18.4 % for the first quarter compared with 17.6% for the same
period in the prior year due to an increase in Systems sales.

Marketing  and  bidding efforts were increased during  the  first
quarter  of  fiscal 1998 as the Company experienced  an  elevated
level  of  requests for quotations.   As a percentage  of  sales,
however,  total  selling,  general and  administrative  ("S,G&A")
expense increased only slightly to 11.8% compared with 11.1% last
year.  General and administrative costs remained constant between
periods.

Research  and  development  ("R&D")  expenditures  decreased   to
$187,000  for the first quarter from $336,000 in the prior  year.
In   the   prior  year  the  Company  concentrated   efforts   on
simulation/stimulation  products  that  were  recently   acquired
through  Advanced  Systems  Development  Inc.,  ("ASDI").   As  a
percentage of sales, R&D decreased to 1% from 1.8% in  the  prior
year.  R&D expenditures, as a percentage of sales, are likely  to
increase  over  the next three quarters.  Total R&D  expenditures
for  fiscal  1998  (as  a  percentage  of  sales),  however,  are
currently expected to be less than in the prior year.

Net  interest expense decreased in the current year  to  $109,000
compared  with $167,000.  Net interest expense will  continue  to
decrease as the Company repays the  term note associated with the
acquisition of ASDI.  Additionally, the Company experienced lower
interest  expense associated with the revolving credit note,  due
to  a  lower than average outstanding balance during the quarter.
The  revolving credit note, however, at the close of the quarter,
increased by $720,000 from fiscal 1997 year- end.

In  view  of  the recent increase in the level of  foreign  sales
activities (11% of sales in fiscal year 1997, up from  less  than
3%  of  sales  in  fiscal  year 1996),  the  Company  elected  to
establish a Foreign Sales Corporation ("FSC") in fiscal 1998.   A
portion  of  the  income attributed to the  FSC  is  exempt  from
federal  income  tax,  which allowed the  Company  to  report  an
overall  effective  tax rate of 39% for the first  quarter.   The
Company expects

<PAGE 10>

to  recognize  a lower effective tax rate as international  sales
increase.  In previous quarters, and at the close of fiscal 1997,
the effective tax rate was 40%.

Forward Looking Statements

This  Management's  Discussion  and  Analysis  contains  forward-
looking statements about the Company's current expectations based
on  current business conditions.  Forward-looking statements  are
subject  to  risks  and  uncertainties that  could  cause  actual
results  to  differ  materially.  These risks  and  uncertainties
include  the  Company's dependence on continued funding  of  U.S.
Department  of  Defense  programs.   Some  additional  risks  and
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 to expand sales in international markets; and the ability
to  complete future acquisitions without adversely affecting  the
Company's financial condition.  Other risks and uncertainties are
described in the Company's Form 10-K Annual Report for the fiscal
year ended March 31, 1997.

<PAGE 11>
                                
                   PART II.  OTHER INFORMATION



Item 4.   Submission of Matters to a Vote of Security Holders

(a)   The  Registrant's Annual Meeting of Shareholders  was  held
      July 25, 1997.

(b)   At  the Annual Meeting, shareholders elected the  following
      individuals as Class I directors whose term expires in 1999:

<TABLE>
<S>                   <C>           <C>            <C>
                                                     Abstain or
                                      Withheld       broker non-
                          For         Authority         votes
                      -----------   -------------  -------------
James D. Morgan        4,298,861       536,714          none
John J. Sciuto         4,818,200        17,375          none
Henry P. Semmelhack    4,239,389       596,186          none
</TABLE>

 The  following  directors' respective terms of office  continued
 in effect after the meeting:

                  Continuing Class II Directors
                 Continuing in Office until 1998

                        Joseph A. Alutto
                        John R. Cummings
                          G. Wayne Hawk
                        Patrick J. Martin


(c)    The  selection  of KPMG Peat Marwick, LLP  as  independent
       auditors was also ratified by the following vote:

<TABLE>

<S>              <C>               <C>
      For             Against      Abstain or broker non-votes
   4,816,041          11,450                  8,084
</TABLE>
<PAGE 12>


Item 6.  Exhibits and Reports on Form 8-K

     (a)  Exhibits:

     10.1*    Amendment to 1994 Stock Option Plan for Non-
              Employee Directors.

     10.2     Amendment  P00001  to  Prime
              Contract No. N00024-97-C-6431.

     10.3     Amendments P00199 to P00205 to Prime Contract
              No. N00024-90-C-5208.

     10.4     Amendment P00014 to Prime Contract No. N00123-
              94-D-0033.
- -------------
*Designated  exhibit is a compensatory plan  under  paragraph  10
(iii)(A) of Regulation S-K, Item 601.

(b)   Reports on Form 8-K:

      None

<PAGE 13>


                           SIGNATURES

Pursuant  to the requirements 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:  August  11, 1997            By:   /s/ John J. Sciuto
                                      -----------------------
                                      John J. Sciuto
                                      Chairman,  President  and
                                      Chief Executive Officer



Date:  August  11, 1997            By: /s/ Laura L. Benedetti
                                      ------------------------
                                      Laura L. Benedetti
                                      Vice President of Finance
                                      and Treasurer
                                     (Principal Accounting and
                                      Financial Officer)
<PAGE 14>

                        INDEX TO EXHIBITS
                          - - - - - - -
<TABLE>
<S>         <C>                                                      <C>
Exhibit                                                              Page
  No.                      Description of Exhibit                     No.
- -------     -----------------------------------------------------    -----
  10.1      Amendment to 1994 Stock Option Plan for Non-Employee       17
            Directors
  10.2      Amendment P00001 to Prime Contract No. N00024-97-C-        19
            6431.
  10.3      Amendments P00199 to P00205 to Prime Contract No.          73 
            N00024-90-C-5208.
  10.4      Amendment P00014 to Prime Contract No. N00123-94-D-       101
            0033.
</TABLE>
<PAGE 15>

                          Exhibit 10.1
<PAGE 16>


 Amendment to 1994 Stock Option Plan for Non-Employee Directors

<PAGE 17>

                            Amendment
                               to
                     1994 Stock Option Plan
                   For Non-Employee Directors
                      Adopted July 25, 1997



    Pursuant to Article 7 of the 1994 Stock Option Plan for  Non-
Employee  Directors (the "Plan"), the Plan is hereby  amended  as
provided for herein.

1. Article 5 - Stock Options, subsection 5.1 Grant of Options  is
   amended  in  order  to add the automatic grant  to  each  non-
   employee  director who owns at least 5,000 Shares  of  Comptek
   on  option  to  purchase 5,000 Shares.  Such subsection  shall
   now read in its entirety as follows:

                   ARTICLE 5 -- STOCK OPTIONS

         5.1  Grant  of  Options.  Subject to the  terms  and
   provisions  of  the  Plan, an Option  to  purchase  10,000
   Shares will automatically be granted on December 10, 1993,
   to each then-Eligible Director.  Each director who becomes
   an   Eligible  Director  after  December  10,  1993,  will
   automatically be granted options on 10,000 Shares  at  the
   time  he  becomes a non-employee member of  the  Board  of
   Directors.   Each  Eligible Director  shall  automatically
   receive  an  additional Option to purchase  1,000  Shares,
   effective at the close of business five (5) business  days
   after  the  1994 Annual Meeting of Shareholders  and  each
   Annual Meeting thereafter, provided the individual in  all
   respects  continues to be an Eligible Director.   Further,
   each Eligible Director or director who becomes an Eligible
   Director,   shall  automatically  receive  an  option   to
   purchase  5,000 Shares as of the beginning of the calendar
   quarter   immediately   following  such   director   first
   acquiring  ownership of at least 5,000 Shares.   Provided,
   however,  (i)  any Eligible Director who already  owns  at
   least   5,000   Shares  as  of  July   25,   1997,   shall
   automatically receive such 5,000 Share option-grant as  of
   October  1,  1997, and (ii) each director who  becomes  an
   Eligible  Director after July 25, 1997, and then  owns  at
   least  5,000 Shares shall automatically receive such 5,000
   Share  option-grant as of the beginning  of  the  calendar
   quarter  immediately following such director  becoming  an
   Eligible Director.  As provided in Section 4.1 herein,  at
   no  time  shall more than 100,000 Shares be available  for
   grant under the Plan.

2. This  amendment of the Plan was authorized by the  vote  of  a
   majority  of  the Board of Directors of Comptek at  a  meeting
   duly held on July 25, 1997.

                          Exhibit 10.2


                 Amendment P00001 Prime Contract
                      No. N00024-97-C-6431.
                                
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       7
- ------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00001                              SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-37235                    7-03KF-37235
- ------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
CODE  S3305A

NAVAL SEA SYSTEMS COMMAND              DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY           1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                111 W. HURON STREET
BUYER/SYMBOL: K. HENRY/SEA-0251K       BUFFALO, NY 14202
PHONE: Area Code 703/602-8105, EXT. 516
- ------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and ZIP Code)
                                |   |9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |-----------------------
CEC NO: 789995610               |   |9B. DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |-----------------------
2732 TRANSIT ROAD               |(X)|10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-97-C-6431
                                |   |-----------------------
                                |   |10B. DATED(SEE ITEM 13)
- --------------------------------|   |        30 APR 97
 CODE OTTJ6 |  FACILITY CODE    |   |

   11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a)  By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- ------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS
    DESCRIBED IN ITEM 14.
- ------------------------------------------------------------
     | A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify
(X)  |    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
     |    REFLECT 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:
     |
- ------------------------------------------------------------
     | D. OTHER (Specify type of modification and authority)
 x   |    UNILATERAL MODIFICATION PER SECTION H, ALLOTMENT
     |    OF MUTUAL AGREEMENT OF THE PARTIES
- ------------------------------------------------------------
E.   IMPORTANT: Contractor [ ] is not, [X] is required to sign
  this document and return __ copies to the issuing office.

- ------------------------------------------------------------
14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized 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)
         JAMES E. ERTEL
         CONTRACTS ADMINISTRATOR

16A.  NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- ------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                   15C.  DATE SIGNED
     By /s/JAMES E. ERTEL,                   06/25/97

Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |     16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN   06/26/97
- ------------------------------------------------------------
(Signature of Contracting officer)   |
- ------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>
                                                 N00024-97-C-6431
                                                           P00001
                                                      Page 2 of 7
                                                                 
The purpose of this modification to contract N00024-97-C-6431 are
to:

      (1)   correct the dollar amount in Block 20 on the  SF  33,
Section A, page 1, of the contract;

      (2)  consolidate and restructure Section B, Base and Option
Years;

      (3)   correct Section B Item amounts to include Travel  and
Other Direct Costs (ODC) amounts;

      (4)  modify Section B clause, Payments of Fee(s) (Level  of
Effort)  (NAVSEA)  (May 1993) to correct the  fee  percentage  in
paragraph (b);

      (5)   deobligate funds in the amount of $50,000  from  Item
0003AE  and obligate funds in the amount of $50,000 on Item  0001
AE;

      (6)   revise Sections C, E, F, and I to reflect the changes
made in Section B;

      (7)   revise Section G to change both the purchasing Office
Representative and Contracting Officer's Representative;

      (8)   replace the DD Forms 1423, Contract Data requirements
Lists,  issued  with the basic contract with the  DD  Forms  1423
attached hereto;

      (9)   replace  the  Financial Accounting Data  (FAD)  sheet
issued  with  the  basic  contract with the  FAD  sheet  attached
hereto.

Accordingly, this contract is hereby modified as follows:

1.    Section  A, page 1 of the contract, Block 20 is changed  to
read $10,492,689.  See Attachment A to this modification.

2.    Section  B,  Supplies  or  Services  and  Prices/Costs,  is
modified as follows:

      (a)   Base  and  Option  year CLINS  are  consolidated  and
restructured as follows:

     BASE YEAR

0001   Combat  Systems  Engineering,  Integration  and  Technical
Support

0001AA   Combat  Systems Engineering, Integration  and  Technical
Support (RDT&E)

0001AB      Combat Systems Engineering, Integration and Technical
Support (FMS)

0001AC      Combat Systems Engineering, Integration and Technical
Support (O&MN)

0001AD      Combat Systems Engineering, Integration and Technical
Support (OPN)

0001AE      Combat Systems Engineering, Integration and Technical
Support (SCN)

                                                  00024-97-C-6431
                                                           P00001
                                                      Page 3 of 7
                                                                 
          BASE YEAR (continued)

0001AF      Combat Systems Engineering, Integration and Technical
Support (WPN)

0001AG      Miscellaneous (such as Air Force, Army, Marine Corps,
NSA, DBOF)
          Support associated with programs and efforts identified
herein.

0002      Data for Item 0001 and, if options are exercised, Items
0003 through
       0006.  (See  DD  Form 1423, Exhibit A,  attached  hereto).
     Amount to be
       included  in  the  estimated cost of Item  0001)  and,  if
     options are
          exercised, items 0003 through 0006.

          OPTION YEAR 1

0003      Combat  Systems Engineering, Integration and  technical
          Support (SEE NOTE A):

0003AA    Combat   Systems  Engineering,  Integration   and
          Technical Support (RDT&E)

0003AB    Combat   Systems  Engineering,  Integration   and
          Technical Support (FMS)

0003AC    Combat Systems Engineering, Integration and Technical
          Support (0&MN)

0003AD    Combat Systems Engineering, Integration and Technical
          Support (OPN)

0003AE    Combat Systems Engineering, Integration and Technical
          Support (SCN)

0003AF    Combat Systems 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.

          OPTION YEAR 2

0004      Combat  Systems Engineering, Integration and  Technical
          Support (SEE NOTE A):

0004AA    Combat   Systems  Engineering,  Integration   and
          Technical Support(RDT&E)

0004AB    Combat Systems Engineering, Integration and Technical
          Support(FMS)

0004AC    Combat Systems Engineering, Integration and Technical
          Support (O&MN)

0004AD    Combat Systems Engineering, Integration and Technical
          Support (OPN)
                                                 N00024-97-C-6431
                                                           P00001
                                                      Page 4 of 7
                                                                 
          OPTION YEAR 2 (continued)

0004AE    Combat   Systems  Engineering,  Integration   and
          Technical Support (SCN)

0004AF    Combat   Systems  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.


          OPTION YEAR 3

0005      Combat  Systems  Engineering,  Integration   and
          Technical Support  (SEE NOTE A):

0005AA    Combat  Systems  Engineering,  Integration   and
          Technical Support(RDT&E)

0005AB    Combat Systems Engineering, Integration and Technical
          Support (FMS)

0005AC    Combat Systems Engineering, Integration and Technical
          Support (O&MN)

0005AD    Combat Systems Engineering, Integration and Technical
          Support (OPN)

0005AE    Combat Systems Engineering, Integration and Technical
          Support (SCN)

0005AF    Combat Systems 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.


          OPTION YEAR 4


0006     Combat Systems Engineering, Integration and  Technical
         Support (SEE NOTE A):

0006AA   Combat Systems Engineering, Integration and Technical
         Support(RDT&E)

0006AB   Combat Systems Engineering, Integration and Technical
         Support (FMS)

0006AC   Combat Systems Engineering, Integration and Technical
         Support (O&MN)

0006AD   Combat Systems Engineering, Integration and Technical
         Support (OPN)

0006AE   Combat Systems Engineering, Integration and Technical
         Support (SCN)

                                                 N00024-97-C-6431
                                                           P00001
                                                      Page 5 of 7

          OPTION YEAR 4 (continued)

0006AF   Combat  Systems  Engineering,  Integration   and
         Technical Support (WPN)

0006AG   Miscellaneous (such as Air  Force,  Army,  Marine
         Corps, NSA, DBOF)
         Support   associated  with  programs  and   efforts
         identified herein.

NOTE  A:   Option item to which the option clause in Section  I-2
applies  and  which is to be supplied only if and to  the  extent
said option is exercised.

     (b)  Travel and ODC dollar amounts were included in the cost
volume submitted with the proposal but not included in Section  B
of  the RPF or contract.  Section B Item amounts are modified  to
reflect the inclusion of travel and ODC amounts:

ITEM           EST. COST      FIXED FEE TOTAL CPFF     MAN-HOURS

BASE YEAR
0001          $9,914.811      $577,878  $10,492,689   289,500
0002               NSP           NSP              NSP     N/A

OPTION YEAR 1
0003          $10,193,991     $594,991  $10,788,982   289,500

OPTION YEAR 2
0004          $10,489,386     $613,156  $11,102,542   289,500

OPTION YEAR 3
0005          $10,804,056     $632,473  $11,436,529   289,500

OPTION YEAR 4
0006          $11,138,892     $653,032  $11,791,924   289,500

GRAND TOTAL   $52,541,136   $3,071,530  $55,612,666 1,447,500


      (c)   Section B clause, Payment of Fee(s) (Level of Effort)
(NAVSEA)  May 1993, paragraph (b) is changed to correct  the  fee
percentage from 5.8% to 5.85%.

      (d)   Deobligate funds from Item 0003AE in  the  amount  of
$50,000.   Fully fund Item 0001 AE in the amount  of  $50,000  as
follows:

ITEM      EST. COST      FIXED FEE      CPFF      MAN-HOURS
0001AE         $47,246        $2,754              $50,000   1,380

                                                 N00024-97-C-6431
                                                           P00001
                                                      Page 6 of 7

3.   Section C, Description/Specification/Work Statement, part 1,
Contract  Line  item  Description, is  modified  to  reflect  the
restructuring of the Base and Option Years.  Replace  Section  C,
pages  30  through  40  (VIII-31 through VIII-41)  of  the  basic
contract, with Attachment B to this modification.

4.   Section E, Inspection and Acceptance, first line, is changed
to read:

Item 0001 and, if options are exercised, Items 0003 through 0006:
Inspection  and  acceptance  shall be  made  by  the  contracting
Officer's representative (COR) or a designated representative  of
the Government.

5.    Section F, Deliveries or Performance, is changed to reflect
the base and option years restructuring as follows:

ITEMS               FROM                     TO

0001AA-0001AG  Date of contract award        12 months thereafter
0003AA-0003AG  Date of option exercise       12 months thereafter
0004AA-0004AG  Date of option exercise       12 months thereafter
0005AA-0005AG  Date of option exercise       12 months thereafter
0006aa-0006ag  Date of option exercise       12 months thereafter

6.   Section  G, Contract Administration Data, Purchasing  office
Representative  and  Contracting  Officer's  Representative   are
modified as follows:

PURCHASING OFFICE REPRESENTATIVE:

                         COMMANDER
                         ATTN:     KIM WHITMAN, SEA02513W
                         NAVAL SEA SYSTEMS COMMAND
                         2531 JEFFERSON DAVIS HWY
                         ARLINGTON, VA 22242-5160
                         TELEPHONE NO. (703) 602-8105, EXT. 517

CONTRACTING OFFICER'S REPRESENTATIVE:

                         COMMANDER
                         ATTN:     JOE PETRECCA, SEA 03KF
                         NAVAL SEA SYSTEMS COMMAND
                         2531 JEFFERSON DAVIS HWY
                         ARLINGTON, VA 22242-5160
                         Telephone No.  (703) 302-2590, ext 110

                                                 N00024-97-C-6431
                                                           P00001
                                                      Page 7 of 7
                                                                 
7.   Section J clause, FAR 52.217-9, Option to Extend the Term of
the  Contract (Mar 1989) (NAVSEA Variation) (Feb 1994), paragraph
(a) is revised as follows:

8.    Block  A  on the DD Forms 1423, Contract Data  Requirements
Lists  (CDRL's), is changed from Contract Line Item No.  0006  to
Item  No.  0002.  The CDRLs issued with this modification  hereby
replace those issued with the basic contract.

9.    The Financial Accounting Data (FAD) sheet issued with  this
modification hereby replaces the FAD sheet issued with the  basic
contract.

10.  The total amount of this contract is $10,492,689.  The total
amount  of  funding  under  this contract  remains  unchanged  at
$50,000.

11.  Except as provided herein, all other terms and conditions of
Contract  N00024-97-C6431 remain unchanged and in full force  and
effect.

Attachment A             N00024-97-C-6431
                     Modification P00001                Page 1 of
1


         ESTIMATED                    MAN       CPFF/      FUNDED
FUNDED     FUNDED FUNDED
ITEM  COST   FIXED FEE  CPFF   HOURS       MH  EST. COST    FIXED
FEE     CPFF       MH

0002   NSP         NSP           NSP     N/A      N/A         NSP
NSP     NSP        NSP
0003  $10,193,991  $594,991    $10,788,982  289,500  37.27
0004  $10,489,387  $613,155    $11,102,542  289.500  38.35
0005  $10,804,056  $632,473    $11,436,529  289,500  39.50
0006  $11,138,892  $653,032    $11,791,924  289,500  40.73

TOTAL$52,541,137   $3,071,529  $55,612,666 1,447,500 $47,246
$2,754    $60,000     1,380

N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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 0001, and, if options are exercised, Items 0003 through
0006:

1.    The  contractor  shall provide combat  system  engineering,
integration,  and  technical  support  to  NAVASEA  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   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
design   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
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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 (CTSF) 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  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 acquisitions 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
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-R-6403

      1.    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
(CS)SS)   and  Battle  Force  Tactical  Training  (BFTT)   System
integration planning.

      q.   Provide system 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
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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  (IPS),  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  meeting,  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.

      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,  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
                                
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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
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 lifecycle 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.

2.    In support of PMS 312, the contractor shall provide systems
engineering,  integration and technical support  for  the  combat
systems onboard Navy carriers.

      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  participation
in technical meetings such as design reviews and the conduct of



3.    In support of the Program Executive Office for Theater  Air
Defense (PEO(TAD)), 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
                                
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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.  Purpose 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 Grant 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 DDG51  (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, Weapon 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
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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 the 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
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, NIDS  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  anf  life  cycle  support
documentation.



                               36
                                
                             VIII-37
                                
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-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 EMS owned AIM-7/RIM-7,
AI<-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 investigation  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 (PDs), 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 implementing 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

N00024-97-C-6431
P00001
Attachment B                             NO0024-95-R-6403

4.    In support of Combat System Software Engineering, SEA 03KQ,
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  CSEs  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.  Canaberra  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
                                
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-R-6403

evaluation  for  the possible procurement of Single,  Joint,  and
Combined Interoperability hardware and software.  Provide support
to NAVSEA 03KQ1 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  the United State 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  upgrade 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  o3KQ1,  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.

5.    In support of AEGIS Combat System Engineering, PMS 400, 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
charges,  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
(C3I)  related  areas, such as JTIDS, Model 5  Link-11,  Link-16,
Link-4A  and  C2P, 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 baselines 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
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
N00024-97-C-6431
P00001
Attachment B                            NO 0024-95-R-6403

procedures.  Participate in C&D and ADS demonstrations and tests,
and assist in analysis and evaluation 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 tests 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 Combat Training System (ACTS),  Mass
Memory  Storage Device (MMSD) and the AEGIS Interface  Simulation
System (ISS).

     B.   ITEM 0002- DATA REQUIREMENTS (NAVSEA) (SEP 1992)
The  data  to  be  furnished  hereunder  shall  be  prepared   in
accordance with the Contract Data Requirement 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
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- -----------------------------------------------------------------


D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A029                           PRESENTATION              MATERIAL
$1,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-ADMIN   -81373                                 SECTION   C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ----------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 29 of 29 Pages


                            VIII-167
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- -----------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A028                             CONFERENCE               MINUTES
$1,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-ADMIN   -81250A                                SECTION   C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks


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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- -----------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 28 of 29 Pages


                            VIII-166

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A027                             CONFERENCE                AGENDA
$1,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-ADMIN   -81249A                                SECTION   C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

Blocks 9,10,12,13,14 and 15:  As specified in the
Technical Instruction.

- -----------------------------------------------------------
                                              15. TOTAL      0  0
0

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 27 of 29 Pages

                                
                            VIII-165

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A026           REPORT/MINUTES, RECORD OF MEEETING   TRIP  REPORTS
$1,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
VDI-ADMI   -23083A                                SECTION   C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                          AS
REQ

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                    AS REQ                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

Blocks 9,10, 12, 13, 14 and 15:  In accordance with the
Technical Instruction.

- ------------------------------------------------------------
                                              15. TOTAL      0  0
0

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 26 of 29 Pages

                            VIII-164

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                   CONTRACTOR'S
A025        PERFORMANCE  AND  COST  REPORT         BILLING   DATE
$1,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-FNCI-80912                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                          AS
REQ

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          AS REQ

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

 Blocks 10, 12, and 13:  Copies of invoice documents shall be
admitted 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN  90         Previous  editionsre  obsolete
Page 25 of 29 Pages

                            VIII-163

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A024                    CONTRACTOR'S       PROGRESS,       STATUS
$1,500                   AND MANAGEMENT REPORT
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MGMT    -80227                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------7. DD
250 REQ        9. DIST STATEMENT      10. FREQUENCY      12. DATE
OF FIRST    14. DISTRIBUTION
                     REQUIRED        MTHLY         SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16
                                        SEA 0264
- ------------------------------------------------------------
16. Remarks

Block  12:  Not later than 10 working days after the end  of  the
first
month after contract award.

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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 24 of 29 Pages

                            VIII-162

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A023               TECHNICAL  REPORTS-          COMPUTER/SOFTWARE
$3,500
                   STUDIES/SERVICES          OPERATIONS MANUAL
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 23 of 29 Pages
                                
                            VIII-161

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                      SUPPORT SOFTWARE USERS/
A022               TECHNICAL REPORT-STUDIES           MAINTENANCE
MANUAL          $3,500
                   /SERVICES
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 22 of 29 Pages
                                
                            VIII-160

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A021               TECHNICAL  REPORT-STUDIES/  SOFTWARE  DELIVERY
$1,500
                  SERVICES              DOCUMENTATION
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 21 of 29 Pages

                            VIII-159

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A020              TECHNICAL   REPORT-STUDIES/            SOFTWARE
PRODUCT              $5,000
               SERVICES                 SPECIFICATION
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 20 of 29 Pages

                                
                            VIII-158

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A019              TECHNICAL REPORTS-STUDIES/ COMPUTER OPERATIONAL
$3,500                          SERVICES                  PROGRAM
UPGRADES
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

 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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 19 of 29 Pages

                            VIII-157

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A018               TECHNICAL SUPPORT/            SOFTWARE QUALITY
$5,000
                  SERVICES                 IMPROVEMENT (SQI)
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC    -80508                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 18 of 29 Pages
                                
                            VIII-156
                                
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A017            TECHNICAL REPORT-STUDIES/SERVICES     LIFE  CYCLE
MANAGEMENT           $3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC    -80508                               SECTION     C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

 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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 17 of 29 Pages
                            VIII-155
                                
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A016            TECHNICAL REPORT-STUDIES/          CHANGE CONTROL
BOARD                  $3,500
               SERVICES
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC    -80508                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 16 of 29 Pages

                            VIII-155

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A015               TECHNICAL REPORT-STUDIES   ENGINEERING  CHANGE
$3,500
                  /SERVICES             PROPOSALS/REQUESTS
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 15 of 29 Pages

                            VIII-154

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                   COMBAT SYSTEM
A014                 TECHNICAL   REPORT-STUDIES/     ARCHITECTURE
$5,000
                  SERVICES
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

 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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 14 of 29 Pages

                            VIII-153

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A013            TECHNICAL   REPORTS-STUDIES/SERVICES      QUALITY
ASSURANCE       $3,500
                                   SUPPORT
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

 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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 13 of 29 Pages
                                
                            VIII-152

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                   CONFIGURATION
A012              TECHNICAL   REPORT-STUDIES/SERVICES     SUPPORT
$3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 12 of 29 Pages

                            VIII-151

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                      CS INTEGRATION
A011            TECHNICAL REPORT-STUDIES/SERVICES    TESTS (CSIT)
$3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 11 of 29 Pages

                            VIII-150

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                                   TEST PLANS/PROCEDURES
A010               TECHNICAL REPORT-STUDIES   BTLE FOR TACT TRAIN
(BFFT)    $3,500
                  /SERVICES             (CSIT)
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 10 of 29 Pages
                                
                            VIII-149

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A009                    TECHNICAL      REPORTS-STUDIES/      TEST
PLANS/PROCEDURES        $3,500
                  SERVICES              CS OP SEQ SYS (CSSOS)
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC    -80508                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 09 of 29 Pages
                            VIII-148

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEM     ENGINEERING      N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE

A008                       PRODUCT          DRAWINGS          AND
$3,500
                  ASSOCIATED LISTS
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC    -80508                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                          REQUIRED            SEE     BLK      16
SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

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, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 08 of 29 Pages

                            VIII-147
                                
                                
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------


D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                   TECHNICAL REPORT-         INTEGRATED LOGISTIC
A007                STUDIES/SERVICES               SUPPORT  (ILS)
$ 3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 07 of 29 Pages

                            VIII-146

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------


D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                   TECHNICAL REPORT-         RELIABILITY,
A006               STUDIES/SERVICES     MAINTAINABILITY & QUALITY
$ 3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 06 of 29 Pages
                            VIII-145
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                   TECHNICAL REPORT-            CERTIFICATION
A005                  STUDIES/SERVICES                 ASSESSMENT
$3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K

- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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
- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 05 of 29 Pages


                            VIII-144

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------
D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------
                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                  TECHNICAL REPORT-          COST-EFFECTIVENESS
A004                    STUDIES/SERVICES                 ANALYSIS
$ 5,000
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 04 of 29 Pages
                            VIII-143
CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------


D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                   TECHNICAL REPORT          TRADE-OFF
A003                     STUDIES/SERVICES                ANALYSIS
$3,500
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 03 of 29 Pages

                            VIII-142

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A



D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II


                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                   TECHNICAL REPORT-          FEASIBILITY
A002                     STUDIES/SERVICES                 STUDIES
$5,000
- ------------------------------------------------------------
4.   AUTHORITY  (DATA  ACQUISITION  DOCUMENT  NO.)  5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-MISC-80508                                  SECTION      C-SOW
SEA 91K


- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16

- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 02 of 29 Pages
                            VIII-141

CONTRACT DATA REQUIREMENTS LIST         Form Approved
          (1 Data Item)            OMB No. 0704-0188

Public  reporting  burden for this collection of  information  is
estimated to average 110 hours per response, including  the  time
for  reviewing  instructions, searching  existing  data  sources,
gathering  and  maintaining the data needed, and  completing  and
reviewing the collection of information.  Send comments regarding
this  burden  estimate or any other aspect of this collection  of
information, including suggestions for reducing this  burden,  to
Department   of   Defense,   Washington  Headquarters   Services,
Directorate   for  Information  Operations  and   Reports,   1215
Jefferson Davis Highway, Suite 1204, Arlington VA 22202-4302  and
to  the  Office  of  Management and Budget,  Paperwork  Reduction
Project (0704-0188), Washington, DC 20503.  Please do not  return
your  form to either of these addresses.  Send completed form  to
the  Government  Issuing Contracting Officer for the  Contract/PR
No. listed in Block E.

A.  CONTRACT LINE ITEM NO.          B.  EXHIBIT                C.
CATEGORY
                                              TDP              TM
OTHER
    0002                     A
- ------------------------------------------------------------

D.  SYSTEM/ITEM           E. CONTRACT/PR NO.       F.  CONTRACTOR
17.  PRICE GROUP
        COMBAT     SYSTEMS     ENGINEERING     N00024-94-NR-91804
II
- ------------------------------------------------------------

                                                  18. ESTIMATED
1.  DATA  ITEM  NO.          2. TITLE  OF  DATA  ITEM          3.
SUBTITLE           TOTAL PRICE
                  TECHNICAL REPORT-             INTERFACE
A001                 STUDIES/SERVICES                 ASSESSMENTS
$5,000
- ------------------------------------------------------------4.
AUTHORITY   (DATA  ACQUISITION  DOCUMENT  NO.)      5.   CONTRACT
REFERENCE 6. REQUIRING OFFICE
DI-ADMI    -81373                               SECTION     C-SOW
SEA 91K
- ------------------------------------------------------------
7. DD 250 REQ       9. DIST STATEMENT      10. FREQUENCY      12.
DATE OF FIRST    14. DISTRIBUTION
                     REQUIRED        AS REQ        SUBMISSION
     LT                    SEE BLK 16                         SEE
BLK 16

- ------------------------------------------------------------
8. APP CODE         11. AS OF DATE                    13. DATE OF
                                                 SUBSEQUENT
                                          SUBMISSION
                                          SEE BLK 16

                                       A.  ADDRESSEE           B.
COPIES
                                                            DRAFT
FINAL
                                                              REG
REPRO
                                        SEE BLK 16
- ------------------------------------------------------------
16. Remarks

  Block  4:   The formal 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

- ------------------------------------------------------------
PREPARED   BY                H.   DATE        I.    APPROVED   BY
J. DATE
K.C.  Miller, SEA91K3          9-Feb-95       Edwin Wist, DM  SEA
91Q15          09 Feb 95
- ------------------------------------------------------------
DD  FORM  1423-1,  JUN 90        Previous editions  are  obsolete
Page 01 of 29 Pages
                            VIII-140

         ATTACHMENT A                  N00024-97-C-6431
                           Page 1 of 1
                         Modification P00001


          ESTIMATED                                          MAN-
FUNDED     FUNDED    FUNDED   FUNDED
ITEM       COST      FIXED FEE      CPFF      HOURS       CPFF/MH
EST.COST  FIXED FEE  CPFF     MH

0001 $ 9,867,565    $  575,124     $ 10,442,689     288,120 36.24
0001AG*$    47,246  $    2,754     $     50,000       1,380 36.24
$ 47,246  $  2,754  $50,000  1,380
0002     NSP                  NSP              NSP            N/A
N/A     NSP            NSP            NSP         N/A
0003 $ 10,193,991   $  594,991     $ 10,788,982     289,500 37.27
0004 $ 10,489,387   $  613,155     $ 11,102,542     289,500 38.35
0005 $ 10,804,056   $  632,473     $ 11,436,529     289,500 39.50
0006 $ 11,138,892   $  653,032     $ 11,791,924     289,500 40.73

TOTAL      $ 52,541,137   $3,071,529     $ 55,612,666   1,447,500
$ 47,246  $ 2,754   $ 50,000 1,380

Note:   Items with asterisk have been fully exercised  and  equal
total contract amount.

<PAGE>
<TABLE>
<S>                     <C>                  <C>
- ------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-97-C-6431                                 P00001
- ------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- ------------------------------------------------------------
0001AE            AA          1761711        8386           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- ------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497TR37235

- ------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
___________________________________________________________

3P      WCL    0    068342     2D     000000   23027  400    006D
- ------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $ 50,000.00                     N0002496PD77010 LHD-7

PAGE TOTAL     $ 50,000.00

GRAND TOTAL

- ------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/ZELMA S. PLUMMER
ZELMA PLUMMER

DATE:     06/18/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/C.L. LANCASTER
              C.L. LANCASTER 703-602-3870x410
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

JUN 23 1997
/TABLE
<PAGE>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------

1. CONTRACT NUMBER        2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-97-C-6431                                 P00001
- ------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- ------------------------------------------------------------
0003AE            AA          1761711        8386           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- ------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497TI96X46

- ------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
____________________________________________________________

3P      WCL    0    068342     2D     000000   23027  400    006D
- ------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $ 50,000.00                     N0002496PD77010 LHD-7

PAGE TOTAL     ($ 50,000.00)

GRAND TOTAL

- ------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/ZELMA S. PLUMMER
ZELMA PLUMMER

DATE:     06/18/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/C.L. LANCASTER
              C.L. LANCASTER 703-602-3870x410
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

JUN 23 1997
</TABLE>
<PAGE>
<TABLE>
<S>                     <C>                  <C>
- ------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-97-C-6431                                 P00001
- ------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- ------------------------------------------------------------
003AE             AA          1761711        8386           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- ------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497TI96X46

- ------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
____________________________________________________________

3P      WCL    0    068342     2D     000000   23027  400    006D
- ------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   ($ 50,000.00)                     N0002496PD77010 LHD-7

PAGE TOTAL     ($ 50,000.00)

GRAND TOTAL

- -----------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/ZELMA S. PLUMMER
ZELMA PLUMMER

DATE:     06/18/97


COMPTROLLER APPROVAL:


SIGNATURE

DATE:

</TABLE>
<PAGE>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- ------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00
- ------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- ------------------------------------------------------------
001AE             AA          1761711        8386           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- ------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497TR37235

- ------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
____________________________________________________________

3P      WCL    0    068342     2D     000000   23027  400    006D
- ------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $ 50,000.00                     N0002496PD77010 LHD-7

PAGE TOTAL     $ 50,000.00

GRAND TOTAL

- -----------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/ZELMA S. PLUMMER
ZELMA PLUMMER

DATE:     06/28/97


COMPTROLLER APPROVAL:


SIGNATURE


DATE:
- -----------------------------------------------------------
</TABLE>

Exhibit 10.3


          Amendments P00199 to P00205 to Prime Contract
                      No. N00024-90-C-5208.
                                
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00199                              SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54593                   7-03KF-54593
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: DIANE MINGO/SEA 02513         BUFFALO, NY 14202
PHONE: Area Code 703/602-8105, EXT. 550
- -----------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and
   ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES

                            TI-97-X17

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |            9 APR 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>

                                                 N00024-90-C-5208
                                               N00024-97-FR-54593
                                             Modification P000199
                                                      Page 2 of 3
                                                                 
     The purpose of this modification is to provide additional
funds under CLIN 0033 in the amount of $173,000.00.  Accordingly,
the contract is modified as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as follows:

<TABLE>
<S>              <C>              <C>             <C>
ITEM            EST COST         FIXED FEE       TOTAL
0033AD          161,682          11,318          173,000
</TABLE>

2.  The amount funded to date is increased by $173,000.00 from
$46,445,140.00 to a new total $46,618.00 apportioned as follows:

<TABLE>
<S>      <C>          <C>     <C>        <C>         <C>
ITEM     ESTIMATED    COM     FIXED FEE AMOUNT      CATEGORY
SUB                                                 
TOTAL     35,673,496  26,344  2,497,950  38,197,790 
                                                    
0031AA     1,199,066       0     83,935   1,283,001 O&MN
0031AB       894,528       0     62,618     957,146 RDT&E,N
OO31AC        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>
                                                                 
                                                 N00024-90-C-5208
                                               N00024-97-FR-54973
                                              Modification P00199
                                                      Page 3 of 3
                                                                 
<TABLE>
<S>       <C>         <C>      <C>       <C>         <C>
ITEM      ESTIMATED   COM      FIXED FEE AMOUNT      CATEGORY
SUB                                                  
TOTAL      40,592,505  26,344  2,842,283 43,461,132  
                                                     
0032AA      1,012,149       0     70,851  1,083,000  O&MN
0032AB        448,488       0     31,394    479,882  RDT&E,N
0032AC        130,841       0      9,159    140,000  SCN(FY91)
0032AD        126,636       0      8,864    135,500  OPN
0032AE              0       0          0          0  WPN
0032AF              0       0          0          0  APN
0032AG              0       0          0          0  FMS
0032AH              0       0          0          0  DBOF
0032AJ              0       0          0          0  OTHER
0032AK        247,664       0     17,336    265,000  SCN(FY94)
0032AL         46,729       0      3,271     50,000  SCN(FY96)
0032AM        136,314       0      9,542    145,856  RDT&E
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
033AC          46,729       0      3,271     50,000  SCN
0033AD        255,137       0     17,860    272,997  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         768,356       0     53,785    822,141  
                                                     
                                                     
SUB-TOTAL                                            
TO DATE    43,542,980  26,344  3,048,816 46,618,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00199
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AD            PW          1771810        14UQ           251
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54593
    TI-97-X17
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

SA      SDF    0    068342     2D     000000   UQ009  ETS    0000
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $173,000.00                     N0002497AF314UQ

PAGE TOTAL     $173,000.00

GRAND TOTAL    $173,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/ZELMA S. PLUMMER
Z. PLUMMER, TAD-D12

DATE:     3/3/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/E. SPAULDING
              E. SPAULDING 703-602-5000x402
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

3/26/97
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00200                           SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54597                   7-03KF-54597
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL:                               BUFFALO, NY 14202
PHONE: Area Code 703/602-8000
- -----------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and
   ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES

                            TI-97-X29

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |           24 APR 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>

                                                 N00024-90-C-5208
                                               N00024-97-FR-54597
                                             Modification P000200
                                                      Page 2 of 3
                                                                 
     The purpose of this modification is to provide additional
funds under CLIN 0033 in the amount of $300,000.00.  Accordingly,
the contract is modified as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as follows:

<TABLE>
<S>              <C>              <C>             <C>
ITEM            EST COST         FIXED FEE       TOTAL
0033AD          280,374          19,626          300,000
</TABLE>

2.  The amount funded to date is increased by $300,000.00 by
$46,618,140.00 to a new total $46,918,140.00 apportioned as
follows:

<TABLE>
<S>      <C>          <C>     <C>        <C>         <C>
ITEM     ESTIMATED    COM     FIXED FEE AMOUNT      CATEGORY
SUB                                                 
TOTAL     35,673,496  26,344  2,497,950  38,197,790 
                                                    
0031AA     1,199,066       0     83,935   1,283,001 O&MN
0031AB       894,528       0     62,618     957,146 RDT&E,N
OO31AC        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>
                                                                 
                                                 N00024-90-C-5208
                                               N00024-97-FR-54973
                                              Modification P00199
                                                      Page 3 of 3
                                                                 
<TABLE>
<S>       <C>         <C>      <C>       <C>         <C>
ITEM      ESTIMATED   COM      FIXED FEE AMOUNT      CATEGORY
SUB                                                  
TOTAL      40,592,505  26,344  2,842,283 43,461,132  
                                                     
0032AA      1,012,149       0     70,851  1,083,000  O&MN
0032AB        448,488       0     31,394    479,882  RDT&E,N
0032AC        130,841       0      9,159    140,000  SCN(FY91)
0032AD        126,636       0      8,864    135,500  OPN
0032AE              0       0          0          0  WPN
0032AF              0       0          0          0  APN
0032AG              0       0          0          0  FMS
0032AH              0       0          0          0  DBOF
0032AJ              0       0          0          0  OTHER
0032AK        247,664       0     17,336    265,000  SCN(FY94)
0032AL         46,729       0      3,271     50,000  SCN(FY96)
0032AM        136,314       0      9,542    145,856  RDT&E
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
033AC         327,103       0     22,897    350,000  SCN
0033AD        255,137       0     17,860    272,997  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       1,048,730       0     73,411  1,122,141  
                                                     
                                                     
SUB-TOTAL                                            
TO DATE    43,823,354  26,344  3,068,442 46,918,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00200
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AC            PY          1761711        8317           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54597
    TI #97-X29
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

WA      WTL    0    068342     2D     000000   07207  400    0000
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $300,000.00                     N0002496AF28317

PAGE TOTAL     $300,000.00

GRAND TOTAL    $300,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/JAN PAUL HOPE
JAN PAUL HOPE (PMS317F)

DATE:     3/3/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/V. JEFFERSON
              V. JEFFERSON 703-602-3130x212
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

4/14/97
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00201                           SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54606                   7-03KF-54606
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: DIANE MINGO/SEA 02513        BUFFALO, NY 14202
PHONE: Area Code 703/602-8105 ext. 550
- -----------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and
   ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES

                            TI-97-X07

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |           24 APR 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>

                                                 N00024-90-C-5208
                                               N00024-97-FR-54606
                                              Modification P00201
                                                      Page 2 of 3
                                                                 
     The purpose of this modification is to provide additional
funds under CLIN 0033 in the amount of $240,000.00.  Accordingly,
the contract is modified as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as follows:

<TABLE>
<S>              <C>              <C>             <C>
ITEM            EST COST         FIXED FEE       TOTAL
0033AD          224,299          15,701          240,000
</TABLE>

2.  The amount funded to date is increased by $240,000.00 by
$46,918,140.00 to a new total $47,158,140.00 apportioned as
follows:

<TABLE>
<S>      <C>          <C>     <C>        <C>         <C>
ITEM     ESTIMATED    COM     FIXED FEE AMOUNT      CATEGORY
SUB                                                 
TOTAL     35,673,496  26,344  2,497,950  38,197,790 
                                                    
0031AA     1,199,066       0     83,935   1,283,001 O&MN
0031AB       894,528       0     62,618     957,146 RDT&E,N
OO31AC        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>
                                                                 
                                                 N00024-90-C-5208
                                               N00024-97-FR-54606
                                              Modification P00201
                                                      Page 3 of 3
                                                                 
<TABLE>
<S>       <C>         <C>      <C>       <C>         <C>
ITEM      ESTIMATED   COM      FIXED FEE AMOUNT      CATEGORY
SUB                                                  
TOTAL      40,592,505  26,344  2,842,283 43,461,132  
                                                     
0032AA      1,012,149       0     70,851  1,083,000  O&MN
0032AB        448,488       0     31,394    479,882  RDT&E,N
0032AC        130,841       0      9,159    140,000  SCN(FY91)
0032AD        126,636       0      8,864    135,500  OPN
0032AE              0       0          0          0  WPN
0032AF              0       0          0          0  APN
0032AG              0       0          0          0  FMS
0032AH              0       0          0          0  DBOF
0032AJ              0       0          0          0  OTHER
0032AK        247,664       0     17,336    265,000  SCN(FY94)
0032AL         46,729       0      3,271     50,000  SCN(FY96)
0032AM        136,314       0      9,542    145,856  RDT&E
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        224,299       0     15,701    240,000  O&MN
0033AB        200,935       0     14,065    215,000  RDT&E,N
033AC         327,103       0     22,897    350,000  SCN
0033AD        255,137       0     17,860    272,997  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       1,273,029       0     89,112  1,362,141  
                                                     
                                                     
SUB-TOTAL                                            
TO DATE    44,047,653  26,344  3,084,143 47,158,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00201
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AA            PX          1771804        8B5B           000
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54606
    TI-97-X07
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

SM      914    0    068342     2D     000000   15B79  000    PS30
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $240,000.00                     N0002497PDF5B70

PAGE TOTAL     $240,000.00

GRAND TOTAL    $240,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/JAN PAUL HOPE
JAN PAUL HOPE (PMS317F)

DATE:     4/2/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/T. MILES
              T. MILES 703-602-9151x401
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

4/1/97
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00202                          SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54609                   7-03KF-54609
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: K. HENRY/SEA 0251K            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.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES
                                
                            TI-97-X28

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |           2 MAY 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>

                                                 N00024-90-C-5208
                                               N00024-97-FR-54609
                                              Modification P00202
                                                      Page 2 of 3
                                                                 
     The purpose of this modification is to provide additional
funds under CLIN 0033 in the amount of $180,000.00.  Accordingly,
the contract is modified as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as follows:

<TABLE>
<S>              <C>              <C>             <C>
ITEM            EST COST         FIXED FEE       TOTAL
0033AD          168,224          11,776          180,000
</TABLE>

2.  The amount funded to date is increased by $180,000.00 by
$47,158,140.00 to a new total $47,338,140.00 apportioned as
follows:

<TABLE>
<S>      <C>          <C>     <C>        <C>         <C>
ITEM     ESTIMATED    COM     FIXED FEE AMOUNT      CATEGORY
SUB                                                 
TOTAL     35,673,496  26,344  2,497,950  38,197,790 
                                                    
0031AA     1,199,066       0     83,935   1,283,001 O&MN
0031AB       894,528       0     62,618     957,146 RDT&E,N
OO31AC        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>
                                                                 
                                                 N00024-90-C-5208
                                               N00024-97-FR-54609
                                              Modification P00202
                                                      Page 3 of 3
                                                                 
<TABLE>
<S>       <C>         <C>      <C>       <C>         <C>
ITEM      ESTIMATED   COM      FIXED FEE AMOUNT      CATEGORY
SUB                                                  
TOTAL      40,592,505  26,344  2,842,283 43,461,132  
                                                     
0032AA      1,012,149       0     70,851  1,083,000  O&MN
0032AB        448,488       0     31,394    479,882  RDT&E,N
0032AC        130,841       0      9,159    140,000  SCN(FY91)
0032AD        126,636       0      8,864    135,500  OPN
0032AE              0       0          0          0  WPN
0032AF              0       0          0          0  APN
0032AG              0       0          0          0  FMS
0032AH              0       0          0          0  DBOF
0032AJ              0       0          0          0  OTHER
0032AK        247,664       0     17,336    265,000  SCN(FY94)
0032AL         46,729       0      3,271     50,000  SCN(FY96)
0032AM        136,314       0      9,542    145,856  RDT&E
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        224,299       0     15,701    240,000  O&MN
0033AB        200,935       0     14,065    215,000  RDT&E,N
033AC         495,327       0     34,673    530,000  SCN
0033AD        255,137       0     17,860    272,997  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       1,441,253       0    100,888  1,542,141  
                                                     
                                                     
SUB-TOTAL                                            
TO DATE    44,215,877  26,344  3,095,919 47,338,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00202
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AC            PZ          1761711        8317           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54609
    TI #97-X28
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

WA      WTL    0    068342     2D     000000   07207  400    0000
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $180,000.00                     N0002496AF28317

PAGE TOTAL     $180,000.00

GRAND TOTAL    $180,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/JAN PAUL HOPE
JAN PAUL HOPE (PMS317F)

DATE:     3/3/97


COMPTROLLER APPROVAL:


SIGNATURE     /S/V. JEFFERSON
              V. JEFFERSON 703-602-3130x212
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

5/1/97
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00203                                 SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54621                    7-03KF-54621
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: MARLO THOMAS/0251             BUFFALO, NY 14202
PHONE: Area Code 703/602-8000
- -----------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and
   ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES

                            TI-97-X30

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |            24 JUN 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
<PAGE>
                                                                 
                                                                 
                                                 N00024-90-C-5208
                                               N00024-97-FR-54621
                                              Modification P00203
                                                      Page 2 of 3


     The purpose of this Modification are to:
         (a) create new Subline Items 0033AL, 0033AM and
         (b) provide additional funds under CLIN 0033 in the
            amount of $610,000.00

     Accordingly, the contract is modified as follows:

1.  Under SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS, is
restated adding the
following subline Items.

0033AL - U.S. Navy Shipbuilding/overhaul programs authorized for
funding with
         SCN appropriations (SCN) (FY91)

0033AM - U.S. Navy Shipbuilding/overhaul programs authorized for
funding with
         SCN appropriations (SCN) (FY94)

2.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as
follows:


</TABLE>
<TABLE>
      <S>            <C>         <C>            <C>
                     EST         FIXED
       ITEM          COST        FEE            TOTAL

      0033AC         163,551     11,449         175,000
      0033AL          56,075      3,925          60,000
      0033AM         350,467     24,533         375,000
                     570,093     39,907         610,000
</TABLE>

3.  The amount funded to date, per the attached financial
accounting data sheet, is increased by $610,000.00 by
$47,338,140.00 to $47,948,140.00 apportioned as follows:

<TABLE>
<S>       <C>         <C>       <C>        <C>         <C>
 ITEM     ESTIMATED    COM    FIXED FEE    AMOUNT      CATEGORY
               COST
SUB                                                  
TOTAL    35,673,496   26,344   2,497,950  38,197,790 
                                                     
0031AA    1,199,066        0      83,935   1,283,001 O&MN
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                     0       9,813     150,000 SCN(FY95)
            140,187
TOTAL     4,919,009              344,333   5,263,342 
                           0
                                                     
                                                     
                                                     
                                                     
TOTAL    40,592,505   26,344   2,842,283  43,461,132 
</TABLE>
<PAGE>


                                                 N00024-90-C-5208
                                               N00024-97-FR-54621
                                              Modification P00203
                                                      Page 3 of 3


<TABLE>
<S>       <C>          <C>     <C>        <C>         <C>
 ITEM     ESTIMATED    COM    FIXED FEE    AMOUNT      CATEGORY
               COST
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      224,299        0     15,701     240,000  O&MN
0033AB      200,935        0     14,065     215,000  RDT&E,N
0033AC      658,878        0     46,122     705,000  SCN(FY96)
0033AD      255,137        0     17,860     272,997  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
0003AK      265,555        0     18,589     284,144  RDT&E,(ETS)
0033AL       56,075        0      3,925      60,000  SCN(FY91)
0033AM      350,467        0     24,533     375,000  SCN(FY94)
TOTAL     2,011,346             140,795   2,152,141  
                           0
                                                     
                                                     
                                                     
SUB-                                                 
TOTAL
TO DATE  44,785,970   26,344  3,135,826  47,948,140  
</TABLE>

(i) The total estimated amount of this contract is $48,347,112
($45,187,867 estimated cost, and $3,159,245 fixed fee).

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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00203
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AL            EP          1711611        8386           252

0033AM            KE          1741611        8386           252

0033AC            PH          1761711        8386           252

<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54621
    TI97X30
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

WB      WCL    0    068342     2D     000000   21879  429    0010

WB      WCL    0    068342     2D     000000   22202  429    001A

WB      WCL    0    068342     2D     000000   23027  400    001A
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $60,000.00                      N0002491D77007
                                        (LHD 5)

  $375,000.00                      N0002494PD77027
                                        (LHD 6)

  $175,000.00                      N0002496PD77025
                                        (LHD 7)

PAGE TOTAL     $610,000.00

GRAND TOTAL

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/MARVIN C. ANTHONY


DATE:     5-9-97


COMPTROLLER APPROVAL:


SIGNATURE     /S/V. JEFFERSON
              V. JEFFERSON 703-602-3130x212
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

6/19/97
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00204                                 SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54628                       7-03KF-54628
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: K. HENRY/SEA-0251K            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.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                | X |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a)By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                          SEE ATTACHED PAGES

                            TI-97-X24

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/MELVIN G. JONES, LDCR, SC, USN
- -----------------------------------------------------------------
(Signature of Contracting officer)   |            24 JUN 97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
<PAGE>




                                                           N00024-
                                                        90-C-5208
                                               N00024-97-FR-54628
                                              Modification P00204
                                                      Page 2 of 3


     The purpose of this Modification is to provide additional
funds under CLIN
0033AB in the amount OF $50,000.00.  Accordingly, the contract is
modified
as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as
follows:


</TABLE>
<TABLE>
       <S>           <C>         <C>            <C>
                     EST         FIXED
       ITEM          COST        FEE            TOTAL

      0033AB         46,729      3,271          50,000
</TABLE>

2.  The amount funded to date is increased by $50,000.00 by
$47,948,140.00 to a
new total $47,998,140.00 apportioned as follows:

<TABLE>
<S>       <C>          <C>     <C>        <C>          <C>
 ITEM     ESTIMATED    COM    FIXED FEE    AMOUNT      CATEGORY
               COST
SUB                                                  
TOTAL    35,673,496   26,344  2,497,950  38,197,790  
                                                     
0031AA    1,199,066        0     83,935   1,283,001  O&MN
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                     0      9,813     150,000  SCN(FY95)
            140,187
TOTAL     4,919,009             344,333   5,263,342  
                           0
                                                     
                                                     
                                                     
                                                     
TOTAL    40,592,505   26,344  2,842,283  43,461,132  
</TABLE>
<PAGE>

                                                 N00024-90-C-5208
                                                 N00024-97-FR-
54628
Modification P00204
                                                 Page 3 of 3


<TABLE>
<S>        <C>        <C>      <C>        <C>         <C>
 ITEM     ESTIMATED    COM    FIXED FEE    AMOUNT      CATEGORY
               COST
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      224,299        0     15,701     240,000  O&MN
0033AB      247,664        0     17,336     265,000  RDT&E,N
0033AC      658,878        0     46,122     705,000  SCN(FY96)
0033AD      255,137        0     17,860     272,997  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
0003AK      265,555        0     18,589     284,144  RDT&E,(ETS)
0033AL       56,075        0      3,925      60,000  SCN(FY91)
0033AM      350,467        0     24,533     375,000  SCN(FY94)
TOTAL     2,058,075             144,066   2,202,141  
                           0
                                                     
                                                     
                                                     
SUB-                                                 
TOTAL
TO DATE  44,832,699   26,344  3,139,097  47,998,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00204
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0033AB            PV          1771319        1450           252
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497TIX2400
    N0002497TI-X01
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

SA      SDF    0    068342     2D     980360   U2039  000    0010
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $50,000.00                      N0002497AF11450

PAGE TOTAL     $50,000.00

GRAND TOTAL    $50,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/M.O. DRISCOLL


DATE:


COMPTROLLER APPROVAL:


SIGNATURE     /S/C.L. LANCASTER
              C.L. LANCASTER 703-602-3870x410
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

JUN 20 1997
- -----------------------------------------------------------
</TABLE>
<PAGE>
<TABLE>
<S>                                                   <C>
- -----------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- -----------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00205                              SEE BLK 16C.

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N00024-97-FR-54634                    7-03KF-54634
- -----------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
                                                   CODE  S3305A

NAVAL SEA SYSTEMS COMMAND                   DCMAO BUFFALO
2531 JEFFERSON DAVIS HIGHWAY                1103 FEDERAL BUILDING
ARLINGTON VA 22242-5160                     111 W. HURON STREET
BUYER/SYMBOL: MARLO THOMAS/02513T           BUFFALO, NY 14202
PHONE: Area Code 703/602-8000
- -----------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and
   ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |---------------------------
CEC NO: 789995610               |   |9B.  DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |---------------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00024-90-C-5208
                                |   |---------------------------
TIN NO: 16-1411419              |   |10B.  DATED (SEE ITEM 13)
- --------------------------------|   |        90 MAR 30
 CODE OTTJ6 |  FACILITY CODE    |   |

     11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and
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
     SEE ATTACHED FINANCIAL ACCOUNTING DATA SHEETS
- -----------------------------------------------------------------
13.  THIS ITEM APPLIES ONLY TO MODIFICATIONS OF
    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
     |    REFLECT 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:
     |
- -----------------------------------------------------------------
     | 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 (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)


                                SEE PAGE 2

                            TI-97-X31

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)
          LDCR MELVIN G. JONES
          CONTRACTING OFFICER
- -----------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                    15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA       |        16C.  DATE SIGNED
      By /s/ANN VAN HOUTEN
      ANN VAN HOUTEN
      CONTRACTING OFFICER
- -----------------------------------------------------------------
(Signature of Contracting officer)   |            7/10/97
- -----------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>


                                                           N00024-
90-C-5208
                                                           N00024-
97-FR-54634
Modification P00205
                                                           Page 2
of 3


     The purpose of this Modification is to provide additional
funds under CLIN
0033AK in the amount OF $16,000.00.  Accordingly, the contract is
modified
as follows:

1.  Funding under Clause H-2 ALLOCATION AND ALLOTMENT OF FUNDS is
increased as
follows:

<TABLE>
       <S>           <C>         <C>            <C>
                     EST         FIXED
       ITEM          COST        FEE            TOTAL

      0033AK         14,953      1.047          16,000
</TABLE>

2.  The amount funded to date is increased by $16,000.00 by
$47,998,140.00 to a
new total $48,014,140.00 apportioned as follows:

<TABLE>
 <S>         <C>      <C>        <C>        <C>        <C>
 ITEM     ESTIMATED    COM    FIXED FEE    AMOUNT      CATEGORY
               COST
SUB                                                  
TOTAL    35,673,496   26,344  2,497,950  38,197,790  
                                                     
0031AA    1,199,066        0     83,935   1,283,001  O&MN
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                     0      9,813     150,000  SCN(FY95)
            140,187
TOTAL     4,919,009             344,333   5,263,342  
                           0
                                                     
                                                     
                                                     
                                                     
TOTAL    40,592,505   26,344  2,842,283  43,461,132  

</TABLE>
<PAGE>


                                                 N00024-90-C-5208
                                               N00024-97-FR-54634
                                              Modification P00205
                                                Page 3 of 3

<TABLE>
<S>       <C>          <C>         <C>      <C>         <C>
 ITEM     ESTIMATED   COM    FIXED FEE    AMOUNT       CATEGORY
               COST
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      224,299       0     15,701      240,000  O&MN
0033AB      247,664       0     17,336      265,000  RDT&E,N
0033AC      658,878       0     46,122      705,000  SCN(FY96)
0033AD      255,137       0     17,860      272,997  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
0003AK      280,508       0     19,636      300,144  RDT&E,(ETS)
0033AL       56,075       0      3,925       60,000  SCN(FY91)
0033AM      350,467       0     24,533      375,000  SCN(FY94)
TOTAL     2,073,028            145,113    2,218,141  
                          0
                                                     
                                                     
                                                     
SUB-                                                 
TOTAL
TO DATE  44,847,652  26,344  3,140,144   48,014,140  
</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>
<TABLE>
<S>                     <C>                  <C>
- -----------------------------------------------------------------

             FINANCIAL ACCOUNTING DATA SHEET - NAVY
- -----------------------------------------------------------------

1. CONTRACT NUMBER          2. SPIN          3. MOD (CRITICAL)
    (CRITICAL)

  N00024-90-C-5208                                 P00205
- -----------------------------------------------------------------
5.          6.  LINE OF ACCOUNTING

CLIN/SLIN       A. ACRN    B. APPROPRI-   C. SUBHEAD      D. OBJ
                CRITICAL      ATION          (CRITICAL)      CLA
                             (CRITICAL)
- -----------------------------------------------------------------
0031AK            PN          1771319        84TA           251
<S>                                 <C>


                  FINANCIAL ACCOUNTING DATA SHEET -- Continued
- -----------------------------------------------------------------
4. PR NUMBER                                 PAGE 1 OF 1
    N0002497FR54634
    TI-97-X31
- -----------------------------------------------------------------
E.       F.     G.    H.        I.      J.       K.
PARM   RFM    SA    AAA       TT      PAA      COST CODE
                   (CRITICAL)                  PROJ          PDLI
                                               UNIT   MCC   & SUF
_________________________________________________________________

SA      S3K    0    068342     2D     980360   S0164  ETS    ETS0
- -----------------------------------------------------------------
7.   AMOUNT (CRITICAL)             NAVY INTERNAL USE ONLY
                                   REF COD/ACRN

   $16,000.00                      N0002497AF184TA
                                   PE63582N

PAGE TOTAL     $16,000.00

GRAND TOTAL    $16,000.00

- -----------------------------------------------------------------

PREPARED/AUTHORIZED BY:

/S/JAMES S. EGELAND
JAMES S. EGELAND, SEA 03KQ1

DATE:


COMPTROLLER APPROVAL:


SIGNATURE     /S/J.L. PRITCHETT
              J.L. PRITCHETT
              BY DIRECTION OF
              CAPT. V.H. ACKLEY
              DEPUTY COMMANDER/COMPTROLLER

DATE:

7/8/97
- -----------------------------------------------------------
</TABLE>


                          Exhibit 10.4
                       Amendment P00014 to
              Prime Contract No. N000123-94-D-0033
                                
<PAGE>
<TABLE>
<S>                                                   <C>
- ------------------------------------------------------------
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1. CONTRACT ID CODE                    PAGE OF PAGES
         U                               1       3
- ------------------------------------------------------------
2.   AMENDMENT/MODIFICATION NO.           3. EFFECTIVE DATE
         P00014                               25 JUN 1997

4. REQUISITION/PURCHASE REQ. NO.            5. PROJECT NO.
      N/A
- ------------------------------------------------------------
6. ISSUED BY CODE N00024 7. ADMINISTERED BY(If other than Item 6)
CODE  S3305A

Research and Engineering             DCMAO Syracuse
  Contracts Competency               615 Erie Boulevard
NAWCWPNS Code 216000E                West Suite 200
Point Mugu, CA 93042-5000            Syracuse, NY 13204-2408
James Douglas, (805) 989-1915
- ------------------------------------------------------------
8.   NAME AND ADDRESS OF CONTRACTOR (No., street, county, State
  and ZIP Code)
                                |(X)|9A. AMENDMENT OF
                                |   |    SOLICITATION NO.
                                |   |-----------------------
                                |   |9B. DATED (SEE ITEM 11)
                                |   |
COMPTEK FEDERAL SYSTEMS, INC.   |   |-----------------------
2732 TRANSIT ROAD               |   |10A. MODIFICATION OF
BUFFALO, NY 14224-2523          |   |     CONTRACT/ORDER NO.
                                |   |     N00123-94-D-0033
                                |   |-----------------------
                                |   |10B. DATED(SEE ITEM 13)
- --------------------------------|   |        29 APR 1994
 CODE OTTJ6 |  FACILITY CODE    |   |

11. THIS ITEM ONLY APPLIES TO AMENDMENT OF SOLICITATIONS

[   ] The above numbered solicitation is amended as set forth in
Item 14.  The hour and date specified for receipt of Offer [   ]
is extended, [  ] is not extended. Offers must acknowledge
receipt of this amendment prior to the hour and date specified in
the solicitation or as amended, by one of the following methods:
(a) By competing 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 ACKNOWLEDGMENT 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 and 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)
     N/A
- ------------------------------------------------------------
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
     |    REFLECT THE ADMINISTRATIVE
     |    CHANGES (such as changes in paying  office,
     |    appropriation date, etc.) SET FORTH
     |    IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR
     |    3,103(b).
- ------------------------------------------------------------
     | C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO
     |    PURSUANT TO AUTHORITY OF:
     |
- ------------------------------------------------------------
     | D. OTHER (Specify type of modification and authority)
 x   |    MUTUAL AGREEMENT OF THE PARTIES
     |
- ------------------------------------------------------------
E.   IMPORTANT: Contractor [X] is not, [  ] is required to sign
  this document and return __ copies to the issuing office.

- ------------------------------------------------------------
14.  DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF
  section headings, including solicitation/contract subject matter
  where feasible.)

THE PURPOSE OF THIS MODIFICATIONS IS TO INCORPORATE A REVISED DD
FORM 254 (ATTACHMENT 3) DATED 8 JANUARY 1997 (W/ATTACHMENTS) INTO
THE BASIC CONTRACT.  REVISION NO. 1 SUPERSEDES ALL PREVIOUS
VERSIONS.

SECTION I - ADD CLAUSES 252.239-7016 TELECOMMUNICATIONS
            SECURITY EQUIPMENT, DEVICES, TECHNIQUES, (DEC
            1991)

            252.239-7000 PROTECTION AGAINST COMPROMISING
            EMANATIONS (DEC 1001)

                    SEE FOLLOWING PAGE(S)


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)
          H.G. KELLEY, CONTRACTING OFFICER
- ------------------------------------------------------------
15B.  CONTRACTOR/OFFEROR                 15C.  DATE SIGNED


Signature of person authorized to sign

16B.  UNITED STATES OF AMERICA           16C.  DATE SIGNED
      By /s/H. G. KELLEY
- ------------------------------------------------------------
(Signature of Contracting officer)   |            25 JUN 97
- ------------------------------------------------------------
PREVIOUS EDITION UNUSABLE          30-105
STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA
</TABLE>
<PAGE>



                                                 N00123-94-D-0033
                                                           P00014
                                                      PAGE 2 OF 3
The  following  clauses are hereby incorporated  into  the  basic
contract:

252.239-7000 PROTECTION AGAINST COMPRISING EMANATIONS (Dec. 1991)

(a)  The Contractor shall provide or use only computer equipment,
as  specified by the Government, that has been accredited to meet
the appropriate security requirements of--

(1)  The  National  Security  Agency National  TEMPEST  Standards
(NACSEM  No.  5100  or  NACSEM No. 5100A,  Comprising  Emanations
Laboratory Test Standard, Electromagnetics (U); or

(2) Other standard specified by this contract.

  (b)  Upon  request of the Contracting Officer,  the  Contractor
shall provide documentation supporting the accreditation.

  (c)   The  government  may,  as  part  of  its  inspection  and
acceptance, conduct additional tests to ensure that equipment  or
systems  delivered  under  this  contract  satisfy  the  security
standards specified.  The Government may conduct additional tests-
- -

 (1)  At the installation site or contractor's facility.

  (2)   Notwithstanding the existence of valid accreditations  of
equipment prior to the award of this contract.

  (d)  Unless  otherwise  provided in  this  contract  under  the
Warranty  of  Supplies  or  Warranty  of  Systems  and  Equipment
clauses,   the  Contractor  shall  correct  or  replace  accepted
equipment or systems found to be deficient within one year  after
proper installations.

  (1)   The correction or replacement shall be at no cost to  the
Government.

 (2)  Should a modification to the delivered equipment be made by
the  Contractor, the one year period applies to the  modification
upon its proper installation.

  (3)   This paragraph (d) applies regardless of f.o.b. point  or
the point of acceptance of the deficient equipment/systems.

252.239-7016   TELECOMMUNICATIONS  SECURITY  EQUIPMENT,  DEVICES,
TECHNIQUES, AND SERVICES (DEC. 1991)

 (a)  Definitions.  As used in this clause--

  (1)   Securing  means  the application  of  Government-approved
telecommunications  security equipment, devices,  techniques,  or
services to contractor telecommunications systems.

  (2)   Sensitive  information means any  information  the  loss,
misuse,  or  modification  of which, or unauthorized  access  to,
could  adversely affect the national interest or the  conduct  of
Federal  programs,  or  the  privacy to  which   individuals  are
entitled under 5 U.S.C. 552a (the Privacy Act), but which has not
been  specifically  authorized under criteria established  by  an
Executive  Order  or  Act of Congress to be kept  secret  in  the
interest of national defense or foreign policy.

  (3)   Telecommunications systems means voice, record, and  data
communications,  including  management  information  systems  and
local  data networks that connect to external transmission media,
when   employed   by   Government  agencies,   contractors,   and
subcontractors to transmit--





                                                 N00123-94-D-0033
                                                           P00014
                                                      PAGE 3 OF 3

(i)  Classified or sensitive information;
(
ii)   Matters   involving  intelligence  activities,  cryptologic
activities related to national security, the command and  control
of  military forces, or equipment that is an integral part  of  a
weapon or weapons system; or

(iii)  Matters critical to the direct fulfillment of military  or
intelligence missions.

(b)    This   solicitation/contract  identifies   classified   or
sensitive    information    that   requires    securing    during
telecommunications   and  requires  the  Contractor   to   secure
telecommunications  systems.   The Contractor  agrees  to  secure
information and systems at the following location:
         (Comptek's Camarillo Facility)
         
 (c)  To provide the security, the Contractor shall use Government-
   approved telecommunications equipment, devices, techniques, or
   services.  A list of the approved equipment, etc. may be obtained
   from the Contracting Officer.  Equipment, devices, techniques, or
   services  used  by  the  Contractor  must  be  compatible   or
   interoperable with STU III telephones.
 
 (d)   Except as may be provided elsewhere in this contract,  the
 Contractor   shall   furnish  all  telecommunications   security
 equipment,   devices,  techniques,  or  services  necessary   to
 perform  this  contract.   The Contractor  must  meet  ownership
 eligibility  conditions  for communications  security  equipment
 designated as controlled cryptographic items.
 
   (e)   The  Contractor agrees to include this clause, including
 this  paragraph (e), in all subcontracts which require  securing
 telecommunications.
 
 ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.
 
 
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  E;ECTRONIC COMBAT MISSION CONTRACT
 ----------------------------------------------------------10   a
 - COMSEC:
 
 Local  Holder Account will be established, access at User Agency
 only.
 
 Use  of  STU-III for transmission of classified and/or sensitive
 unclassified U.S. Government information is required.  A  COMSEC
 account  will  be  required.  Government will furnish  equipment
 for the duration of this DD 254.
 
 Detailed  guidance for COMSEC information concerning  briefings,
 markings,  controls, security clearances, access  authorization,
 etc.  are set forth in DOD Supplement 5220.22-S-1, Subj:  COMSEC
 Supplement  to  ISM  and  National Industrial  Security  Program
 Operating Manual (NISPOM).
 
 Contractor  personnel who are granted access to COMSEC  material
 must  be  U.S.  Citizens and have been granted a final  security
 clearance  by  the  Government (contractor granted  CONFIDENTIAL
 clearances  are  not  valid  for  access  to  classified  COMSEC
 information),  and have a need-to-know as defined  in  paragraph
 3b.  ISM
 
 U.S.  cryptographic equipment inventory information, as well  as
 the  systems  and manner in which each particular  equipment  is
 used,  will be classified CONFIDENTIAL.  Publication or release,
 of   any  related  COMSEC  information  by  any  means,  by  the
 commercial   firm,  without  prior  written  approval   of   the
 contracting office is prohibited.
 
 The  clearance of facility security officers, COMSEC custodians,
 and   alternate  COMSEC  custodians  must  be  predicted  on   a
 favorable background investigation current within five years.
 
 All  individuals  provided access to  COMSEC  material  must  be
 briefed at least annually regarding the unique nature of  COMSEC
 material  and  their security responsibilities to safeguard  and
 control it.
 
 Immigrant  aliens  are  not eligible for  access  to  classified
 COMSEC  information.   Information  on  this  contract  is   not
 releasable   to  foreign  nations  or  possessing   "Reciprocal"
 clearances (foreign nationals as well).
 
 All  individuals who maintain Government cryptographic equipment
 (TSEC)  must  receive  formal  NSA-approved  training  on   such
 equipment.
 
 ALL COMSEC ASSESS ABOARD NAWC-WPNS, PT. MUGU MUST BE
 COORDINATED WITH CMS RESPONSIBILITY OFFICE, CODE 742200E.
 
 SUBCONTRACTING:
 
 Classified  COMSEC  information shall  not  be  disclosed  to  a
 potential  subcontractor nor shall the contractor  negotiate  or
 award  a  subcontract  requiring the  disclosure  of  classified
 COMSEC  information without the prior written  approval  of  the
 contracting officer.
 
                                
                           Page 3 of 9
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 ----------------------------------------------------------
 SUBCONTRACTING (cont.)
 ----------------------
 
 TEMPEST  security requirements are in addition to  the  National
 Industrial   Security   Program   Operating   Manual   (NISPOM).
 Attachment   #1  requirements  are  imposed  if  any  electrical
 processing  of  information classified at  the  SECRET-  SPECIAL
 CATEGORY or higher level is required in the performance of  this
 contract.   For  additional security requirements for  automatic
 data  processing  (ADP),  refer to DOD 5220.22-M,  the  National
 Industrial  Security Program Operating Manual (NISPOM),  Chapter
 8  and  Chapter 11, Section 1.  Public release is not authorized
 for  Tempest security information or requirements.  User  Agency
 approval is required prior to subcontracting.
 
 All  technical data provided to the contractor by the Government
 will be protected from public disclosure in accordance with  the
 markings  contained thereon.  All other information relating  to
 the  items  to  be  delivered or services to be performed  under
 this  contract  may not be disclosed by any means without  prior
 approval  of  the  authorized representative of the  Contracting
 Officer.   Dissemination or public disclosure  includes  but  is
 not  limited  to  ,  permitting access to  such  information  by
 foreign  nationals or by any person or entity;   publication  of
 technical  or  scientific  papers;   advertising  or  any  other
 proposed  public release.  The contractor shall provide adequate
 physical  protection  to  such information  so  as  to  preclude
 access  by  any person or entity not authorized such  access  by
 the Government.
 
 10 b & d - RESTRICTED DATA AND FORMERLY RESTRICTED DATA:
 --------------------------------------------------------
 
 Access  to  restricted data and/or formerly restricted  data  is
 required  in  the performance of this contract  and  requires  a
 final  U.S. Government clearance at the appropriate level, need-
 to-know,   and  shall  be  in  accordance  with  DOD  5220.22-M,
 National  Industrial Security Program Operating Manual (NISPOM),
 Chapter 9,  Section 1.  User Agency approval is required.
 10 e - INTELLIGENCE MATERIAL:
 -----------------------------
 
 Contractor  will  comply  with the  following  requirements  for
 access to Intelligence Material:
 
     a.   The  material  does  not become  the  property  of  the
 contractor  and  may be withdrawn at any time.  Upon  expiration
 of  the  contract,  all intelligence released and  any  material
 using  data  from  the  intelligence will  be  returned  to  the
 contracting  officer  or  authorized  representative  for  final
 disposition.  Only with prior authorization from the  Commander,
 Office  of Naval Intelligence (ONI-5) may the contractor  retain
 the material.
 
     b.   Contractors will not release the intelligence materials
 to  any activity or person of the contractor's organization  not
 directly engaged in providing services under the contract or  to
 another   contractor   (including  subcontractors),   Government
 agency,  private  individual,  or  organization  without   prior
 approval  of the Commander,  Office of Naval Intelligence  (ONI-
 5).
 
 
                                
                                
                                
                           Page 4 of 9
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 ----------------------------------------------------------
 10.e  continued:
 
     c.   Intelligence material will not be released  to  foreign
 nationals  or immigrants who may be employed by the  contractor,
 regardless  of the level of their security clearance  or  access
 authorization,   except  with  the specific  permission  of  the
 Commander, Office of Naval Intelligence (ONI-5).
 
     d.   Intelligence  material will not be  reproduced  without
 prior  approval  of the Commander, Office of Naval  Intelligence
 (ONI-5).   All  intelligence material shall bear  a  prohibition
 against reproduction while in the custody of the contractor.
 
     e.  Contractors will maintain records which will permit them
 to  furnish, on demand, the names of individuals who have access
 to intelligence materials in their custody.
 
     f.   For  all work performed aboard NAWC-WPNS, the reference
 security regulation will be the OPNAVINST 5510.1 series.
 
     g.  IWSD laboratory Security Guidelines will be followed.
 
     h.   Contractor personnel requiring/requesting access to the
 TERPES   &   TAMPS   Laboratory  at  NAVAL  AIR  WARFARE-WEAPONS
 DIVISION,   Pt.   Mugu,  CA.  must  have  prior   approval   and
 certification  of  need  to  know by  the  designated  approving
 authority, NAWC-WPNS, PT. MUGU.
 
     i.    Destruction  of  Classified  materials  by  Contractor
 personnel is not authorized.
 
     j.   See attachment #2,  DCID 1/7, "Security Controls on the
 dissemination of intelligence information, dated 12  April  1995
 (eliminates the control words NOCONTRACT and WNINTEL).
 
     k.  SPECIAL COMPARTMENTED INFORMATION (SCI):
 
     Refer to attached #5 information guide.
 
 10. f. SPECIAL ACCESS REQUIREMENTS
 ---------------------------------------------------------
 
       The  SAP  qualifies as a "Carve out" and  is  outside  the
 responsibility of the Cognizant Security Office.
 
       This contract requires that specified contractor employees
 be  granted access to information designated as "Special  Access
 Information".   Access will be at User Agency  site  (Commander,
 Naval  Air  Warfare Center - Weapons Division,  Point  Mugu,  CA
 93042-5001).
 
     User   Agency   will   assume   Security/briefing/inspection
 responsibility.
                                
                           Page 5 of 9
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 ----------------------------------------------------------10.f.
 SPECIAL ACCESS REQUIREMENTS (cont.)
 ------------------------------------------
        Additional   guidance   for  physical,   personnel,   and
 information  security  measures will be  provided  by  the  User
 Agency.
 
     Further guidance will be provided on an as required basis.
 
     Any   documentation  generated  under  this  contract  which
 contains  classified information will be marked as  per  source,
 and in accordance with the Industrial Security Manual (ISM).
 
     Retention  of  classified  documentation  received/generated
 under  the terms of this contract is authorized for the duration
 of  the  contract  period.  Upon completion  of  the  contracted
 effort,  further  retention approval must be obtained  from  the
 Contracting Officer.
 
     Contractor  will  perform in accordance  with  the  National
 Industrial  Security  program  Operating  Manual  (NISPOM),  DOD
 5220.22M of latest issue and all subsequent changes.
 
 10 g - NATO INFORMATION
 ------------------------
 
       Information/documents belonging to, and circulated by, the
 North  Atlantic  Treaty  Organization (NATO).   Access  to  NATO
 information  requires  a  final  U.S.  Government  clearance  at
 appropriate  level and special briefing.  Refer to the  National
 Industrial Security Program Operating Manual (NISPOM).
 
 10 h - FOREIGN GOVERNMENT INFORMATION:
 -------------------------------------
       This  includes  any foreign government information  except
 NATO.   Prior  approval of the contracting activity is  required
 for  subcontracting.   Access to classified  foreign  government
 information  requires a final U.S. Government clearance  at  the
 appropriate level.
 
 10 j - FOR OFFICIAL USE ONLY:
 -----------------------------
       For  OFFICIAL  USE  ONLY information provided  under  this
 contract shall be safeguarded as specified in Attachment #3.
 
 11 g - DEFENSE TECHNICAL INFORMATION CENTER (DTIC):
 ---------------------------------------------------
 
 Prior  to  the authorization of DTIC services, contractors  must
 submit  DD Forms in accordance with requirements listed  in  the
 DOD  5220.22-M,  National Industrial Security Program  Operating
 Manual (NISPOM), Chapter 11, Section 2.
                                
                           Page 6 of 9
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 --------------------------------------------------------
 
 11 j - OPERATIONS SECURITY (OPSEC) REQUIREMENTS:
 ------------------------------------------------
      (1)  It has been determined that DoDS OPSEC requirements
 will be a necessary inclusion to this solicitation and/or
 resulting contract.  The protection of classified and
 sensitive/unclassified information will be enhanced by applying
 OPSEC measures to control unclassified intelligence indicators.
 
      (2)  Additional OPSEC measures may be required and
 specified by the User Agency but, as a minimum, the following
 procedures will be adhered to:
 
           (a)  Distribution control requirements will be
 established in accordance with DoD Directives 5230.24 and
 5230.25.  The NAWC-WPNS OPSEC office will provide to the
 contractor, upon request, a copy of DOD 5330.25 PH which
 explains both directives.
 
           (b)  Any documentation or other visual media planned
 for public release must be submitted through COMNAVAIRSYSCOM
 Public Affairs for review and approval prior to release.  This
 includes publication of technical or scientific papers,
 advertising brochures, or any other proposed public release.
 
     (c)    All  classified  or sensitive/unclassified  documents
 will  have  the  following  (or  similar)  distribution  control
 statement  displayed prominently on the front cover  of  written
 or  printed material.  If the technical information  is  not  in
 standard  written or printed form or does not have  a  cover  or
 title page, the statement will be affixed by other means:
 
 "DISTRIBUTION AUTHORIZED TO U. S. GOVERNMENT AGENCIES AND  THEIR
 CONTRACTORS  ONLY;   BY  SPECIFIC AUTHORITY  OF  THE  COMMANDER,
 NAVAL  AIR WARFARE CENTER-WEAPONS DIVISION.  OTHER REQUESTS  FOR
 THIS  DOCUMENT  SHALL  BE  REFERRED TO:   COMMANDER,  NAVAL  AIR
 WARFARE CENTER WEAPONS DIVISION,  CODE 454300E,  POINT MUGU,  CA
 93042-5001."
 
     (d)    Additionally,  any  sensitive/unclassified  documents
 requiring  the  above be distribution statement  will  have  the
 following  destruction  information  immediately  following  the
 distribution statement:   "DESTRUCTION NOTICE":  DESTROY BY  ANY
 METHOD   THAT   WILL   PREVENT   DISCLOSURE   OF   CONTENTS   OR
 RECONSTRUCTION OF THE DOCUMENT."
 
            (e)   The contractor is required to provide Operation
 Security  (OPSEC) protection for all classified information  (as
 defined  by FAR 4.401) and sensitive information.  In  order  to
 meet  this  requirement, the contractor shall develop, implement
 and  maintain a facility level OPSEC program in accordance  with
 Attachment  #4,  "Operations Security Guidance for  Contractors"
 dated   August  1993,  and  guidance  provided.    The   Defense
 Investigative  Services (DIS) will perform OPSEC inspections  as
 required.
                                
                           Page 7 of 9
                                
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 --------------------------------------------------------
 13 - SECURITY GUIDANCE:
 -----------------------
 
       a.   Contractor  shall  perform  in  accordance  with  the
 National  Industrial Security Program Operating Manual  (NISPOM)
 (latest issue and all subsequent changes).
 
     b.   Information  on  this contract  is  not  releasable  to
 foreign  nationals  or  personnel  possessing  "RECIPROCAL"  and
 "LIMITED   ACCESS  AUTHORIZATION"  clearances  without   written
 approval  of:   Commander,  Naval  Air  Warfare  Center  Weapons
 Division, Point Mugu, California.  The only exceptions  to  this
 requirement are visits of a foreign national duly authorized  by
 the  Department  of Defense through established channels  or  if
 authorized under the International Traffic in Arms Regulations.
 
     c.   All  technical data provided to the contractor  by  the
 Government   will  be  protected  from  public   disclosure   in
 accordance  with  the  markings contained  thereon.   All  other
 information  relating to the items to be delivered  or  services
 to  be performed under this contract may not be disclosed by any
 means  without  prior approval of the authorized  representative
 of  the  Contracting Office.  Dissemination or public disclosure
 includes  but  is  not  limited to  permitting  access  to  such
 information  by  foreign nationals or by any  other  persons  or
 entity;   publication   of  technical  or   scientific   papers;
 advertising;   or  any  other  proposed  public  release.    The
 contractor  shall provide adequate physical protection  to  such
 information  so  as  to  preclude  access  by  any  person   not
 authorized such access by the Government.
 
     d.    The  contractor  is  responsible  for  protection   of
 Government  sensitive data (as defined by  Public  Law  100-235)
 during  the period of this agreement.  Such protection  will  be
 equivalent  to  the protection the contractor  affords  its  own
 propriety  data and trade secrets;  but in any event, Government
 sensitive  data will not be discussed, processed, or transmitted
 over  unsecured telephone, facsimile, computer or communications
 circuits.
 
     e.   For  all work performed aboard NAWCWPNS, the  reference
 security regulation will be the OPNAVINST 5510.1 series.
 
       f.   The  Contractor  is  not authorized  to  destroy  ANY
 classified  material that is provided by the Government,  unless
 the  Contractor  provides  a written request  for  approval  and
 detailed list to the Government.
 
       g.   The  contractor will perform in accordance  with  the
 National  Industrial  Program  Operating  Manual  (NISPOM)   for
 Safeguarding  Classified Information, DoD  5220.22-M  of  latest
 issues  and all subsequent changes.  Contractor will perform  in
 accordance  with  NISPOM  or SECNAVINST  5239.2  as  appropriate
 which  will  be  provided upon arrival on site as  required  for
 processing classified ADP.
 
     h.   The  specification requires the contractor  to  provide
 Electronic    Warfare   weapon   system    support    such    as
 engineering/logistics    services,    software/data     support,
 technical  documentation support, operation and  maintenance  of
 computer  systems,  management  data  processing  services,  and
 other Navy Weapons system services that may be classified up  to
 and including SECRET/TOP SECRET.
 
 
                           Page 8 of 9
 CONTRACT SECURITY CLASSIFICATION SPECIFICATION - DD-254
 (CON'T)  ELECTRONIC COMBAT MISSION CONTRACT
 --------------------------------------------------------
 
 13 - SECURITY GUIDANCE:  (CONT.)
 --------------------------------
 
       i.   To  perform his contractual functions, the contractor
 may  be  required  to  handle,  store,  or  generate  documents,
 manuals,   presentations,  specification,  drawings  prototypes,
 magnetic tapes/disks, sketches, or schematics classified  up  to
 and including TOP SECRET.
 
     j.  Further classification guidance will be provided by User
 Agency  in  addition  to: Security Classification  Guides  under
 OPNAVINST  C5513.2B series: EA6B Prowler, ID: 02B-20;  AN/ALR-67
 countermeasures Receiving Set, ID 02B ( );  AN/ALR Adv.  Special
 Receiver, ID: 02B ( );  AN/ALQ-126B (3); and OPNAVINST  S5513.8B
 series:  AN/ALE-47, ID: 08B
 ( ); AN/ALQ-165, ID 08B - (31).

      k.   Where  the attached security classification guide  (s)
specifies a specific date or event for declassification, the  new
derivative  classification markings under Executive  Order  12958
will apply.
 
       l.   Documentation generated as a result of this  contract
 will  be  classified in accordance with source material provided
 by    the   user   and   will   carry   the   most   restrictive
 downgrading/declassification instructions, warning  notices  and
 control markings applicable.  A listing of source material  will
 be   included  as  a  part  of  the  document  prepared  by  the
 contractor.
 
       m.  Classified material generated under this contract will
 be       marked       with       the      most       restrictive
 downgrading/declassification instruction applicable provided  by
 the  attached security classification guide (s) and per the  new
 derivative classification markings under Executive order 12958.
 
 15 - INSPECTIONS:
 -----------------
 
 The  Naval Air Warfare Center Weapons Division Special  Security
 Officer  has  exclusive  security  responsibility  for  all  SCI
 classified  material released or developed under this  contract.
 DIS  is  relieved of security inspection responsibility for  all
 such   material  but  retains  responsibility  for  all  non-SCI
 classified   material  released  to  or  developed  under   this
 contract.
 
 16 - CONTRACTOR TELECOMMUNICATIONS SECURITY:
 --------------------------------------------
 
 For    Telecommunications   Security,   refer   to    Contractor
 telecommunications Security Equipment, Devices, Techniques,  and
 Services (DEC 1991) (DFARS 252.239-7016) clause.
 
 17 - SHARED ACCESS:
 -------------------
 
 Security requirements and security agreements for shared  access
 of   security   functions  between  the  government   and   this
 contractor  have  been  added to this contract.   Shared  access
 will be approved for individual Delivery Orders.
 
                                
                                
                           Page 9 of 9
                CONTRACTOR TEMPEST QUESTIONNAIRE
                                
 1.   The  following TEMPEST questionnaire must be completed  and
 sent  to  the  contracting authority and the  Certified  TEMPEST
 technical  Authority  within 30 days  after  contract  has  been
 awarded  to CONTRACTORS who will be processing National Security
 Information  at the SECRET - SPECIAL CATAGORY or  higher  level.
 This  is an information collection questionnaire only.  This  is
 not  a  directive,  implied requirement or an  encouragement  to
 procure   TEMPEST  equipment  or  shielding  for  use  on   this
 contract.   DO NOT procure TEMPEST equipment unless specifically
 directed by the contracting authority.
 
       a.   Please  answer the following questions  promptly  and
 return  the information to the contracting authority and to  the
 Certified TEMPEST Technical Authority listed below:
 
           Department of the Navy
           Code 42
           NISE EAST
           4600 Marriott Drive
           Charleston, SC 29406-6504
 
       1.   What  is the highest classification level of material
 to  be  processed/handled  by  electronic  or  electromechanical
 automated information processing equipment?
 
        2.    What  special  categories  of  classified  material
 (Sensitive   Compartmented  Information,  Nuclear  Command   and
 Control,  Special Access Program, Single Integrated  Operational
 Plan, etc.) are processed?
 
       3.   What is the approximate percentage of processing time
 for  Top Secret and Special Category information compared to the
 total processing time?
 
       4.   Provide the specific location, address and zip  code,
 where the classified processing will be performed.
 
       5.  Provide facility information, are there other tenants,
 other  tenant's  names,  type  of business  (govt.,  commercial,
 foreign commercial, foreign govt., etc.).
 
       6.   provide the name, address, position title  and  phone
 number  at the facility where classified processing will  occur,
 a  point  of  contact  who is knowledgeable  of  the  processing
 requirement, the types of equipment to be used and the  physical
 layout of the facility.
 
       7.   Perishability of Information Processed - Identify  if
 the  information  being processed is of long  term  value  (e.g.
 strategic) or short term value (e.g. tactical).
 
       8.  Physical Control- describe the physical/access control
 over  the facility and areas containing the system under review.
 This  includes guards (number, hours of posting, patrols, etc.);
 badging; control over access to facility; alarms; procedures  to
 monitor/control  uncleared or unauthorized  personnel  including
 maintenance   force,  vending  personnel,  and   telephone/power
 maintainers/installers.  Determine the level of authority  which
 exists  for  the  inspection or removal of personnel  who  could
 potentially   exploit  TEMPEST  vulnerabilities.   Examine   the
 posting  of  warning signs and the implementation of  procedures
 in  effect  to  exercise control over parking  and  other  areas
 adjacent  to or in close proximity to the facility/system  under
 review.
                          Attachment #1
      9.  TEMPEST Profile of Equipment - Provide generic or
 actual TEMPEST profile information for each equipment/system
 used to process classified information at the facility.
 Identify existing on-site TEMPEST test results for the facility
 including zoning tests.  Provide a complete equipment list
 including manufacture, model number, quantity and type of
 device.
 
      b.  Is the company foreign owned or controlled?  If so
 what is the country?
 
      c.  Provide contract number and identify sponsoring
 command.
 
 2.  Additional information:
 
      a.  Prime contractors cannot pass TEMPEST requirements to
 subcontractors.  Subcontractors must submit a Contractor
 TEMPEST Questionnaire prior to processing.
 
      b.  Interim processing for Top Secret Non Special Category
 and below is allowed once the contractor's TEMPEST
 Countermeasure Review is received.
 
      c.  TEMPEST Countermeasure Reviews for awarded contracts
 should be mailed return receipt requested to:
 
           Department of the Navy
           Code 42
           NISE EAST
           4600 Marriott Drive
           Charleston, SC 29406-6504
 
      d.  Provide the local TEMPEST Control Officer with copy of
 countermeasure results.
 
      e.  For questions concerning the completion of this form
 contact Mr. Dale Koeman at (803) 974-6783. DSN 563-2030
 extension 6783, at NISEEAST.
 

COMPTEK
FEDERAL SYSTEMS



February 8, 1993

Naval Regional Contracting Center Detachment
ATTN:  Sandra Jones, Code L223N
Long Beach, CA 90822-5095

Dear Ms. Jones,

Enclosed  you  will  find  the contractor Tempest  Questionnaire.
This  is  being delivered in accordance with the instructions  on
the DD-254 in RFP N00123-92-R-0237.

Sincerely,


/S/
Richard B. Vener
Director of Camarillo Operations

Comptek Federal Systems, Inc.
5161 Verdugo Way
Camarillo, CA 93012
                                
                CONTRACTOR TEMPEST QUESTIONAAIRE

1.   The  following TEEMPEST questionnaire must be completed  and
sent  to the contracting authority prior to contract award.  This
is  an information collection questionnaire only.  This is not  a
directive,  implied  requirement or an encouragement  to  procure
TEMPEST  equipment  for  use on this contract.   DO  NOT  PROCURE
TEMPEST equipment unless specifically directed by the contracting
authority.

      a.   Please  answer  the following questions  promptly  and
return  the  information  to the contracting  authority  and  the
Certified TEMPEST Technical authority listed below.

     C.O. Naval Electronic Systems Security Engineering Center
     3801 Nebraska Ave. NW
     Washington, D.C. 20393-5270
     Attn:  Code 04

Comptek  Federal Systems, Inc. has a cleared VAX computer  system
which  processes  up  to the SECRET level.   This  VAX  has  been
cleared  by  DIS,  Thousand Oaks.  We do  not  have  any  current
requirements for TEMPEST equipment, nor do we foresee any  future
requirements.  Comptek is responding to this questionnaire at the
request of Naval Air Warfare Center, Point Mugu, CA.  The answers
to the questionnaire do not apply.

Question:      (1)  What is the highest classification level of
                      material   to   be   processed/handled   by
electronic
                    or electromechanical automated information
                    processing equipment?

Answer:        (1)  The highest classification level material
                     that  is  currently being processed  on  our
cleared                  ADP equipment is SECRET.

Question:        (2)   What  special  categories  of   classified
material
                    (Sensitive Compartmented Information, Nuclear
                    Command and Control, Special Access Program,
                    Single Integrated Operation Plan, etc.) are
                    processed?

Answer:         (2)  No special categories of classified material
are
                    processed at this facility.

Question:       (3)   What  is  the  approximate  percentage   of
processing
                    time for TOP SECRET and special category
                    information compared to the total processing
                    time?

Answer:        (3)  Since no TOP SECRET or special category
                      information  processing  is  done  at  this
facility,
                     the  percentage of processing time  is  zero
(0).


                Contractor TEMPEST Vulnerability
                       Assessment Request
                                
1.   The  following  assessment must be completed  and  forwarded
prior to processing classified data, return receipt request to:


Information copy to:

     C.O. Naval Electronics Systems Security Engineering Center
     3801 Nebraska Ave. NW
     Washington, D.C. 20393-5270
     Attn:  Code 04

      When  the contractor is notified that COMNISCOM Code  0026T
has  received  the TVAR then there are no TEMPEST  objections  to
processing  classified information up to the level  requested  in
the TVAR (excluding Compartmented data).

     a.   What is the highest level of classified processed?

      b.    How many hours per day is SECRET data processed?  TOP
SECRET?

      c.    Do  you  process  Special  Category  data  (Sensitive
Compartmented   Information,  Special  Access   Program,   Single
Integrated Operational Plan, Nuclear Command and Control, etc.)?

      d.   Provide specific location, address and zip code  where
classified  processing will be performed.  Is  your  company  the
only tenant in that facility?

     e.   Duration of this contract and options.

       f.     List  all  other  classified  government  contracts
processed on this equipment.

      g.    Has  TEMPEST  certification  been  granted  for  this
equipment?  Date of accreditation.  Granting organization.

      h.    Type, model and serial number of equipment processing
classified data (SECRET or higher) on this contract.

      i.    Provide the name, address, position title  and  phone
number  of  a  Point  of  Contact (POC)  at  the  facility  where
classified  processing will occur.  The POC must be knowledgeable
of  the  processing  requirements, types of  equipment  used  and
physical layout of the facility.

Additional Information:
- -----------------------

      Prime  contractors  cannot  pass  TEMPEST  requirements  to
subcontractors.  Subcontractors must also submit a TVAR prior  to
processing.


               TEMPEST Countermeasures Evaluation

1.   The following form must be completed and submitted prior  to
purchase  of equipment or systems used for processing  classified
data SECRET or higher to:

          Naval Electronic Systems Security Engineering Center
          3801 Nebraska Ave. NW
          Washington, D.C. 20393-5270
          Attn:  Code 04

       a.     Describe   the  location  of  proposed   Classified
Information  Processing Systems (CLIPS) (City, State/Country  and
Zip  Code).   Provide  drawing of base/building/suite.   Identify
other  tenants  in  your  building (U.S. government,  contractor,
foreign government, foreign contractor, etc.).
      b.   Describe the level of data processed and percentage at
each level.  Example:  TOP SECRET 4 per cent, SECRET 25 per cent,
CONFIDENTIAL  30  per cent and Unclassified 41  per  cent.   Also
indicate  volume of data processed.  Example:  200 video  screens
per day;  500 printed pages per day;  eight hours per day.

       c.     Indicate   if  special  category  data   (Sensitive
Compartmented  Information, Nuclear Command and Control,  Special
Access  Program,  Single Integrated Operational  Plan,  etc.)  is
processed.

      d.    Describe  the  distance from CLIPS  where  uncleared,
unescorted  individuals can obtain uninterrupted access  for  the
purpose of establishing a listening post.

      e.    Provide  point  of contact:  name, address,  position
title  and phone numbers.  Point of contact must be knowledgeable
of  processing requirements, types of equipment used and physical
layout of the facility.

      Questions concerning the completion of this form should  be
addressed to the address above.

                                
                       RED/BLACK CHECKLIST

1.    This checklist should be completed and forwarded with  your
Countermeasure Evaluation.  This checklist may be required by the
certified  TEMPEST Technical Authorities (CTTA) to  complete  the
evaluation of your facility.

Name of preparer:
                    ---------------------------------------------
Facility:      ---------------------------------------------
Date:          ---------------------------------------------
Distribution:  -------------
                                             Yes  No   N/A
1.  Do RED signal cables have one overall metallic shield?
                                             ---  ---  ---
2.  Do BLACK signal cables have one overall metallic shield?
                                             ---  ---  ---
3.  Are RED signal cables contained in metallic conduit?
                                             ---  ---  ---
4.  Are RED and BLACK signal conductors in separate
    distribution facilities?                 ---  ---  ---

5.  Are RED signal conductors in distribution facilities
    separate from AC power?                       ---  ---  ---

6.  Are utility cables in separate distribution facilities?
                                             ---  ---  ---
7.  Are RED cables which exit the Controlled Space (CS)
    contained within an approved protected distribution system?
                                             ---  ---  ---
8.   Are  fortuitous conductors (conduits, pipes, shields,  etc.)
decoupled at the point of egress from:

     a.  The CS Boundary?                         ---  ---  ---
      b.   The accessibility space boundary?             ---  ---
- ---

9.  Are crypto and ancillary units separated a minimum of 3
    ft from BLACK equipment?                      ---  ---  ---

10. Are crypto and ancillary units separated a minimum of 3
      ft  from Controlled Access Area (CAA) peripheral walls? ---
- ---  ---

11. Are BLACK equipments separated a minimum of 3 ft from
      CAA peripheral walls?                             ---   ---
- ---

12. Are RED equipments separated a minimum of 3 ft from CAA
    peripheral walls?                             ---  ---  ---

13.  Are  BLACK metallic conductors (wire lines, air conditioning
vents, pipes, etc.) not having nonmetal sections separated
     a  minimum of 3 ft from RED equipment?              ---  ---
- ---

                                                          D. Bier
                                                        AIR-7-4-4
              The Director of Central Intelligence
                        Washington, D.C.
                                
                                                    12 April 1995
                                
                                
MEMORANDUM FOR:     INTELLIGENCE Community Executive Committee
               Principals

SUBJECT:       Revised DCID 1/7, Security Controls on the
               Dissemination of Intelligence Information

REFERENCE:          DCID 1/7, dtd 27 February 1987

     1.   Effective immediately, I have approved a revised
Director of Central Intelligence Directive (DCID) 1/7,
Security Controls on the Dissemination of Intelligence
Information.  A copy is attached.  The previous edition,
referenced above, is obsolete.

2.    I  have  approved  the new DCID, because  of  the  benefits
attendant  to the new policy direction, with further revision  of
sections   dealing  with  NOFORN  and  ORCON  to  be   completed.
Additional changes will follow within 120 days of the date of the
DCID.

     3.   Highlights from revised DCID 1/7 are as follows:

          *  Completely reorganizes and clarifies the language of
          the
             DCID.
          
          *   Provides  a policy statement that reflects  a  risk
          management approach to dissemination of intelligence.
          The   statement   declares   that   "intelligence    be
          disseminated
          on a timely basis and as widely as possible".  The 1987
          version was written to constrain dissemination to the
          most strict need-to-know basis.
          
          *   Explicitly encourages a risk management approach to
          classifiers of disseminated intelligence information
          to produce information without resorting to the use
          of control marking, except for the most sensitive
          information.
          
                                                                 
                                                    Attachment #2
SUBJECT:  Revised DCID 1/7, Security Controls on the
          Dissemination of Intelligence Information


          *  Eliminates the control words NOCONTRACT and WNINTEL,
          in accordance with recommendations in the
          Joint Security Commission report.

          *   Allows  up to five years from date of DCID  1/7  to
          phase-in  elimination  of  WNINTEL  and  NOCONTRACT  in
          automated systems software.

          *    Provides  Senior  Officials  of  the  Intelligence
          Community (SOICs) greater flexibility and authority
          and simplifies guidance to release of previously
          marked NOCONTRACT intelligence information to U.S.
          contractors and foreign nationals and foreign national
          contractors.

          *   Eliminates  reference to outdated DCI  policy  that
          determined that there are "significant risks" to
          contracting out (former section 7.4).

      4.    The  markings  WNINTEL and  NOCONTRACT  have  clearly
outlived   their   usefulness.   WNINTEL  was  always   used   in
conjunction with one or more other control markings and added  no
value to understanding the content of the material.

     5.    NOCONTRACT will no longer be used in any newly created
documents or other materials.  In all but unresolved conflict  of
interest   and  unfair  competitive  advantage  cases,   of   the
Intelligence  Community  (SOICs) will  now  be  able  to  release
intelligence  bearing  the  NOCONTRACT marking  to  appropriately
cleared and access-approved contractors.

     6.   The presence of the WNINTEL and NOCONTRACT markings, in
themselves,  will  have no bearing on the  releasability  of  the
information  to  contractors  or users  beyond  the  Intelligence
Community.

     7.     Please   ensure   that  these  changes   are   widely
disseminated among classification management, registry, and other
personnel under your security cognizance who may have occasion to
disseminate    intelligence    information    to    policymakers,
warfighters,  contractors and/or other consumers  of  information
marked with security controls in DCID 1/7.



                                2
SUBJECT:  Revised DCID 1/7, Security Controls on the
     Dissemination of Intelligence Information

      8.   Questions should be directed to Mr. George P. Grau, or
Mr. Gregory Pannoni at the Security Policy Board Staff on 703/602-
7074.

                                                                 
                                               Very respectfully,
                                                                 
                                                                 
                                                              /S/
                                              William O. Studeman
                                               Admiral, U.S. Navy
                                                  Acting

Attachment
                                
                                
                                
                                3
        DIRECTOR OF CENTRAL INTELLIGENCE DIRECTIVE 1/7 1
            Security Controls on the Dissemination of
                    Intelligence Information
                                
                    (Effective 12 April 1995)

     INTRODUCTION

     Pursuant  to the provision of the National security  Act  of
1947,  as  amended, Executive Order 12333, Executive order  12356
and  implementing directives 2 thereto, policies,  controls,  and
procedure   for   the  dissemination  and  use  of   intelligence
information  and  related materials are herewith  established  in
this Director of Central Intelligence Directive (DCID).

     1.0 POLICY

      It  is  the  policy of the Director of Central Intelligence
(DCI) that intelligence be disseminated on a timely basis and  as
widely  as possible, consistent with the "need-to-know" principle
and requirement to protect sources and methods.  The intelligence
dissemination  controls established herein may only  be  used  to
restrict dissemination of that intelligence derived from  sources
and  methods.  Inherent in this policy is a requirement for  each
Senior  Official of the intelligence Community (SOIC) to  balance
the  need for dissemination intelligence with the requirement  to
ensure survivability of a source or method.  SOICs will establish
procedures to comply with this policy.

     2.0  PURPOSE

     2.1   This  Directive  establishes policies,  controls,  and
procedures   for  the  dissemination  and  use  of   intelligence
information  to  ensure that, while facilitating its  interchange
for intelligence purposes, it will be adequately

     1  This directive supersedes DCID 1/7, effective 27 February
1987
     2   Any  mention  of  applicable Executive Order(s)  implies
     current Executive
        Order(s) and any successor order or orders (s)
                                                                 
                                                                 
                                                           Page 1
protected.  This directive amplifies applicable portions  of  the
23  June 1982 Information Security Oversight Office Directive No.
1, which implements Executive order 12356.

     2.2   Policies  and  procedures  governing  the  release  or
intelligence to contractors and consultants are set forth in this
directive.    Additional   controls   are   prescribed   on   the
dissemination  of  intelligence to  foreign  governments  and  to
foreign  nationals and immigrant aliens, including those employed
by the U.S. Government.

     3.0  DEFINITIONS

       3.1    Intelligence  information  and  related   materials
(hereinafter   refereed  to  as  "Intelligence")   includes   the
following classified information:

      3.1  1 foreign intelligence and counterintelligence defined
in the National Security Act of 1947, as amended and in Executive
Order 12333;

      3.1.2   information describing US foreign intelligence  and
counterintelligence activities, sources, methods,  equipment,  or
methodology used for the acquisition, processing, or exploitation
of  such  intelligence;  foreign military hardware  obtained  for
exploitation;  and any other data resulting from US  intelligence
collection efforts; and

      3.1.3   information  on Intelligence  Community  protective
security  programs  (e.g.,  personnel, physical,  technical,  and
information security).

      3.2   "need-to-know" is the determination by an  authorized
holder  of  classified information that access to information  in
his/her  possession is required by another person  to  perform  a
lawful  and  authorized function.  Such persons must  possess  an
appropriate security clearance and access approval.

       3.3   Intelligence  Community  (and  agencies  within  the
Intelligence Community) -- the United States Government  agencies
and  organizations  identified  in  section  3  of  the  National
Security Act, as amended.

     3.4  Senior Official of the Intelligence Community (SOIC) --
the  head  of  an  agency, office bureau or intelligence  element
listed  in  Section 3 of the National Security Act  of  1947,  as
amended.

     4.0  GENERAL APPLICABILITY

      4.1   in  support of the Policy Statement in  Section  1.0,
classifiers and markers of disseminated intelligence
                                                           Page 2
information  are  encouraged to take a risk  management  approach
when  preparing information for dissemination.  They are  further
encouraged to organize the material in such a way as to  minimize
reference  (s)  to sources and methods.  In the interest  of  the
widest  possible  dissemination of information  to  policymakers,
warfighters  and other consumers, classifies and  markers  should
carefully consider whether there is a useful purpose or  need  to
mark material with any dissemination control (s) marking (s).

      4.2   The  controls  and  procedures  established  by  this
directive shall be applied uniformly in the dissemination and use
of   intelligence   originated  by  all  Intelligence   Community
components.

     4.3  The substance of this directive shall be promulgated by
each Intelligence Community component, and appropriate procedures
permitting prompt interagency consultation will be established.

     5.0  USE BY AND DISSEMINATION AMONG EXECUTIVE BRANCH
          DEPARTMENTS/AGENCIES OF THE US GOVERNMENT

       5.1    Executive  Order  12356  provides  that  classified
information   originating  in  one  US  agency   shall   not   be
disseminated beyond any recipient agency without the  consent  of
the   originating  agency.   However,  to  facilitate   use   and
dissemination  of  intelligence  within  and  among  Intelligence
Community  components  and to provide  for  the  timely  flow  of
intelligence to consumers, the following controlled relief to the
"third agency rule" is hereby established:

     5.1.1  Each Intelligence community component consents to the
use  of  its  intelligence  in  intelligence  products  of  other
components  and  to  the dissemination of those  products  within
executive  branch  departments/agencies  of  the  US  Government,
including contractors of the Intelligence Community in accordance
with  Section  7  below,  except as  specifically  restricted  by
controls defined in this directive or other DCIDS.

      5.1.2   As provided in 5.1.1, classified intelligence  even
though  it  bears no restrictive control markings,  will  not  be
released  in  its  original  form  to  any  US  executive  branch
department/agency  not  on  original  distribution  without   the
consent of the originator.

     6.0  RESPONSIBILITIES OF INTELLIGENCE COMMUNITY DEPARTMENTS/
          AGENCIES DISSEMINATING TO US COMPONENTS OUTSIDE THE
          INTELLIGENCE COMMUNITY


                                                           Page 3
       Any   component  disseminating  intelligence  beyond   the
Intelligence  community assumes responsibility for ensuring  that
recipient  organizations  agree  to  observe  the  need  to  know
principle  and the restrictions prescribed by this directive  and
to maintain adequate safeguards.
     
     7.0    POLICY  AND  PROCEDURES  GOVERNING  THE  RELEASE   OF
INTELLIGENCE
          TO CONTRACTORS AND CONSULTANTS

     7.1  GENERAL POLICIES AND PROCEDURES FOR CONTRACTORS:

      7.1.1   Senior  Officials  of  the  Intelligence  Community
(SOICs),   or  their  designees,  may  release  intelligence   to
appropriately  cleared  and access-approved  US  contractors  and
consultants  (hereinafter  "contractor")  having  a  demonstrated
"need-to-know" without referral to the component provided that:

     7.1.1.1  The SOIC, or her/his designee, certifies in writing
that  disclosure does not create an unfair competitive  advantage
for   the   contractor  or  a  conflict  of  interest  with   the
contractor's obligation to protect the information.  In the event
that the issue of an unfair competitive advantage or conflict  of
interest cannot be resolved, consultation with the originator and
resolution  of  the  issue  is  required  prior  to  release   to
contractors.

     7.1.1.2  Release is made only to contractors which have been
certified   by   the  SOIC  (or  designee)  of   the   sponsoring
organization  as performing classified services in support  of  a
national security mission.

     7.1.1.3   The   contractor  has  an  approved   safeguarding
capability/storage facility if retention of the  intelligence  is
required.

     7.1.1.4  Contractors will not release intelligence to any of
their  components or employees not directly engaged in  providing
services under contract or other binding agreement or to  another
contractor (including subcontractors) without the consent of  the
sponsoring agency.  The sponsoring agency shall verify  that  any
second  contractors satisfy all applicable security  requirements
and  adhere  to all of the policies and procedures  contained  in
this directive.

     7.1.1.5    Intelligence   released   to   contractors,   all
reproductions thereof, and all other material generated based on,
or    incorporating   data   therefrom   (including    authorized
reproductions), remain the property of the US Government.   Final
disposition of intelligence information will be governed  by  the
sponsoring agency.


                                                       Page 4   4
      7.1.1.6   National Intelligence Estimates  (NIEs),  Special
National   Intelligence   Estimates  (SNIEs),   and   Interagency
Intelligence  Memoranda may be released to appropriately  cleared
contractors  with the requisite need-to-know except as  regulated
by  provisions concerning proprietary information as  defined  in
sections 7.1.1.7 and 10.2, below.

     7.1.1.7   Intelligence which bears the control marking "CAUTION-
       PROPRIETARY INFORMATION INVOLVED" (abbreviated "PROPIN" or "PR")
       will not be released to contractors unless prior permission has
       been obtained from the originator and those providing  the
       intelligence to the originator.  This control marking is further
       described under Section 10.2, below.

     7.1.1.8  Contractors shall make provisions  to  ensure  that
     intelligence  in  their custody is not released  to  foreign
     nationals,  whether or not they are employees or contractors
     themselves,  unless  authorized by  the  originating  agency
     through  the  sponsoring  agency.   Authorized  release   to
     foreign  nationals  will be undertaken  through  established
     channels   in   accordance  with  DCID   5/6,   INTELLIGENCE
     DISCLOSURE POLICY and the NATIONAL POLICY AND PROCEDURES for
     the DISCLOSURE of CLASSIFIED MILITARY INFORMATION to FOREIGN
     GOVERNMENTS  and  INTERNATIONAL  ORGANIZATIONS  (abbreviated
     title: National Disclosure Policy 1 or NDP1).

       7.2    POLICIES  AND  PROCEDURES  FOR  CONTRACTORS  INSIDE
GOVERNMENT
           OWNED OR CONTROLLED FACILITIES.
      Contractors who perform duties inside a government owned or
controlled  facility will follow the procedures and  policies  of
that  sponsoring Intelligence Community member in accordance with
Section 7.1 of this directive.

       7.3   POLICIES  AND  PROCEDURES  FOR  CONTRACTORS  OUTSIDE
GOVERNMENT
          OWNED OR CONTROLLED FACILITIES.

      7.3.1  Contractors who perform duties outside of government
owned  or  controlled  facilities will adhere  to  the  following
policies and procedures:

     7.3.1.1   The SOIC of the sponsoring agency, or her/his designee,
       is responsible for ensuring that releases to contractors of
       intelligence marked ORCON and/or PROPIN are made only with the
       consent of the originating agency pursuant to this DCID and
       through established channels. (See instructions 10.1 and 10.2
       respectively)
     
     7.3.1.2   The sponsoring agency shall maintain a  record  of
material released.

                                                           Page 5
     7.3.1.3   Contractors shall establish procedures to control all
       intelligence received, produced and held by them for the duration
       of the contract or any other binding agreement;  and to permit
       identification of all persons who have had access to intelligence
       in their custody.
     
     7.3.1.4    All   reproductions  of  intelligence   will   be
     classified,  marked and controlled in the same manner as the
     original(s).
     
     7.3.1.5  SCI  released to contractors  shall  be  controlled
     pursuant to the provisions of DCID 1/19, SECURITY POLICY for
     SENSITIVE COMPARTMENTED INFORMATION (SCI).
     
     7.3.1.6   Sponsoring agencies shall delete any reference  to
     the Central Intelligence Agency, the phrase "Directorate  of
     Operations,"  the  place acquired,  the  field  number,  the
     source  description, and field dissemination  from  all  CIA
     Directorate  of  Operations reports passed  to  contractors,
     unless prior approval to do otherwise is obtained from CIA.
     
     8.0  DISSEMINATION TO FOREIGN GOVERNMENTS

     8.1  Intelligence, even though it bears no restrictive control
       markings, may only be released in its original form to foreign
       governments with the permission of the originator  and  in
       accordance with DCID 5/6, INTELLIGENCE DISCLOSURE POLICY and the
       NDP-1.
     
     8.2  Information contained in intelligence product/report of
     another  Intelligence Community component,  which  bears  no
     restrictive  control  markings, may  be  used  by  recipient
     Intelligence  Community components in  reports  provided  to
     foreign governments provided that:

     8.2.1     Foreign release is made through established foreign
       disclosure channels and procedures as set forth in DCID 5/6,
       INTELLIGENCE DISCLOSURE POLICY and the NDP-1.
     
     8.2.2  No reference is made to the originating agency or  to
     the source documents on which the released product is based.

     8.2.3  The information is extracted or paraphrased to ensure
that  the  source  or manner of acquisition of  the  intelligence
and/or,  location  where  the  intelligence  was  collected   (if
relevant  to  protect sources or methods), is  not  revealed  and
cannot be deducted in any other manner.

      8.3   RESTRICTED  DATA  and FORMERLY  RESTRICTED  DATA  are
prohibited from foreign dissemination under the provisions of


                                                           Page 6
Sections  123  AND 144 OF Public Law 585, Atomic  Energy  Act  Of
1954, as amended.

       9.0    DISSEMINATION  TO  FOREIGN  NATIONALS  OR   FOREIGN
CONTRACTORS

      9.1   Intelligence,  even though it  bears  no  restrictive
control  markings, will not be released, either in  its  original
form  or  otherwise,  to foreign nationals  or  immigrant  aliens
(including those employed by, used by, or integrated into the  US
Government) without the permission of the originator and must  be
in  accordance with DCID 5/6, INTELLIGENCE DISCLOSURE POLICY  and
the NDP-1.

     9.2  Release of intelligence to a foreign contractor or company
       under  contract to the US Government must be  through  the
       government  under which the foreign contractor or  company
       operates.  Direct release from the US Government to a foreign
       company or contractor is prohibited, except by government to
       government agreement.  Provisions concerning dissemination to
       foreign governments are disclosed in Section 8.0, above.
     
     10.0  AUTHORIZED CONTROL MARKINGS

     10.1    "DISSEMINATION   AND   EXTRACTION   OF   INFORMATION
     CONTROLLED BY ORIGINATOR" (ORCON)
     
     10.1.1    This  marking  may  be  used  only  on  classified
intelligence  that clearly identifies or would reasonably  permit
ready identification of intelligence sources or methods that  are
partially  susceptible to countermeasures that would  nullify  or
measurably reduce their effectiveness.  It is used to enable  the
originator  to  maintain continuing knowledge and supervision  of
the   further   use   of   intelligence   beyond   the   original
dissemination.  This control marking may not be used when an item
of  information will reasonably be protected by use of any  other
control markings specified herein or is other DCIDs.
     
     10.1.2  Information bearing this marking may be disseminated
within  the  headquarters elements 3  of recipient  organizations
and  may  also  be  incorporated in whole or in part  into  other
briefings  or  production, provided the briefing or  intelligence
product  is  presented or distributed only to original recipients
of  the  information.  Dissemination beyond headquarters elements
or to agencies

           Recipients  will apprise originating  agencies  as  to
which  components comprise the headquarters element and  identify
subordinate  elements which may be included as direct  recipients
of intelligence information.

                                                           Page 7
other than the original recipients requires advance permission
from the originator.
     
     10.1.3  Information bearing this marking must not be used in
taking investigative action without the advance permission of the
originator.
     
     10.1.4  As this is the most restrictive marking herein,
agencies will establish procedures to ensure 1) that it is only
applied to particularly sensitive intelligence and,  (2) timely
review of requests for further dissemination of intelligence
bearing this marking.  This marking may be abbreviated "ORCON" or
"OC."

     10.2  "CAUTION-PROPRIETARY INFORMATION INVOLVED" (PROPIN)

     10.2.1  This marking is used, with or without a security
classification, to identify information provided by a commercial
firm or private source under an express or implied understanding
that the information will be protected as a proprietary trade
secret or proprietary data believed to have actual or potential
value 4.  Information bearing this marking shall not be
disseminated outside the federal government in any form without
the express permission of the originator of the intelligence and
provider of the proprietary information.  This marking precludes
dissemination to contractors irrespective of their status to, or
within, the US Government without the authorization of the
originator of the intelligence and provider of the information.
This marking may be abbreviated "PROPIN" or "PR."

     10.3  "NOT RELEASABLE TO FOREIGN NATIONALS" (NOFORN)

     10.3.1  It is the policy of the DCI that no classified
intelligence will be shared with foreign nationals or foreign
governments except in accordance with the provisions of Sections
8.0 and 9.0, above.  However, based on the unique dissemination
requirements of some Intelligence Community organizations, this
control marking may be used on intelligence that, if released to
foreign governments or nationals, could jeopardize intelligence
sources or methods, or when it would not be in the best interest
of the United States.  This control marking is used to identify
classified intelligence that may not be released in any form to
foreign governments, foreign nationals, or non-US citizens
without

        This provision is a requirement of the Trade Secrets Act,
as  amended  (18 U.S.C. 1905).  The consent of the originator  is
required to permit release of material marked CAUTION-PROPRIETARY
INFORMATION  INVOLVED, PROPIN or PR to other than  staff  federal
government employees.
     
     
                                                           Page 8
permission  of  the  originator  and  in  accordance   with   the
provisions of DCID 5/6, INTELLIGENCE DISCLOSURE POLICY and NDP-1.
This  marking  may be abbreviated "NOFORN" or "NF".   It  is  not
authorized  for  use  in  conjunction with  the  "AUTHORIZED  FOR
RELEASE  TO"  (REL)  control marking described  in  Section  10.4
below.

       10.4   "AUTHORIZED  FOR  RELEASE  TO..(name   of   country
(ies)/international organization) "(REL or REL TO)

     10.4.1    This  marking  is  used  to  identify   classified
intelligence   that  an  originator  has  predetermined   to   be
releasable  or  has  been released, through  established  foreign
disclosure    procedures   and   channels,   to    the    foreign
country(ies)/international  organization(s)  indicated.   Further
foreign dissemination of the material (in any form) is authorized
only  after  obtaining  permission from  the  originator  and  in
accordance with DCID 5/6, INTELLIGENCE DISCLOSURE POLICY and  the
NDP-1.  This marking may be abbreviated "REL (abbreviated name of
country(ies) /international organization."  It is not  authorized
for  use  in  conjunction  with the "NOT  RELEASABLE  TO  FOREIGN
NATIONALS" (NOFORN) control marking described in paragraph  10.3,
above.
     
     10.4.2   In case of intelligence controlled under DCID  6/2,
CRITICAL   INFORMATION,   authorized   distribution   indicators,
published  separately, may be used instead of the  "REL"  control
marking.
     
     11.0    PROCEDURES  GOVERNING  USE  OF  AUTHORIZED   CONTROL
MARKINGS
     
     11.1  Any recipient desiring to use intelligence in a manner
contrary to the restrictions established by this directive  shall
obtain  the  advance permission of the originating agency.   Such
permission applies only to the specific purpose agreed to by  the
originator  and  does not automatically apply to all  recipients.
Originators  will ensure that prompt consideration  is  given  to
recipients'  requests with particular attention to reviewing  and
editing,  if  necessary,  sanitized or  paraphrased  versions  to
derive  a  text  suitable for release subject  to  lesser  or  no
control markings(s).
     
     11.2   The control markings authorized above shall be  shown
on  the  title page, front cover, and other applicable  pages  of
documents, incorporated in the text of electrical communications,
shown  on graphics, and associated (in full or abbreviated  form)
with  data stored or processed in automated information  systems.
The control markings also shall be indicated by parenthetical use
of  the  marking abbreviations at the beginning  or  end  of  the
appropriate  portions.   If the control  markings  apply  to  all
portions, the document may be
     
                                                                 
                                                          Page 10
marked  with a statement to this effect rather than marking  each
portion individually.

       11.3   The  control  markings  in  Section  10  shall   be
individually  assigned at the time of preparation of intelligence
products  and  used in conjunction with security  classifications
and  other  markings specified by Executive Order 12356  and  its
implementing  directives.  The markings shall be carried  forward
to  any new format in which the same information is incorporated,
including oral and visual presentations.

     12.0  OBSOLETE RESTRICTIONS AND CONTROL MARKINGS

      12.1.  The following control markings are obsolete and will
not be used subsequent to the date of this directive:

      12.1.1   WNINTEL  and  NOCONTRACT.   The  control  markings
Warning   Notice-Intelligence  Sources   or   Methods   Involved"
(WNINTEL)   and   "NOT   RELEASABLE  TO  CONTRACTORS/CONSULTANTS"
(abbreviated  "NOCONTRACT" or "NC") are no longer authorized  for
use  after  the  date  of  this  directive.   The  "WNINTEL"  and
"NOCONTRACT"  control  markings will not be  used  on  any  newly
created  documents or other materials.  For automated information
systems,   a   phased-in  elimination  of   the   "WNINTEL"   and
"NOCONTRACT" control marking will be accomplished as systems  are
upgraded  or software is modified, but not later than five  years
from the date of this directive.  No permission of the originator
is  required  to release, in accordance with this DCID,  material
marked  "WNINTEL"  prior to the date of this directive.   Section
7.1  governs requirements for release of intelligence bearing the
"NOCONTRACT" marking produced before the date of this  directive.
Remarking  of  material  bearing the "WNINTEL"  and  "NOCONTRACT"
control  marking is not required.  However, holders  of  material
bearing  this  marking may line through or otherwise  remove  the
marking  from documents or other material.  The presence of  this
marking, in itself, will have no bearing on the releasability  of
the information to contractors.

      12.1.2   Other obsolete markings include:  WARNING  NOTICE-
INTELLIGENCE   SOURCES  OR  METHODS  INVOLVED,  WARNING   NOTICE-
SENSITIVE   SOURCES   AND  METHODS  INVOLVED,   WARNING   NOTICE-
INTELLIGENCE  SOURCES  AND  METHODS  INVOLVED,  WARNING   NOTICE-
SENSITIVE  INTELLIGENCE SOURCES AND METHODS INVOLVED,  CONTROLLED
DISSEM,  NSC PARTICIPATING AGENCIES ONLY, INTEL COMPONENTS  ONLY,
LIMITED,  CONTINUED  CONTROL, NO DISSEM  ABROAD,  BACKGROUND  USE
ONLY, USIB ONLY, NFIB ONLY.

      12.2  Questions with respect to current applications of all
control   markings  authorized  by  earlier-directives   on   the
dissemination and control of intelligence and used  on  documents
issued prior to the date of this directive should


                                                          Page 10
be   referred  to  the  agency  or  department  originating   the
intelligence so marked.

     13.0  REPORTING UNAUTHORIZED DISCLOSURES

      13.1   Violations of the foregoing restrictions and control
markings that result in unauthorized disclosure by one agency  of
the intelligence of another shall be reported to the Director  of
Central  Intelligence through appropriate Intelligence  Community
channels.

     14.0  INTERPRETATION

     14.1  Questions concerning the implementation of this policy
and   these   procedures  shall  be  referred  to  the  Community
Management Staff.




/s/
- ----------------------------------      -----------------------
Acting Director of Central Intelligence Date

                                                                 
                                                          Page 11
               "FOR OFFICIAL USE ONLY" INFORMATION
The "For Official Use Only" (FOUO) marking is assigned to
information at the time of its creation in a DoD User Agency.  It
is not authorized as a substitute for a security classification
marking but is used on official government information that may
be withheld from the public under exemption 2 through 9 of the
Freedom of information Act.

Other non-security markings such as "Limited Official Use" and
"Official Use Only" are used by non-DoD User Agencies for the
same types of information and should be safeguarded and handled
in accordance with instruction received from such agencies.

Use of the above markings does not mean that the information
cannot be released to the public, only that it must be reviewed
by the Government prior to its release to determine whether a
significant and legitimate government purpose is served by
withholding the information or portions to it.

Identification Markings.  An unclassified document containing
FOUO information will be marked "For Official Use Only" at the
bottom of the front cover (if any), on the first page, on each
page containing FOUO information, on the back page, and on the
outside of the back cover (if any).  No portion markings will be
shown.  Within a classified document, an individual page contains
both FOUO and classified information will be marked at the top
and bottom with the highest security classification of
information appearing on the page.  If an individual portion
contains FOUO information but no classified information, the
portion will be marked "FOUO."

Removal of the "For Official Use Only" marking can only be
accomplished by the originator or other competent authority.
When the "For Official Use Only" status is terminated, all known
holders will be notified to the extent practical.

Dissemination.  Contractors may disseminate "For Official Use
Only" information to their employees and subcontractors who have
a need for the information in connection with a classified
contract.

Storage.  During working hours, "For Official Use Only"
information shall be placed in an out-of-sight location if the
work area is accessible to persons who do not have a need for the
information.  During nonworking hours, the information shall be
stored to preclude unauthorized access.  Filing such material
with other unclassified records in unlocked files or desks, is
adequate when internal building security is provided during
nonworking hours.  When such internal security control is not
exercised, locked buildings or rooms will provide adequate after-
hours protection or the material can be stored in locked
receptacles such as file cabinets, desks, or bookcases.

Transmission.  "For Official Use Only" information may be sent
via first-class mail or parcel post.  Bulky shipments may be sent
by fourth-class mail.

Disposition.  When no longer needed, FOUO information may be
disposed of by tearing each copy into pieces to preclude
reconstructing and placing it in a regular trash container or as
directed by the User Agency.

Unauthorized Disclosure.  Unauthorized disclosure of "For
Official Use Only" information does not constitute a security
violation but the releasing agency should be informed of any
unauthorized disclosure.  The unauthorized disclosure of FOUO
information protected by the Privacy Act may result in criminal
sanctions.
                                                                 
                                                                 
                                                    Attachment #3
                                                                 
                                                                 
                       OPERATIONS SECURITY
                            GUIDANCE
                               FOR
                           CONTRACTORS
                                
                                
                                
                           AUGUST 1993
                                
                                
                                
                                
                                
                           PREPARED BY
                   OPERATIONS SECURITY OFFICE
                 SAFETY AND SECURITY DEPARTMENT
                    NAVAL AIR WEAPONS STATION
                CHINA LAKE, CALIFORNIA 93555-6001
                               AND
                   POINT MUGU, CA. 93042-5000
                                
                                
                                
                                
                                                                 
                                                    Attachment #4
                  OPERATIONS SECURITY GUIDANCE
                               FOR
                           CONTRACTORS

DEFINITION

     Operations  security, or OPSEC, is the  process  of  denying
adversaries  information about friendly  (our)  capabilities  and
intentions by IDENTIFYING, CONTROLLING, AND PROTECTING INDICATORS
associated  with planning and conducting military operations  and
other activities.  OPSEC applies and should be emphasized at  all
levels  of  management down to the lowest shop and office  level.
Essentially, OPSEC has two objectives:

     1.  Protecting friendly operations

      2.  Degrading  an  adversary's  war  fighting  capabilities
through  denial or control of information essential for  planning
and decision making.

BACKGROUND

     One  of  the  prime  objectives  of  the  U.S.  intelligence
community  is  the  early  acquisition  of  critical  information
regarding  the  research,  development, testing,  and  evaluation
(RDT&E)  of  adversarial military weapon systems  and  associated
hardware.   Conversely,  there is  no  doubt  that  this  nations
POTENTIAL  adversaries  are  also  very  interested  in  our  own
development of military systems.

      1.   The  reason for this mutual interest derives from  the
basic  objectives  of  military  intelligence:   to  avoid  being
surprised  on the battlefield, while at the same time having  the
ability  to  render an adversary helpless through the element  of
surprise.

      2.   To avoid being surprised on the battlefield, it is  of
utmost  importance  to  have  prior  knowledge  of  weapons   the
adversary  might use, their capabilities, methods  of  employment
and susceptibility to countermeasures and countertactics.  It  is
imperative  that  this  information  be  acquired  as  early   as
possible, thus making the development and initial testing  phases
of a weapon system a prime target for intelligence collection.

      The  purpose  of  this foreign intelligence  effort  is  to
determine  general developmental trends of future U.S.  weaponry,
to  obtain  hard-core parametric data about specific  weapons  in
order   to   devise  countermeasures,  and  to  acquire  advanced
technology  that  could  possibly reduce developmental  time  and
money associated with a country's own military hardware programs.

      With  this  emphasis,  it is easy  to  understand  why  our
potential adversaries are most interested in the work and results
of the department of Defense and its CONTRACTORS.

      Experience from the early days of Vietnam and the  original
OPSEC   effort  (code-named  Purple  Dragon)  demonstrated   that
something   other   than   the  traditional   security   programs
(information,  personnel, physical and industrial  security)  was
required  to  maintain  this element of  surprise  and  to  deter
foreign intelligence collection efforts.  This has developed  the
OPSEC  concept  which,  unlike  conventional  security  programs,
focuses  on  identifying and protecting the SPECIFIC  information
needed  by  an  adversary  to undermine the  effectiveness  of  a
specific operation or weapon system.

                                2
     OPSEC  is  not  designed  to  replace  traditional  security
programs.   Traditional  security  programs  are  aimed  at   the
protection of classified information, while OPSEC is aimed at the
protection of INDICATORS, classified or unclassified, that reveal
U.S. CAPABILITIES OR INTENTIONS.

     Evaluations of peacetime and crisis deployments:  exercises,
reconnaissance,  systems acquisition tests, personnel,  logistics
and  security  functions:  test ranges, laboratories,  and  other
activities, revealed the need to apply OPSEC to RDT&E  activities
as well as combat operations.

INDICATORS

      Unless an adversary has access to planning actions by means
of  espionage that exploit classified information, he must depend
on intelligence derived from detectable activities.

       1.     Detectable  activities  include  any  emission   or
reflection of energy, any action, or anything that can be  easily
observed  or recorded, and ALL MATERIAL AVAILABLE TO THE  PUBLIC.
Detectable  activities  are  defined as  activities  incident  to
routine operations that convey information to our adversaries.

      2.    When detectable activities are observed, photographed
or  "detected" by human or technical means, they may provide  our
adversaries  with  sufficient information  to  reach  conclusions
approximating  classified information about  our  intentions  and
capabilities.   This enables our adversaries  to  make  effective
planning decisions.

       3.     Routinely,   detectable  activities  are  harmless:
however, when the information revealed is ESSENTIAL to the  needs
of  the  adversary, it may compromise our end product and  negate
our  efforts.  These harmful detectable activities are  known  as
INDICATORS AND OBSERVABLES.

           a.   An  indicator  is any item of  information  which
reflects  an  intention or capability.  Indicators  are  obtained
from  documentation such as supply stubs, personnel records, test
schedules,   test   plans,  OPSEC  plans,  required   operational
capabilities,  program  introductions, mission  statements,  test
evaluations, etc.

           b.  An observable is an activity or anything (such  as
equipment,  technical documents, etc.) that can  be  observed  or
photographed  by  human  agents or any  of  the  multidisciplined
technical   intelligence   collection   methods   such   as   the
interception  and  analysis of compromising computer  emanations,
radio  and  telephone communications, radar emissions, and  other
intentional and unintentional electronic emissions,  as  well  as
technical  imaging  techniques  such  as  photography,   infrared
photography, and radar imagery.

PROCESS

     OPSEC is the process used in the RDT&E community to maintain
the element of surprise regarding the development of U.S. weapons
systems.   OPSEC,  as applied to weapons systems development,  is
the  identification,  control  and  protection  of  the  specific
essential   information  needed  by  an  adversary   to   develop
countermeasures  and  countertactics,  or  that  which  could  be
crucial in the transfer of technology.  The essential information
that  must  be  protected need not be classified and  is  usually
viewed as unimportant when examined in isolation.


                                3
OPSEC is a systematic process designed to be an integral part  of
overall planning.

      1.   OPSEC  planners  must first establish  an  OPSEC  team
composed  of  employees from various areas.  The reason  for  the
team  approach is that OPSEC analysis requires close coordination
between  management,  security specialists,  and  subject  matter
experts.

      2.   The key to the OPSEC concept is the identification  of
the  information that requires protection.  This  information  is
called  ESSENTIAL ELEMENTS OF FRIENDLY (our) INFORMATION or  EEFI
and  may  be  corporate proprietary data, classified information,
privacy  data,  For Official Use Only material, or  unclassified,
but national security-sensitive information.

      3.   When  identifying EEFI, the team should include  those
items of information which when put together, would give either a
piece  or  all  of  the  essential  information.   This  step  is
necessary  because an adversary, like a puzzle  enthusiast,  does
not need all the pieces to accurately guess what the picture is.

      4.   Next  the  team  must  identify  the  threat  to  that
information  by creating a composite profile of their adversary's
intelligence collection capabilities.

     5.  Chronologically identifying all activities involving the
essential  information is the next step.  All activity, including
supporting  activities  that might reveal essential  information,
must  be  reviewed.  It is important to ensure  the  sequence  of
events is exactly how the operation really works rather, than how
management plans for it to work.

      6.  Each event in which sensitive information appears is an
opportunity  for  an adversary to exploit, and is  considered  an
OPSEC vulnerability.

     7.  It is imperative to assume the adversary's point of view
during  the  OPSEC process: in order to know what our adversaries
see,   we   must  look  at  our  operations  with   their   eyes.
Additionally, from a fiscal point of view, if an adversary cannot
exploit  a  vulnerability  because  of  the  limitations  in  his
intelligence collection capabilities, then no countermeasures are
required.  On the other hand, if the adversary has the capability
to exploit a vulnerability, then countermeasures are warranted.

       8.    Finally,  the  OPSEC  team  should  prioritize   the
vulnerabilities  from the most to the least  serious.   Then  the
team  can  select  countermeasures most effectively,  using  such
factors   as  cost,  ease  of  implementation,  and   number   of
vulnerabilities.

      9.   Two  concepts  the  OPSEC team  should  consider  when
developing countermeasures are:

           a.   Vulnerabilities can often be minimized but rarely
eliminated.

           b.   The  objective of the OPSEC program  is  to  make
collection  sufficiently difficult to persuade the  adversary  to
collect information somewhere else.

SPECIAL CONSIDERATIONS

       Normally,  contractors  activities  do  not  in   and   of
themselves,  generate  a great deal of sensitive  information  or
EEFI;   however, contractor facilities, equipment  and  employees
are  used  to store, transmit and process classified information,
unclassified  but  national security-sensitive  information,  and
EEFI which was generated outside their facilities.
                                
                                4
       Contractor   activities  usually  have  little   intrinsic
intelligence value until associated with a specific weapon system
or  activity.   Unclassified, non-proprietary, For  Official  Use
Only,  and  privacy  data  are not generally  national  security-
related  issues;  however, this type of information, when  merged
with  information  pertaining  to  specific  weapons  or  weapons
systems, may become sensitive or even classified.  Therefore,  it
is incumbent upon all contractors to ascertain the sensitivity of
information  before  introducing  the  information   into   their
facilities.

      Operations and activities can be roughly divided  into  two
categories   with   respect  to  OPSEC:  work  performed   inside
workspaces and work performed outside workspaces.

      1.   INSIDE  workspaces  OPSEC is  covered  by  traditional
security  programs.  Protecting information whether contained  in
computers, on written documents, or in communications networks is
a  matter  of complying with information, personnel, and physical
security procedures.  The essence of OPSEC inside work spaces  is
identifying  the  information you need to  protect,  establishing
minimum   procedures   for  protecting  that   information,   and
communicating this to employees.

      The  sensitivity of information received by (as opposed  to
generated  by)  the  facility  from  external  sources  must   be
determined  and  appropriately communicated to employees  at  the
time this information is received at the facility.

      2.   Whenever  work  is  performed OUTSIDE  workspaces,  or
whenever  EEFI  is  released  from  YOUR  workspaces  (to   other
workspaces  in or out of your facility) for whatever  reason,  an
OPSEC   determination   is  necessary:    will   the   activities
unnecessarily expose sensitive information, and what can be  done
to  counter this exposure?  This analysis must then be documented
in  the form of an OPSEC plan.  The OPSEC plan must address  five
issues:

            a.    The   activity  that  involves  the   sensitive
information

          b.  The sensitive information that might be exposed

          c.  The threat to that information

           d.  Where the information is vulnerable or what is  it
about the activity that exposes this information.

           e.   What countermeasures can be applied to reduce  or
eliminate these vulnerabilities.


                                5
                                              ONIINST 5540.1 CH-1
                                               12 May 1994

            SENSITIVE COMPARTMENTED INFORMATION GUIDE

1.    This  contract  requires access to Sensitive  Compartmented
Information as validated by the following Contract Monitor:

     Name:          John Hurley

       Organization:        Naval  Air  Warfare  Center   Weapons
Division,
                           Information  Warfare  Division,  Point
Mugu, CA

     Telephone:     (805) 989-3781

2.   The following are designated as responsible Special Security
officers for Sensitive Compartmented Information requirements  of
this contract:

OVERALL SECURITY ADMINISTRATION              ON-SITE

Director,  Office  of Naval Intelligence        Special  Security
Officer
ONI-532/SCI  Contracts Management Team        Naval  Air  Warfare
Center Weapons
4251 Suitland Road                      Division
Washington, DC 20395-5720                    Point Mugu, CA 93042-
5001


3.    The  accredited secure areas utilized for  the  purpose  of
Sensitive   Compartmented  Information   research,   development,
production, and storage in support of this contract are under the
exclusive  responsibility  of  the  designated  Special  Security
offices  and  will be identified to the appropriate DIS  Security
Office by the On-Site Special Security Officer upon request.

4.    Sensitive  Compartmented data furnished to  the  contractor
will  require  special  security controls  beyond  those  of  the
Industrial  Security  Manual.  These  supplementary  requirements
will be furnished and/or made available to the contractor by ONI-
5 via the On-Site Special Security Officer.

5.    Sensitive Compartmented Information or material will not be
released   to   any  activity  or  person  of  the   contractor's
organization not directly engaged in providing services under the
contract  or  to  another contractor (including  subcontractors),
government  agency,  private individual, or organization  without
specific  release approval of the originator of the material,  as
outlined   in  governing  directives,  and  prior  approval   and
certification   of  "need-to-know"  by  the  designated   project
manager/contract sponsor (see paragraph 1 above).

6.    Sensitive Compartmented Information will not be released to
foreign nationals or immigrant aliens who may be employed by  the
contractor, regardless of the level of their security clearance.

                                     Attachment to DD Form 254 #5
                                                     UNCLASSIFIED
                                              OPNAVINST C55 13.2B
                                                                 
UNCLASSIFIED

01. IDENTIFYING DATA

  ID:  02B-20
  CL:  U
  SU:  EA6B. PROWLER
  OC:  NAVAIR (AIR-720), OPNAV (OP-506G) : DIIC-A
  CA:  COMNAVAIR: OPNAV (OP-05)
  OD:  74-04-02
  CD:  84-04-01
 *RD:  86-04-01

02. Threat/Background:  THE ENEMY HAS SHOWN QUICK REACTION TO OUR
NEW EW CAPABILITIES.  SETTING UP A NEVER-ENDING REACTIONARY CHAIN
OF INTELLIGENCE GATHERING AND TECHNICAL IMPROVEMENTS.  THE THREAT
WITH  RESPECT TO ELECTRONIC WARFARE AND OUR REPSONSE  TO  IT,  IS
DICTATED BY THE LASTEST ADVANCEMENTS ON THE PART OF THE POTENTIAL
ENEMY.   THE EA6B WEAPONS SYSTEM PROVIDES INCREASED SURVIVABILITY
FOR  NAVA  TACTICAL AIRBORNE (TACAIR) STRIKE FORCES BY  DEGRADING
ENEMY ELECTRONIC DEFENSIVE CAPABILITIES

03.  MISSION:  THE EA-6B'S PRIMARY MISSION IS THE SUPPRESSION AND
DEGRADATION OF ENEMY DEFENSE SYSTEMS BY TACTICAL JAMMING OF ENEMY
ELECTRONIC  ACTIVITY.  SECONDARY MISSIONS INCLUDE  PASSIVE  EARLY
WARNING FOR FLEET DEFENSE AND BATTLEFIELD ELECTRONIC SURVEILLANCE

04. FINANCIAL

  A.  PRIOR TO BUDGET SUBMISSION: FOUO

  B.  SUBSEQUENT TO BUDGET SUBMISSION: U

  C.  UNIT COST: U

05. MILESTONES

  A.  PRODUCTION AND PROGRAM SCHEDULES: U

06.  DESIGN PERFORMANCE AND FUNCTIONAL CHARACTERISTICS

  A.  AIRFRAME: U

  B.  ALQ-99
     (1)  COUNTER COUNTERMEASURES CAPABILITY: S-OADR
     (2)  DESIGN INFORMATION
           (A)  DESIGN TECHNIQUE- ALL METHODOLOGY ASSOCIATED WITH
NOISE
                 GENERATION,   INCLUDING  METHOD  OF   GENERATING
MODULATION
               AND CODING:  S-OADR
          (B)  METHODS OF NOISE AMPLIFICATION: U
     (3)       RANGE (MAXIMUM):  S-OADR
     (4)  RELIABILITY: U
           (A)        ALL MTBF(MEAN TIME BETWEEN FAILURE) FIGURES
ASSOCIATED
          WITH THE EQUIPMENT: U
     (5)  SIGNATURE CHARACTERISTICS
          (A)  NUMERICAL FREQUENCY BANDWIDTH: C-OADR
          (B)  SPECIFIC FREQUENCY: C-OADR
          (C)  SENSITIVITY: C-OADR
          (D)  MODULATION & CODING: S-OADR
          (E)  DATA COLLECTED: S-OADR
          (F)  OUTPUT-INPUT CHARACTERISTICS SUCH AS POWER IN
            WATTS  TO  THE  ANTENNA,  EFFECTIVE  RADIATED  POWER,
          MAXIMUM OUTPUT
          FREQUENCY

                    PAGE 01                  ENCLOSURE (20)
                                             UNCLASSIFIED
                                        
                                        UNCLASSIFIED
                                                                 
                                                      10 JAN 1992
                                                        OPNAVINST
                                                         C5513,2B
                                                                 
                REVISED AN/APS-130 SECURITY GUIDE
                                
01.  IDENTIFYING DATA

          ID:  02B-  .1

          CL:  U

          SU:  AN/APS-130 RADAR SYSTEM

          OC:  NAVAIR (AIR-7121/AIR-546)

          CA:  NAVAIR (AIR-05)

          OD:

          CD:

          RD:

02.  THREAT/BACKGROUND:

     THE AIR THREAT TO OPERATIONS OF U.S. NAVAL FORCES MAY BE
     CONSIDERED AS COMPROMISED OF TWO CATEGORIES:  ANTI-SHIP AND
     ANTI-AIR.  THE ANTI-SHIP THREAT CONSISTS OF AIRCRAFT CAPABLE
OF
     LAUNCHING LONG RANGE STANDOFF MISSILES AGAINST ELEMENTS OF
     THE FLEET AND AIRCRAFT WHOSE SPEED AND RANGE CAPABILITIES
     MAKE THEM
     SUITABLE FOR DIRECT, CLOSE-IN ATTACK OF FLEET ELEMENTS.  IN
     ADDITION, CRUISE MISSLES CAN BE LAUNCHED AGAINST THE FLEET
     IN A COORDINATED ATTACK FROM SUBMARINES AS WELL AS SURFACE
     VESSELS.
     THE ANTI-AIR THREAT CONSISTS OF AIRCRAFT SUCH AS THE MIG-29
     FULCRUM, SU-27 FLANKER AND SU-15 FLAGGON AND ANTI-AIRCRAFT
     MISSILES THAT CAN CHALLENGE OUR AIRCRAFT IN AN OPERATING
     REGION.

03.  MISSION:

     THE RADAR SET DEFINED HEREIN IS INSTALLED IN THE EA-6B
AIRCRAFT.
     THE RADAR SET PROVIDES THE AIRCRAFT WITH NAVIGATION, GROUND
     MAPPING AND TARGET DETECTION CAPABILITY

04.  FINANCIAL:

          A.  UNIT COST                      --U


                                   ENCLOSURE (1)
                                   TO NASC LTR AIR71212G/00417
                                   2/7/92
                           PAGE 1 OF 3
05.  MILESTONES

          A.   NUMBERS CONTRACTED FOR             --U
          B.   PRODUCTION AND PROGRAM SCHEDULES   --U
          C.   RATE OF DELIVERY                   --U
          D.   NUMBERS DELIVERED                  --U

06.  PERFORMANCE DATA AND TECHNICAL CHARACTERISTICS

          A.   RADAR SYSTEM ACCURACY
                    1.   RANGE ACCURACY      --C OADR
                    2.   AZIMUTH ACCURACY         --C OADR

          B.   RANGE MAXIMUM                 --C OADR

          C.   RESOLUTION                         --U

          D.   PEAK POWER OUTPUT                  --U

          E.   MODULATION CHARACTERISTICS         --U

          F.   RECEIVER SENSITIVITY               --C ODR

          G.   SIGNATURE CHARACTERISTICS
               (1)  ALPHABETIC FREQUENCY          --U
               (2)  NUMERICAL FREQUENCY BANDWITH  --C OADR
               (3)    SPECIFIC FREQUENCIES, EXCEPT
                     WHERE THEY WOULD REVEAL THE
                     BANDWIDTH                    --U

          H.   RELIABILITY                        --U

07.  OPERATIONAL AND TACTICAL:

          A.   VULNERABILITY TO COUNTERMEASURES   --C OADR

          B.   MILITARY APPLICATIONS              --C OADR

08.  HARDWARE

          A.   IP-1342/APS-130 INDICATOR, AZIMUTH-     --U
               RANGE,(DVRI)

          B.   PP-6574/APQ-148 POWER SUPPLY,      --U
               (LVPS)

          C.   T-1396/APS-130 TRANSMITTER,        --U
               RADAR, (T/M) EXCEPT WHEN FREQUENCY
               BANDWIDTH IS REVEALED THEN IT BECOMES
               CONFIDENTIAL

                           PAGE 2 OF 3
HARDWARE CONTINUED:

     D.   C-10535/APS-130 CONTROL RADAR SET            --U

     E.   AS3325/APS-130, ANTENNA-RECEIVER, RADAR      --U
          EXCEPT WHEN FREQUENCY BANDWIDTH IS REVEALED
          THEN IT BECOMES CONFIDENTIAL

     F.   0-1778/APS-130 GENERATOR, REFERENCE SIGNAL   --U
           (RSG)

     G.   IP-1060A/APQ-148, INDICATOR, AZIMUTH-ELEVATION    --U
           -RANGE, (PHD)

     H.   WAVEGUIDE ASSEMBLY                      --U

     I.   MOUNT FIXTURES, CABLE ADAPTERS AND PRESSURE  --U
          BOTTLE ASSEMBLY

     J.   END ITEM IS UNCLASSIFIED UNLESS NUMERICAL FREQUENCY
          BANDWIDTH IS REVEALED, THEN IT BECOMES CONFIDENTIAL.

09.  COMPUTER RESOURCES:

          A.   IF SOFTWARE REVEALS CLASSIFIED PARAMETERS THEN
               IT IS CLASSIFIED AS CONFIDENTIAL, OTHERWISE
               UNCLASSIFIED

          B.   CLASSIFY MEDIA ACCORDING TO CONTENT

10.  OTHER:

          A.   DEGREE OF PROTECTION IN TRANSIT IS      --U

11.  SECONDARY JUSTIFICATION:

          U.S. GOVERNMENT AND ITS CONTRACTORS

                           PAGE 3 OF 3
                                                                 
                                                        OPNAVINST
                                                         C5513,2B
                                                                 
                                                      07 FEB 1992
                                                           w/CH-1
                                                                 
            NEW AN/APS-130 (*) ADVCAP SECURITY GUIDE
                                
01.  IDENTIFYING DATA:

     ID:  02B-

     CL:  U

     SU:  AN/APS-130 (*) ADVCAP RADAR SYSTEM

     OC:  NAVAIR (AIR-7121/AIR-546)

     CA:  NAVAIR (AIR-05)

     OD:

     CD:

     RD:

02.  THREAT/BACKGROUND

     THE AIR THREAT TO OPERATIONS OF U.S. NAVAL FORCES MAY BE
     CONSIDERED  AS  COMPRISED OF TWO CATEGORIES:  ANTI-SHIP  AND
     ANTI-AIR.  THE ANTI-SHIP THREAT CONSISTS OF AIRCRAFT CAPABLE
     OF LAUNCHING LONG RANGE STANDOFF MISSLES AGAINST ELEMENTS OF
     THE  FLEET  AND AIRCRAFT WHOSE SPEED AND RANGE  CAPABILITIES
     MAKE  THEM  SUITABLE FOR DIRECT, CLOSE-IN  ATTACK  OF  FLEET
     ELEMENTS.   IN  ADDITION,  CRUISE MISSLES  CAN  BE  LAUNCHED
     AGAINST THE FLEET IN A COORDINATED ATTACK FROM SUBMARINES AS
     WELL  AS  SURFACE VESSELS.  THE ANTI-AIR THREAT CONSISTS  OF
     AIRCRAFT SUCH AS THE MIG-29 FULCRUM, SU-27 FLANKER AND SU-15
     FLAGGON  AND  ANTI-AIRCRAFT MISSILES THAT CAN CHALLENGE  OUR
     AIRCRAFT IN AN OPERATING REGION.

03.  MISSION:

     THE  RADAR SET DEFINED HEREIN WILL BE INSTALLED ON THE EA-6B
     ADVANCE   CAPABILITY  (ADVCAP)  AIRCRAFT.   THE  RADAR   SET
     PROVIDES  THE  AIRCRAFT WITH NAVIGATION  CAPABILITY,  TARGET
     DETECTION,   GROUND   MAPPING,   AND   WEATHER   PENETRATION
     PERFORMANCE.   ADDITIONALLY  IT PROVIDES  COMPOSITE  DISPLAY
     VIDEO COMPATIBLE WITH EA-6B ADVCAP AIRCRAFT'S MULTI-FUNCTION
     DISPLAY SYSTEM

04.  FINANCIAL:

          A.  UNIT COST


                                    REC'D AS ENCL (1) TO NASC LTR
                                  5513 SAIAIR-0TT3A/0160A/2-18-92
                                                                 
                                                                 
                                                                 
                                                                 
                           PAGE 1 OF 3
05.  MILESTONES:

          A.   NUMBERS CONTRACTED FOR             --U
          B.   PRODUCTION AND PROGRAM SCHEDULES   --U
          C.   RATE OF DELIVERY                   --U
          D.   NUMBERS DELIVERED                  --U

06.  PERFORMANCE DATA AND TECHNICAL CHARACTERISTICS

          A.   RADAR SYSTEM ACCURACY
               1.   RANGE ACCURACY           --C OADR
               2.   AZIMUTH ACCURACY              --C OADR

          B.   RANGE MAXIMUM                 --C OADR

          C.   RESOLUTION                         --U

          D.   PEAK POWER OUTPUT                  --U

          E.   MODULATION CHARACTERISTICS         --U

          F.   RECEIVER SENSITIVITY               --C OADR

          G.   SIGNATURE CHARACTERISTICS
               (1)  ALPHABETIC FREQUENCY          --U
               (2)  NUMERICAL FREQUENCY BANDWIDTH --C OADR
               (3)  SPECIFIC FREQUENCIES, EXCEPT
                    WHERE THEY WOULD REVEAL
                    BANDWIDTH                --U

          H.   RELIABILITY                        --U

07.  OPERATIONAL AND TACTICAL:

          A.   VULNERABILITY TO COUNTERMEASURES   --C OADR

          B.   MILITARY APPLICATION               --C OADR

08.  HARDWARE

          A.   ANTENNA ASSEMBLY AN/APS-130 (*)
               1.  ANTENNA PEDESTAL               --U
               2.  ANTENNA ARRAY                  --U  (R
               EXCEPT WHEN FREQUENCY BANDWIDTH IS
               REVEALED THEN IT BECOMES CONFIDENTIAL

          B.   RECEIVER AN/APS-130           --U
               EXCEPT WHEN FREQUENCY BANDWIDTH IS REVEALED
               THEN IT BECOMES CONFIDENTIAL

                           PAGE 2 OF 3
HARDWARE CONTINUED:

     C.   T-1192/APQ-148 TRANSMITTER/MODULATOR (T/M)   --U
          EXCEPT WHEN FREQUENCY BANDWIDTH IS REVEALED THEN
          IT BECOMES CONFIDENTIAL

     D.   SERVO ELECTRONIC UNIT (SEU)                  --U

     E.   LOW VOLTAGE POWER SUPPLY (LVPS)              --U

     F.   GENERATOR, REFERENCE SIGNAL (RSG)            --U

     G.   WAVEGUIDE ASSEMBLY                      --U

     H.   MOUNT FIXTURES, CABLE ADAPTERS AND PRESSURE
          BOTTLE ASSEMBLY                              --U

     I.   END ITEM                                --U
          EXCEPT WHEN FREQUENCY BANDWIDTH IS REVEALED
          THEN IT BECOMES CONFIDENTIAL

     J.   EXTERNAL VIEW, EXCEPT WHERE NUMERICAL FREQUENCY
          BANDWIDTH IS REVEALED                        --U

09.  COMPUTER RESOURCES:

          A.   IF SOFTWARE REVEALS CLASSIFIED PARAMETERS THEN
               IT   IS   CLASSIFIED  AS  CONFIDENTIAL,  OTHERWISE
               UNCLASSIFIED
          
          B.   CLASSIFY MEDIA ACCORDING TO CONTENT

10.  OTHER:

     A.   DEGREE OF PROTECTION IN TRANSIT, SEE (08. HARDWARE)
          BREAKDOWN

11.  SECONDARY DISTRIBUTION:

          U.S. GOVERNMENT AND ITS CONTRACTORS


                           PAGE 3 OF 3
                                                        23 MAR 90
                                                        OPNAVINST
                                                         C5513.2B
                                                                 
OR-262/ALQ-99 RECEIVER PROCESSOR GROUP

01.  IDENTIFYING DATA
     ID:  02B-
     CL:  U
     SU:  OR-262/ALQ-99  RECEIVER PROCESSOR GROUP (RPG)
     OC:  NA VAIR (AIR-7121/AIR-54623B/PMA-234)
     CA:  COMNAVAIR
     OD:  84/06/29
     CD:
     RD:

02.  THREAT/BACKGROUND

      A.    THE  AN/ALQ-99  RPG  is a computer  controlled  radar
receiver.
          It  contains  a total of 22 separate WRA's  to  counter
          communications and radar threats and interface with the
          on-board jammers in the EA-6B ADVCAP aircraft.

03.  MISSION

      A.    THE  AN/ALQ-99  RPG mission is  to  detect,  analyze,
identify
            and  locate  communications/radar  emissions  and  to
prioritize
          against  known  detected threats.  This information  is
          then  sent to the on-board jammers to provide effective
          jamming of selected threat signals.

04.  FINANCIAL

     A.   Prior to budget submission:   FOUO
     B.   Subsequent to budget submission:   U

05.  MILESTONES

     A.      Initial   operational   capability   (IOC)    dates:
     C(Declassify     after IOC)

06.  DESIGN, PERFORMANCE AND FUNCTIONAL CHARACTERISTICS

     A.   ACCURACY:
          (1)  Circuitry:     C-OADR
          (2)  Frequency set-on:   S-OADR
          (3)  Scan rate/synchronization:  S-OADR
          (4)  Passive location:   S-OADR

     B.   ALTITUDE: N/A

     C.   COUNTERMEASURE CAPABILITY:  S-OADR

     D.   DESIGN INFORMATION
          (1)  Media:    Classify according to content.
                                                                 
                                                 Enclosure (4) to
                                           NASC ltr Air 71212E/1a
          (2)  Operational characteristics:  S-OADR
          (3)  Functional capabilities
               a.   Detection of emitter types:   S-OADR
               b.   Identification:     SNF-OADR
               c.   Jammer blanking duty cycle:   C-OADR
                d.    Ability to measure and process signals:  S-
OADR
               e.   Scan rate/Synchronization:    C-OADR
                f.    Cooperative operation with ALQ-149:      S-
OADR
                g.    Cooperative operation with  other  systems:
C-OADR

     E.   OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE:  U

     F.   RANGE:
          (1)  Predicted Detection:     S-OADR
          (2)  Operational Detection:   S-OADR

     G.   RELIABILITY:
          (1)  Specified MTBF/MTTR:     U
          (2)  Demonstrated MTBF/MTTR:  C-OADR

     H.   RESOLUTION:
          (1)  Frequency Characteristics:    S-OADR
          (2)  Sensitivity:   S-OADR
          (3)  Emitter Parameters measurements:   S-OADR
          (4)  Close Signal Separation: S-OADR

     J.   SIGNATURE CHARACTERISTICS:
          (1)  Frequency Range:    S-OADR
          (2)  Bandwidth:     C-OADR
          (3)  Power Output:  S-OADR
          (4)  Receiver Sensitivity:    S-OADR
          (5)  Modulation and Coding:   S-OADR
          (6)  Data Collected:     S-OADR
          (7)  VSWR:     U
          (8)  Impedance Characteristics:    U

     K.   SYSTEM CAPACITY
          (1)  Target capability:  S-OADR
          (2)  Data Storage capability: C-OADR
          (3)  Information Rate:   C-OADR
           (4)   Emitter/Beam processing size capability:      S-
OADR
          (5)  Mission/Active files size capability:   C-OADR
           (6)   Emitter/Beam processing rate capability:      C-
OADR

     L.   VULNERABILITY: S-OADR

     M.   TECHNICAL ADVANCES IN THE STATE-OF-ART: S-OADR

07.  OPERATION AND TACTICAL

     A.   Test and Evaluation plans:    S-OADR

     B.   Test and Evaluation results:  S-OADR

     C.   Operational design characteristics:     S-OADR

08.  HARDWARE

     A.   Classification of End Item:
          (1)  Individual WRA's:   U
          (2)  Complete System:    C-OADR

     B.   External View:
          (1)  WRA's less Antenna Ground Planes:  U
          (2)  Antenna Ground Planes    C-OADR

     C.   Military Applications:
           (1)   If  information  reveals specific  capabilities:
S-OADR

     D.   Number Contracted:  U

     E.   Production and Program Schedules:  U

     F.   Rate of Delivery:        U

     G.   Numbers Delivered:  U

     H.   Degree of Protection in Transit: According to
Classification

     J.   Unit Cost:     U

09.  COMPUTER RESOURCES

      A.    Programming  containing routine processor  functions:
U

     B.   Programming dealing with Threat, ID Files, Threat
          Recognition and Prioritization routines:     S-OADR

       C.    Programming  dealing  with  functions  that  contain
Technical Characteristics:    S-OADR

10.  OTHER

      A.    DATA  AND  SOTWARE    Data and software developed  or
produced  will be classified according to content  and  level  of
coding  -  OADR.

      B.   STORAGE MEDIUM Storage media (i.e., card decks, tapes:
disc, solid state or core memories, etc.) and host computers will
be  classified  in accordance with the highest classification  of
the  information contained and the level of coding in  which  the
storage device/computer is programmed -  OADR.

      C.    MEDIA  GUIDELINES    Technical papers, classified  or
unclassified,  to  be  presented  at  classified  symposium   and
unclassified  papers for public release must be reviewed  through
the  appropriate chain of command.  Within the Department of  the
Navy,  classification and specific requirements are specified  in
OPNAVINST  5513.2B.   If  conflicts or  serious  questions  arise
contact  the  cognizant  NAVAIR  program  office  (PMA-2342)  for
clarification and/or resolution. The establishment of  levels  of
security classification for tactical deployment within a  theater
is the responsibility of the theater commander and may be changed
periodically to meet changing tactical conditions.

D.     SHIPPING  PROVISIONS  AN/ALQ-99  RPG  hardware  which   is
classified
     Confidential  may  be shipped within the  CONTINENTAL  U.S.,
     Hawaii, and Alaska as unclassified by any mode of authorized
     transportation   when   packaged   as   described    herein.
     Furthermore,  this material, which is so  packaged,  may  be
     stored  in  open  storage  on a U.S. Government  reservation
     within  the  CONTINENTAL  U.S., Hawaii.,  and  Alaska.   The
     packaging  which qualifies for such shipping and storage  is
     in  a  container sealed with strap type numbered  seals,  or
     when  in  metal  or  wooden containers, or  pallet  adaptors
     banded, on a pallet or skid.  The palletized unit load  must
     be  steel  banded,  horizontally  and  vertically,  with   a
     vertical  band  passing beneath the pallet or  skid  bed  to
     secure  the containers/items in place.  The gross weight  of
     such  unit load must exceed 200 pounds and will provide such
     security  as  to  prevent any single item or container  from
     being removed without cutting the band or breaking the seal.
     The  shipping instructions set forth herein do  not  relieve
     the  Contractor  of the responsibility for  compliance  with
     other provisions of para 17, ISM, DOD 5220.22-M.

E.      INQUIRIES   All   inquiries   concerning   the   security
classification assignments outlined herein shall be forwarded  to
NAVAIRSYSCOM (AIR-7121/AIR-54623B).

F.    DISTRIBUTION  STATEMENT/DESTRUCTION NOTICE  (for  Technical
Documents)

     (1) DISTRIBUTION STATEMENT D. Distribution authorized to DOD
     and  DOD  contractors only;  critical technology  of  5  May
     1987.  Other requests for this document will be referred  to
     NAVAIRSYSCOM (AIR-7121).
     
     2.  DESTRUCTION NOTICE   All technical documents marked with
     Distribution  Statement D will also be  marked  "DESTRUCTION
     NOTICE".
     For  classified  documents, follow  the  procedures  in  DOD
     5220.2M;  Industrial Security Manual, Section II-19  or  DOD
     5200.1R, Information Security Program Regulation, Chapter IX
     (Chapter  17 of OPNAVINST 5510.1) for unclassified,  limited
     documents,   destroy  by  any  method  that   will   prevent
     disclosure of contents or reconstruction of the documents.
     
     3.   DECLASSIFICATION AND DESTRUCTION OF  HARDWARE   If  the
     system  is  not declassified by the end of the  life  cycle,
     removal  and  complete destruction of classified  components
     will  be  a  requirement.   In the case  of  memory  modules
     incorporating EEPROMS, a write-over function or program  may
     be used.


                                                      31 AUG 1992

Unclassified

01.  Identifying Data

     ID:  08B-

     CL:  U

     SU:  AN/ALQ-99

     SU:  Tactical Jamming System (EA-6B Aircraft)

     OC:  NAVAIRSYSCOM (AIR-07T/AIR-546)

     CA:  COMNAVAIRSYSCOM

     OD:

     CD:

     RD:

02.  Threat/Background:  EA-6B Threat Assessment manual

03.   Mission:   To degrade the enemy's effective  use  of  their
defensive and offensive radar.

04.  Financial:     Prior to budget submission-FOUO
               Subsequent to budget submission-U

05.  Milestones:    U

06.  Performance Data and Technical Characteristics:

     A.    Receiver,  Signal Processor, Control, Indicator  Group
     (On Board Sys)
     
     1.   Sensitivity                        C-OADR
     
     2.   DOA Accuracy                       C-OADR
     
     3.   Frequency Coverage                 C-OADR
     
     4.   Pulse Width Accuracy                    C-OADR
     
     5.   Antenna Radiation Patterns              C-OADR
     
     6.   Maximum Threat Density                  C-OADR
     
     7.   Surveillance Data Collected             S-OADR
     
     8.    Counter Countermeasure Vulnerability   S-OADR

                                             Encl (2) to NASC ltr
B.   Transmitter

     1.   Frequency Coverage                      C-OADR

     2.   Power Output (ERP)                      C-OADR

     3.   Antenna Gain or Pattern                      C-OADR

     4.   Amplifier Gain                          C-OADR

C.   Exciter

     1.   Frequency Coverage                      C-OADR

     2.   Power Input/Output                      U

     3.   Modulations

          a.   Titles                             U

          b.   Parameters (Names, eg. Frequency)       U

          c.   Parameter Limits, Accuracy, Resolution  S-OADR

     4.   Spurious and Harmonic Frequencies            C-OADR

     5.   Hardware                                     U

     6.   Software

          a.   Code                                    U

          b.    Descriptions-classified in accordance
               with topics in this guide.

D.   Pod Ram Air Turbine-Generator                     U

E.   Pod Hardback                                 U

F.   Pod Radome

      1.    Frequency Coverage (if related to band limits)     C-
OADR

07.  Operational and Tactical:

     A.   Test and Evaluation
     
       (1)  Dates and locations:     U
     
        (2)    Test procedures: specific test parameters shall be
     classified in accordance with topics in this guide.
       
       (3)  Test results: specific test and evaluation data shall
       be classified in accordance with topics in this guide.
     
     B.    Logistics  and  Support:     U (unless information  is
       revealed that is classified in other topics in this guide.

     C.    Tactics developed for Normal Operational-Use:   S-OADR
     (Tactics  for  special operations may  be  classified  at  a
     higher   level   and  will  be  published  individually   as
     required).
     
     D.   Projected Operating Environment Requirement and Parameters:
        S-OADR

     E.   Deployment Plans to Specific Platforms:  C-OADR

8.   Hardware:

     A.   Receiver, Signal Processing, Control, Indicator Group
        On Board System ICAP-2(or-227)


WRA                 NOMENCALTURE        END ITEM  EXT VIEW

Band 1 Receiver          R-1999/ALQ-99D      U         U

Band 2 Receiver          R-2000/ALQ-99D      U         U

Band 4 Receiver          R-2001/ALQ-99D      U         U

Band 6 Receiver          R-2003/ALQ-99D      U         U

Band 7 Receiver          R-2173/ALQ-99F      U         U

Band 8/9 "A" Receiver    R-1845/ALQ-99A      U         U

Band 8/9 "B" Receiver    R-2004/ALQ-99D      U         U

Computer Interface UnitCV-3650/ALQ-99F       U         U

Encoder             CM-484/ALQ-99F           U         U

Band 8/9 Sec Front End   AM-6839/ALQ-99      U         U

Video Display       IP-933/ALQ-99            U         U

Master Control      C-10803/ALQ-99F          U         U

Receiver Control    C-11234/ALQ-99F          U         U

Pod Power Control   C-10804/ALQ-99F          U         U

Receiver Monitor Control ID-2075/ALQ-99      U         U

Junction Box A      MX-10152/ALQ-99F         U         U

Nose Power Supply   P-7616/ALQ-99F           U         U

Aft Power Supply    PP-6160C/ALQ-99          U         U

Filter              F-1549/ALQ-99F           U         U

Band 7 Attenuator   CN-1577/ALQ-99F          U         U

RF Combiner         CV-2639A/ALQ-99          U         U

RF Divider          CV-2640A/ALQ-99          U         U

Band 8 2-Way Div/Comb    CV-3071/ALQ-        U         U

Band 8 3-Way Div/Comb    CV-3073/ALQ-99      U         U

Band 9 2-Way Div/Comb    CV-3072/ALQ-99      U         U

Band 9 3-Way Div/Comb    CV-3074/ALQ-99      U         U

Band 8/9 3-Way Comb CV-3069/ALQ-99           U         U

Band 1 Antenna      AS-2454/ALQ-99           U         U

Band 2 Antenna      AS-2455/ALQ-99           U         U

Band 4 Antenna      AS-2456/ALQ-99           U         U

Band 5/6 Antenna         AS-2910/ALQ-99      U         U

Band 7 Antenna      AS-3431/ALQ-99F          U         U

Band 8 Antenna      AS-2911/ALQ-99           U         U

Band 9 Antenna AS-3109/ALQ-99                U         U

Aft Equip Bay StructureMT-6126/ALQ-99F       U         U

Nose Power Supply Tray   MT-4380/ALQ-99      U         U

Aft Power Supply Tray    MT-4379/ALQ-99      U         U


Computer Interface Unit/CV-3994/ALQ-99J      U         U
Encoder


B.   Jamming Pod Group
     WRA            NOMENCLATURE   END ITEM  EXT VIEW

COMMON COMPONENTS:
Hardback       CY-6754B/ALQ-99          U         U
Low Band Radome/Ant AS-2453/ALQ-99      U         U
High Band Radome/CW-1089A/ALQ-99        U         U
Ram Air Turbine/Gen PU-785/ALQ-99       U         U
Gen Control Unit    CN-1568/ALQ-99      U         U
Current Transformer                     U         U


BAND DEPENDENT COMPONENTS:

Band 1 Transmitter  T-1440/ALQ-99       U         U

Band 1 Transmitter/ T-1502/ALQ-99       U         U
Antenna

Band 2 Transmitter  T-1441/ALQ-99       U         U

Band 4 Transmitter/ T-1099/ALQ-99       C*        C*
Antenna

Band 5/6 Transmitter/T-1250/ALQ-99      C*        C*
Antenna

Band 7 Transmitter/ T-1100/ALQ-99       C*        C*
Antenna

Band 7E Transmitter/T-1100B/ALQ-99      C*        C*
Antenna

Band 8 Transmitter/ T-1251/ALQ-99       C*        C*
Antenna

Band 9 Transmitter/ T-1252/ALQ-99       C*        C*
Antenna

Band 2/3 Transmitter/OT-174/ALQ-99      U         U
Antenna

Band 9/10 Transmitter/T-xxxx/ALQ-99     U         U
Antenna

Universal Exciter   CV-3649/ALQ-99      U         U

*C-OADR  (only  if  transmitter and  antenna  are  configured  in
combination;  otherwise unclassified)

9.   Other:

     A.   Contract delivery schedule and production rate:  U
B.   Public release of information shall be requested from
     NAVAIRSYSCOM (AIR-07D2).
     C.  Disposal:  Disposal instructions for any AN/ALQ-99 WRA's
     or SRA's shall be requested from NAVAIRSYSCOM (PMA-234).
                                                                 
     
                                
                     DEPARTMENT OF THE NAVY
                    NAVAL AIR SYSTEMS COMMAND
             NAVAL AIR SYSTEMS COMMAND HEADQUARTERS
                      WASHINGTON, DC 20361
                                
                                                             5513
                                               Ser AIR-07T3B/0343
                                                        28 Aug 92
                                                                 
From:     Commander, Naval Air Systems Command

Subj:     FORWARDING OF SECURITY CLASSIFICATION GUIDES

Encl:       (1)    OPNAVINST  C5513.2B-(  ),  AN/ALR-67   (V)   2
Countermeasures
          Receiving Set
     (2)  OPNAVINST C5513.2B-( ),  Improved Extended Echo Ranging
          System - Air Deployable Active Receiver AN/SSQ-101 (XN-
     1)
          & Avionics
     (3)  OPNAVINST C5513.2B- ( ), Cooperative Program Disclosure
          and Security Classification Manual for the AV-8B
           Harrier II Plus Weapon System
     (4)  OPNAVINST C5513.2B- ( ),  Signature Managed Air Traffic
          Control, Approach and Landing Systems (SMATCALS)
     (5)  OPNAVINST C5513.2B- ( ),  Evolved Seasparrow Missile
          Program
     (6)   OPNAVINST C5513.2B- ( ), S-3A:  Viking and S-3B Wpn System
         Improvement
     (7)   OPNAVINST C5513.2B- ( ), P-3B/C (Orion) Maritime Patrol
          Aircraft
     (8)  OPNAVINST C5513.2B- ( ), Rockeye II, MK 20 MODS
     (9)   OPNAVINST C5513.2B- ( ), CBU-78/B,  CBU-78/A/B,   CBU-
     78/B/B
          Gator Weapon System
     (10) OPNAVINST S5513.8B- ( ), Navy Integrated Electronic
          Warfare System (INEWS) Program
     (11) OPNAVINST C5513.2B- ( ), Advanced Rocket System

1.     Enclosures  (1)  through  (11)  are  forwarded  for   your
  information/use.   The enclosed security classification  guides
  have been approved by an Original Classification Authority  and
  are approved for immediate use.

2.    Should there be any questions, contact Neala Enfinger, AIR-
  07T3B, on (703) 692-8529 or DSN 222-8529.

/S/
S.B. MACKNIGHT
By direction

Distribution:
FKR

Copy to :
ASO Philadelphia

                                                        26 Aug 92
01:  IDENTIFYING DATA
     ID:  02B( )
     CL:  U
     SU:  AN/ALR-67(V)2 Countermeasures Receiving Set
     OC:  NAVAIR (AIR-546Y5/AIR-7121)
     CA:  COMNAVAIRSYSCOM
     OD:
     CD:
     RD:

2.   THREAT/BACKGROUND

     A.    This guidance is applicable in the absence of specific
       electronic   countermeasures  (ECM)/defensive   electronic
       countermeasures (DECM) program guidance.
     
     B.   Information previously authorized for publication at a lower
        classification is not upgraded.
     
     C.   The AN/ALR-67 (V) 2 is a radar threat warning system.  It
       has three different types of receivers;  a broadband crystal
       video receiver, a super-heterodyne receiver, and an integrated
       low-band receiver.  It also has an antenna array and an azimuth
       indicator,  which are controlled by a new CP-1293C  threat
       processor.  The AN/ALR-67 (V)2 is used in the F/A-18, A-6, F-14
       and AV-8B aircraft.

03.  MISSION

     A.   The mission is to provide radar threat warnings.  Threats
       may
          be  updated  via  software changes to the  programmable
     memories.

04.  FINANCIAL

     A.   Prior to budget submission:  FOUO
B.   Subsequent to budget submission:  U

5.   MILESTONES

     A.   Initial operational capability (IOC) dates:  U


- -----------------------------------------
DISTRIBUTION STATEMENT D:  Distribution authorized to DOD and DOD
contractors  only.  Administrative/Operational Use,  30  JAN  90.
All  other  requests  for  this document  shall  be  referred  to
COMNAVAIRSYSCOM (AIR-546).

ENCLOSURE (1) TO NASC LTR 5513
Ser AIR-07T3B/0343 OF 28 Aug 92       -1-
6.   DESIGN, PERFORMANCE AND FUNCTIONAL CHARACTERISTICS


     A.   AN/ALR-67 (V) 2
     
     (1)  ACCURACY:   C-DECL-OADR
     
     (2)  ALTITUDE:   N/A
     
     (3)  COUNTERMEASURE CAPABILITY: 5-DECL-OADR
     
     (4)  DESIGN INFORMATION:
        A.   Classify media according to content

     (5)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE:  N/A
     
     (6)  RANGE:
          a.   Maximum effective:    S-DECL-OADR
b.   Minimum effective:  S-DECL-OADR

     (7)  RELIABILITY:  U
     
     (8)  RESOLUTION: S-DECL-OADR
     
     (9)  SIGNATURE CHARACTERISTICS:
          A.   Threat Signal Characteristics:  S-DECL-OADR
B.   Spectrum signature Data: S-DECL-OADR
C.   Operating Frequency:     C-DECL-OADR
D.   Frequency range:    C-DECL-OADR
E.   Sensitivity:   C-DECL-OADR

     (10)      SYSTEM CAPACITY
          A.   Maximum number of signals processed: S-DECL-OADR
B.   False alarm rate and ambiguities:  S-DECL-OADR

     (11)      VULNERABILITY:   S-DECL-OADR
     
     (12)      TECNICAL ADVANCES IN THE STATE-OF-THE-ART:N/A
                                
                               -2-
07.  OPERATIONAL AND TACTICAL
     Not applicable

8.   HARDWARE

A.   AN/ALR-67 (V)2

     (1)   Classification of End Item:    C-DECL-OADR
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  U
(9)   Unit Cost:    U
     (10) Embedded Software:  C-DECL-OADR

B.   CP-1293/ALR-67(V)2 Computer

     (1)   Classification of End Item:    C-DECL-OADR
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection in Transit:  U
(9)   Unit Cost:    U
(10)      Embedded Software:  C-DECL-OADR

C.    AS-3189/ALR-67V(2)Antenna, Azimuth  Indicator  IP-1276/ALR-
  67(V)2,Control Indicator C-10250/ALR-67(V)2, AS-3190/ALR-67(V)2
  Antenna

     (1)   Classification of End Item:    U
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  U
(9)   Unit Cost:    U

D.     R-2148/ALR-67(V)   Quadrant  Receiver,   R-2055/ALR-67(V)2
  Special
   Receivers
     (1) Classification of End Item:    C-DECL-OADR
     (2) External View:  U
     (3) Military Application:     U
     (4) Number Contracted:   U
     (5)  Production and Program Schedule:U
     (6)  Rate of Delivery:U

                                
                               -3-
     (7)  Numbers Delivered:    U
     (8)  Degree of Protection In Transit:U
(9)  Unit Cost:     U

                               -4-
9.   OTHER

     A.    DATA  AND SOFTWARE.    Data and software developed  or
       produced will be classified according to content and level of
       coding.
     
     B.   STORAGE MEDIUM.  Storage media (i.e., card decks, tapes:
       disc, solid state, or core memories, etc.) and host computers
       will be classified in accordance with the highest classification
       of the information contained in them.
     
     C.   MEDIA  GUIDLINES.     Technical papers,  classified  or
     unclassified,  to be presented at classified  symposium  and
     unclassified  papers  for public release  must  be  reviewed
     through  the  appropriate  chain  of  command.   Within  the
     Department   of  the  Navy,  classification   and   specific
     requirements  are  specified  in  OPNAVINST   5513.2B.    If
     conflicts  or serious questions arise contact the  cognizant
     NAVAIR    program   (PMA-272)   for   clarification   and/or
     resolution.    The  establishment  of  levels  of   security
     classification for tactical deployment within a  theatre  is
     the  responsibility  of the theatre  commander  and  may  be
     changed periodically to meet changing tactical conditions.
     
     
     D.    SHIPPING  PROVISIONS.   AN/ALR-67  hardware  which  is
     classified  Confidential can be shipped as  unclassified  by
     any  mode  of  transportation  when  packaged  as  described
     herein.   Furthermore, this material, which is so  packaged,
     may be stored in open storage on U.S. Government reservation
     within  the  CONTINENTAL  U.S.,  Hawaii  and  Alaska.    The
     packaging  which qualifies for such shipping and storage  is
     in  a  container sealed with strap type numbered  seals,  or
     when  in  metal  or  wooden containers  or  pallet  adaptors
     banded, on a pallet or skid.  The palletized unit load  must
     be  steel  banded,  horizontally  and  vertically,  with   a
     vertical  band  passing beneath the pallet or  skid  bed  to
     secure  the containers/items in place.  The gross weight  of
     such  unit load must exceed 200 pounds and will provide such
     security  as  to  prevent any single item or container  from
     being removed without cutting the band or breaking the seal.
     The  shipping instructions set forth herein do  not  relieve
     the  contractor  of the responsibility for  compliance  with
     other provisions of para 17, ISM, DOD 5220.22-M (TOTAL).

     E.     Inquiries   concerning  the  security  classification
     assignments   outlined   herein  shall   be   forwarded   to
     NAVAIRSYSCOM (AIR-7121/AIR-546Y5).
                                
                                5
 F.   DISTRIBUTION STATEMENT D.  Distribution authorized to DOD
                             and DOD
     contractors   only.    Reason  for  assigning   distribution
     statement  D:   To  protect information and  technical  data
     which advance current technology or describes new technology
     in an area of significant military application, 5 May 1987.

G.      DESTRUCTION NOTICE.  All technical documents marked with
      Distribution  Statement D will also be marked  "DESTRUCTION
NOTICE"-
      For  classified  documents, follow the  procedures  in  DOD
5220.2M:
     Industrial  Security Manual, Section II-19 or  DOD  5200.1R,
     Information Security Program Regulation, Chapter IX (Chapter
     17   of   OPNAVINST  5510.1).   For  unclassified,   limited
     documents,   destroy  by  any  method  that   will   prevent
     disclosure of contents or reconstruction of the documents".

H.   DECLASSIFICATION AND DESTRUCTION OF HARDWARE.  If the system
is
     not  declassified by the end of the life cycle, removal  and
     complete  destruction  of classified components  will  be  a
     requirement.

                                6
                SECURITY CLASSIFICATION GUIDE FOR
        AN/ALR-67(V) 3 & 4 COUNTERMEASURES RECEIVING SET
                                
01:  IDENTIFYING DATA
     ID:  02B( )
     CL:  U
     SU:  AN/ALR-67(V)3&4 COUNTERMEASURES RECEIVING SET
     OC:  NAVAIR (AIR-546Y5/AIR-07T)
     CA:  COMNAVAIRSYSCOM
     OD:
     CD:
     RD:


02.  THREAT/BACKGROUND

     A.   The AN/ALR-67(V)3&4 Countermeasures Receiving Set is  a
radar
          threat    warning    system.     The    AN/ALR-67(V)3&4
          Countermeasures Receiving Set will utilize  channelized
          receivers.  It  also has an antenna  array,  a  control
          indicator   and   an  azimuth  indicator,   which   are
          controlled by a HAC 32 bit Instruction Set Architecture
          threat  processor.   The AN/ALR-67(V)3  Countermeasures
          Receiving  Set  is  designated for use  in  the  F/A-18
          aircraft.   The AN/ALR-67(V)4 Countermeasures Receiving
          Set  is designated for use in the AV-8B, A-6E, and F-14
          aircraft.

03.  MISSION

     A.    The  mission  is  to  provide radar  threat  warnings.
Threats
          may be updated via software changes to the programmable
          memory.

04.  FINANCIAL

     A.   Prior to budget submission:   FOUO
     B.   Subsequent to budget submission:   FOUO

05.  MILESTONES

     A.   Initial operational capability (IOC) dates:
          C    (Unclassified upon IOC)

06.  DESIGN, PERFORMANCE AND FUNCTIONAL CHARACTERISTICS

     A.   AN/ALR-67(V)3&4

     (1)  DF ACCURACY:Uninstalled:   C-DECL-OADR
                    Installed:          S-DECL-OADR
     (2)  ALTITUDE: U
     (3)  RESPONSE TIME CAPABILITY:     S-DECL-OADR
     (4)   DESIGN INFORMATION
          A.   Classify media according to content.
     (5)  OPERATIONAL READINESS(ALERT)TIME/TIME CYCLE:  N/A

Rec'd 7-5-95
     (6)  DETECTION RANGE:
          a.   Maximum effective:    S-DECL-OADR
b.   Minimum effective:  S-DECL-OADR

     (7)  RELIABILITY:U
     
     (8)  RESOLUTION: TBD
     
     (9)  SIGNATURE CHARACTERISTICS:
     
          a.   Threat Signal Characteristics:  S-DECL-OADR
b.   Signature Density:  S-DECL-OADR
          c.   Frequency Range: U
          c. Sensitivity:     S-DECL-OADR

     (10)      SYSTEM CAPACITY
     
          a.   Maximum number of signals processed: S-DECL-OADR
b.   False alarm rate and ambiguities:  S-DECL-OADR

     (11)      VULNERABILITY:   S-DECL-OADR
     
     (12)      TECHNICAL ADVANCES IN THE STATE-OF-THE ART:
          32-Bit   computer  with  Very  High  Speed   Integrated
          Circuits  (VHSIC), Surface Mount Technology  (SMT)  and
          Channelized   Receivers   with   Microwave   Monolithic
          Integrated Circuits (MMIC) and SMT.

     (13)      SYSTEM SOFTWARE (SOURCE CODE):
     
          a.   User Data File (UDF):      S-NOFORN-DECL-OADR
b.   Tactical Software:            S-NOFORN-DECL-OADR
          
07.  OPERATIONAL AND TACTICAL
     Not applicable

08.  HARDWARE
A.   AN/ALR-67(V)3&4 Countermeasures Receiving Set

     (1)  Classification of End Item:
          a.   W/O Embedded Software:U
b.   W/Embedded Software:          C-NOFORN-DECL
                                   OADR
     (2)   External View:  U
     (3)   Military Application:U
(4)   Number Contracted:      U
(5)   Production and Program Schedule:  FOUO
(6)   Rate of Delivery:  FOUO
(7)   Numbers Delivered: FOUO
(8)   Degree of Protection In Transit:  --According
                                        to Classification
     (9)   Unit Cost: U
     (10)      Embedded Software:    C-NOFORN-DECL-OADR

B.   CP-2101/ALR-67(V) Computer, Digital

     (1)   Classification of End Item:
           a:  W/O Embedded S/W:   U
           b:  W Embedded S/W:     C-DECL-OADR
     (2)   External View:  U
     (3)   Military Application:U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  C
(9)   Unit Cost:    U
(10)      Embedded Software:       C-NOFORN-DECL-OADR

C.   R-2507/ALR-67(V) Countermeasures Receiver

     (1)   Classification of End Item:    U
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  U
(9)   Unit Cost:    U

D.   R-2508/ALR-67(V) Countermeasures Receiver

     (1)   Classification of End Item:    U
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection in Transit:  U
(9)   Unit Cost:    U

E.     AS-4284/ALR-67(V),  AS-4306/ALR-76E(V),  AS-4283/ALR-67(V)
  Antenna
   Detector, CD-62/ALR-67(V) Control, Distribution

     (1)   Classification of End Item:    U
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  U
(9)   Unit Cost:    U

F.    Azimuth Indicator IP-1276/ALR-67(V)and Control Indicator C-
  1025A/ALR-67(V), and Integrated Antenna AS-3190A/ALR-67(V)

     (1)  Classification of End Item:   U
     (2)   External View:  U
     (3)   Military Application:U
(4)   Number Contracted: U
(5)   Production and Program Schedule:  U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
(8)   Degree of Protection In Transit:  U
(9)   Unit Cost:    U

09.  OTHER

A.    DATA AND SOFTWARE.  Data and software developed or produced
  will
   be classified according to content and level of coding.

B.    STORAGE  MEDIUM.  Storage media (i.e., card  decks,  tapes:
  disc,
    solid state, or core memories, etc.) and host computers  will
be
    classified  in accordance with the highest classification  of
the
   information contained in them.

C.     MEDIA   GUIDLINES.   Technical   papers,   classified   or
  unclassified, to
    be  presented at classified symposium and unclassified papers
for
    public  release  must  be through the  appropriate  chain  of
command.
   Within the Department of the Navy, classification and specific
   requirements are specified in OPNAVINST 5513.2B.  If conflicts
or
    serious questions arise contact the cognizant NAVAIR  program
office
     (PMA-272)   for   clarification  and/or   resolution.    The
establishment of
    levels  of  security  classification for tactical  deployment
within a
   theater is the responsibility of the theater commander and may
be
   changed periodically to meet changing tactical conditions.

D.     SHIPPING  PROVISIONS.   AN/ALR-67(V)3&4  Digital  Computer
  which
    will  be  classified as Confidential only with  the  embedded
software
    loaded  can  be  shipped  as  unclassified  by  any  mode  of
authorized
      transportation   when   packaged   as   described   herein.
Furthermore, this
    material, which is packaged, may be stored in open storage on
U.S.
   Government reservation within the CONTINENTAL U.S., Hawaii and
   Alaska.  The packaging which qualifies for such shipping and
    storage  is  in a container sealed with strap  type  numbered
seals,
    or  when  in  metal or wooden containers or  pallet  adaptors
banded,
    horizontally  and  vertically, with a vertical  band  passing
beneath
    the  pallet  or  skid  bed to secure the containers/items  in
place.  The
   gross weight of such unit load must exceed 200 pounds and will
    provide  such  security  as to prevent  any  single  item  or
container
    from  being removed without cutting the band or breaking  the
seal.
   The shipping instructions set forth herein do not relieve the
    contractor  of the responsibility for compliance  with  other
provisions
   of para 17, ISM, DOD 5220.22-M (TOTAL).

E.   Inquiries concerning the security classification assignments
   outline herein shall be forward to NAVAIRSYSCOM (AIR-7121/AIR-
546Y5).
                                                      30  JAN  90

01.  IDENTIFICATION DATA
     ID:  02B (  )
     CL:  U
     SU:  AN/ALR-67 Countermeasures Receiving Set
     OC:  NAVAIR (AIR-54622I/AIR-7121)
     CA:  COMNAVAIRSYSCOM
     OD:
     CD:
     RD:

02.  THREAT/BACKGROUND

     A.   This guidance is applicable in the absence of specific
          electronic countermeasures (ECM)/defensive electronic
          countermeasures (DECM) program guidance.

     B.   Information previously authorized for publication at  a
lower
          classification is not upgraded.

     C.   The AN/ALR-67 is a radar threat warning system.  It has
          three   different  types  of  receivers:   a  broadband
     crystal
          video  receiver,  a super-heterodyne receiver,  and  an
          integrated  low-band receiver.  It also has an  antenna
          array and an azimuth indicator, which are controlled by
          a  dual ATAC-16M CP-1293 threat processor.  The AN/ALR-
          67 is used in the F/A-18, A-6, F-14 and AV-8B aircraft.

03.  MISSION

     A.   The mission is to provide radar threat warnings.  Threats
      may  be  updated  via software changes to the  programmable
memories.

04.  FINANCIAL

     A.   Prior to budget submissions:    FOUO
B.   Subsequent to budget submission:  U

05.  MILESTONES

     A.   Initial operational capability (IOC) dates:    U

- -------------------------------
DISTRIBUTION STAEMENT D: Distribution authorized to DOD  and  DOD
contractors  only.  Administrative/Operational Use,  30  Jan  90.
All  other  requests  for  this document  shall  be  referred  to
COMNAVAIRSYSCOM (AIR-546).
                                
                               -1-
                                        Enclosure (2) to NASC ltr
                                 Ser:AIR-71212E/0939 of 18 May'90
6.   DESIGN, PERFORMANCE AND FUNCTIONAL CHARACTERISTICS

     A.   AN/ALR-67
     
          (1)  ACCURACY:   C-DECL-OADR
          
          (2)  ALTITUDE:   N/A
          
          (3)  COUNTERMEASURE CAPABILITY: S-DECL-OADR
          
          (4)  DESIGN INFORMATION:
               a.   Classify media according to content.

          (5)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE: N/A
          
          (6)  RANGE:
               a.   Maximum effective:    S-DECL-OADR
b.   Minimum effective:  S-DECL-OADR

          (7)  RELIABILITY:U
          
          (8)  RESOLUTION: S-DECL-OADR

          (9)  SIGNATURE CHARACTERISTICS:
               a.   Threat Signal Characteristics:  S-DECL-OADR
b.   Spectrum signature Data: S-DECL-OADR
c.   Operating Frequency:     C-DECL-OADR
d.   Frequency range:    C-DECL-OADR
e.   Sensitivity:   C-DECL-OADR

          (10)      SYSTEM CAPACITY
               a.   Maximum number of signals processed: S-DECL-OADR
b.   False alarm rate and ambiguities:  S-DECL-OADR
     
          (11)      VULNERABILITY:   S-DECL-OADR

          (12)      TECHNICAL ADVANCES IN THE STATE-OF-THE-ART:    N/A

                                
                               -2-
07.  OPERATIONAL AND TACTICAL
     Not applicable

08.  HARDWARE

A.   AN/ALR-67

     (1)   Classification of End Item:    C-DECL-OADR
(2)   External View:     U
(3)   Military Application:   U
(4)   Number Contracted: U
(5)   Production and Program schedules: U
(6)   Rate of Delivery:  U
(7)   Numbers Delivery:  U
     (8)     Degree  of  Protection  in  Transit:   According  to
       Classification
     (9)  Unit cost:     U
     (10) Embedded Software:  C-DECL-OADR

B.   CP-1293/ALR-67 Computer

     (1)   Classification of end item:    C-DECL-OADR
(2)   External view:     U
(3)   Military application:   U
(4)   Numbers contracted:     U
(5)   Production and program schedules: U
(6)   Rate of delivery:  U
(7)   Number delivery:   U
(8)   Degree of protection in transit:  See paragraph 09 D
     (9)  Unit cost:     U
     (10)      Embedded Software:    C-DECL-OADR

C.    AS-3189/ALR-67  Antenna, Azimuth Indicator  IP-1276/ALR-67,
  Control  Indicator  C-10250/ALR-67,  AS-3190/ALR-67  Integrated
  Antenna,
   R-2148/ALR-67, R-2054/ALR-67, and R-2055/ALR-67 Receivers.

     (1)  Classification of end item:U
(2)  External view: U
(3)  Military application:    U
(4)  Numbers contracted: U
(5)  Production and program schedules:  U
(6)  Rate of delivery:   U
(7)  Number delivery:    U
(8)  Degree of protection in transit:   U
(9)  Unit cost:     U

                                
                               -3-
09.  OTHER

     A.   DATA AND SOFTWARE.    Data and software developed or
         produced  will  be classified according to  content  and
     level
        of coding.
     
     B.   STORAGE MEDIUM.  Storage media (i.e., card decks, tapes:
       disc, solid state, or core memories, etc.) and host computers
       will be classified in accordance with the highest classification
       of the information contained in them.
     
     C.     MEDIA  GUIDLINES.  Technical  papers,  classified  or
       unclassified, to be presented at classified symposium  and
       unclassified papers for public release must be reviewed through
       the appropriate chain of command.  Within the Department of the
       Navy, classification and specific requirements are specified in
       OPNAVINST 5513.2B.  If conflicts or serious questions arise
       contact the cognizant NAVAIR program office (PMA-253)  for
       clarification and/or resolution.  The establishment of levels of
       security classification for tactical deployment within a theatre
       is the responsibility if the theatre commander and may be changed
       periodically to meet changing tactical conditions.

     D.    SHIPPING  PROVISIONS.   AN?ALR-67  hardware  which  is
       classified Confidential can be shipped as unclassified by any
       mode of authorized transportation when packaged as described
       herein.  Furthermore, this material, which is so packaged, may be
       stored in open storage on a U.S. Government reservation within
       the CONTINENTAL U.S., Hawaii and Alaska.  The packaging which
       qualifies for such shipping and storage is in a container sealed
       with strap type numbered seals, or when in metal or wooden
       containers or pallet adaptors banded, on a pallet or skid.  The
       palletized unit load must be steel banded, horizontally and
       vertically, with a vertical band passing beneath the pallet or
       skid bed to secure the containers/items in place.  The gross
       weight of such unit load must exceed 200 pounds and will provide
       such security as to prevent any single item or container from
       being removed without cutting the band or breaking the seal.  The
       shipping instructions set forth herein do not relieve  the
       contractor of the responsibility for compliance with other
       provisions of para 17, ISM, DOD 5220.22-M (TOTAL).
     
     E.   Inquiries concerning the security classification assignments
       outlined herein shall be forward to NAVAIRSYSCOM (AIR-7121/AIR-
       54622I).
                                
                               -4-
     F.    DISTRIBUTION STATEMENT D.     Distribution  authorized
to DOD
            and  DOD  contractors  only.   Reason  for  assigning
     distribution
          statement D:  To protect information and technical data
          which  advance  current  technology  or  describes  new
          technology   in   an   area  of  significant   military
          application, 5 May 1987.
     
     G.   DESTRUCTION NOTICE. All technical documents marked with
          Distribution   Statement  D   will   also   be   marked
          "DESTRUCTION NOTICE" - For classified documents, follow
          the  procedures  in  DOD 5220.2M:  Industrial  Security
          Manual,  Section  II-19  or  DOD  5200.1R,  Information
          Security Program Regulation, Chapter IX (Chapter 17  of
          OPNAVINST    5510.1).    For   unclassified,    limited
          documents,  destroy  by any method  that  will  prevent
          disclosure  of  contents  or  reconstruction   of   the
          documents".

     H.    Declassification and Destruction of  Hardware.      If
     the
          system  is  not  declassified by the end  of  the  life
          cycle,  removal and complete destruction of  classified
          components will be a requirement.

                               -5-
                                                                 
                                                OPNAVINST-C5513.2
                                                        29 Sep 89
                                                                 
     01.  IDENTIFYING DATA
          ID:  02B(   )
          CL:  U
          SU:  AN/ALR-67 Advanced Special Receiver
          OC:  NAVAIR (AIR-7121/AIR-54622I)
          CA:  COMNAVAIRSYSCOM
          OD:
          CD:
          RD:
     
     02.  THREAT/BACKGROUND
     
          A.    The  AN/ALR-67 is a radar threat warning  system.
          It
               has   three  different  types  of  receivers:    a
               broadband   crystal  video  receiver,   a   super-
               heterodyne  receiver, and an  integrated  low-band
               receiver.  The AN/ALR-67 Advanced Special Receiver
               is  used  in  the  F/A-18,  A-6,  F-14  and  AV-8B
               aircraft.

               The  Advanced  Special  Receives  (ASR)  will  use
               channelized  receivers.  It also  has  an  antenna
               array   and   an  azimuth  indicator,  which   are
               controlled  by  a  dual  ATAC-16M  CP-1293  16-bit
               threat processor.

     03.  MISSION
     
          A.   The mission is to provide radar threat warnings.
               Threats  updated  via  software  changes  to   the
               programmable memories.

     04.  FINANCIAL

          A.      Prior to budget submission:  FOUO
B.      Subsequent to budget submission:     U
     

     05.  MILESTONES
     
          A.      Initial operational capability (IOC) dates: U


                               -1-
                                       Enclosure (25) to NASC ltr
                                     AIR-71212F/0410 of 22 Feb 90
     06.  DESIGN, PERFORMANCE AND FUNCTIONAL CHARACTERISTICS
     
          A.   AN/ALR-67 (ASR)

          (1)  ACCURACY:  C-Originating Agency's Determination
                         Required (OADR)
          
          (2)  COUNTERMEASURE CAPABILITY:    S-OADR
          
          (3)  DESIGN INFORMATION:
               a.   Classify media according to content.

          (4)   RANGE:
               a.   Maximum effective:    S-OADR
b.   Minimum effective:  S-OADR

          (5)   RELIABILITY:    U
          
          (6)   RESOLUTION:S-OADR
          
          (7)   SIGNATURE CHARACTERISTICS:
               a. Threat Signal Characteristics:  S-OADR
               b. Spectrum signature Data:   S-OADR
               c.   Operating Frequency:  C-OADR
               d.   Frequency range: C-OADR
e.   Sensitivity:   C-OADR

          (8)   SYSTEM CAPACITY
               a.   Maximum number of signals processed: S-OADR
b.   False alarm rate and ambiguities:  S-OADR

          (9)   VULNERABILITY:  S-OADR
          
          (10)      TECHNICAL ADVANCES IN THE STATE-OF-THE-ART:    16-bit
            computer with Very High Speed Integrated Circuits
               (VHSIC),   Surface  Mount  Technolog   (SMT)   and
               channelized  receivers with  Microwave  Monolithic
               Integrated Circuits (MMIC) and SMT.

                                
                               -2-
07.  OPERATIONAL AND TACTICAL
     Not applicable

08.  HARDWARE

A.   AN/ALR-67 (ASR)

     (1)   Classification of End Item:    C-OADR
(2)   External View:     U
(3)   Military Application:   S-OADR
(4)   Number Contracted: U
(5)   Production and Program Schedules: U
(6)   Rate of Delivery:  U
(7)   Numbers Delivered: U
     (8)     Degree   of  Protection  In  Transit--According   to
       Classification
     (9)   Unit Cost: U
(10)      Embedded Software:  C-OADR

B.   AS-3190/ALR-67 Integrated antenna,

     (1)  Classification of end item:U
(2)  External view: U
(3)  Military application:    C-OADR
(4)  Numbers contracted: U
(5)  Production and program schedules:  U
(6)  Rate of delivery:   U
(7)  Number delivery:    U
(8)  Degree of protection in transit:   U
(9)  Unit cost:     U

C.   Azimuth Indicator IP-1276/ALR-67 and Control Indicator
   C-10250/ALR-67

     (1)  Classification of end item:U
(2)  External view: U
(3)  Military application:    U
(4)  Numbers Contracted: U
(5)  Production and program schedules:  U
(6)  Rate of delivery:   U
(7)  Number delivery:    U
(8)  Degree of protection in transit:   U
(9)  Unit cost:     U

D.   AS-3189/ALR-67 Intergrated Antenna Downconverter, R-2055/ALR-
  67 and
   R-2148/ALR-67 Receivers and CP-1293 Computer

     (1)  Classification of end item:U
(2)  External view: U
(3)  Military application:    C-OADR
(4)  Numbers contracted: U
(5)  Production and program schedules:  U
(6)  Rate of delivery:   U
(7)  Number delivery:    U
(8)  Degree of protection in transit:   U
(9)  Unit cost:     U
                                
                               -3-
09.  Computer Resources

     A.   DATA AND SOFTWARE.    Data and software developed or
         produced  will  be classified according to  content  and
level of
        coding.     S-OADR

     B.   STORAGE MEDIUM.  Programmed Proms P/N 32-068043-01.  C-OADR

10.    OTHER

     A.   SHIPPING PROVISIONS.     AN/ALR-67 (ASR) hardware which
     is  classified Confidential shall be shipped as unclassified
     by  any  mode of authorized transportation when packaged  as
     described herein.  Furthermore, this material, which  is  so
     packaged, may be stored in open storage on a U.S. Government
     reservation within the CONTINENTAL U.S., Hawaii and  Alaska.
     The  packaging which qualifies for such shipping and storage
     is  in a container sealed with strap type numbered seals, or
     when  in  metal  or  wooden containers  or  pallet  adaptors
     banded, on a pallet or skid.  The palletized unit load  must
     be  steel  banded,  horizontally  and  vertically,  with   a
     vertical  band  passing beneath the pallet or  skid  bed  to
     secure  the containers/items in place.  The gross weight  of
     such  unit load must exceed 200 pounds and will provide such
     security  as  to  prevent any single item or container  from
     being removed without cutting the band or breaking the seal.
     The  shipping instructions set forth herein do  not  relieve
     the  Contractor  of the responsibility for  compliance  with
     other   provisions  of  paragraph  17,  ISM,  DOD  5220.22-M
     (TOTAL).

     B.    DISTRIBUTION STATEMENT D.     Distribution  authorized
     to  DOD  and  DOD  contractors only.  Reason  for  assigning
     distribution   statement  D:  To  protect  information   and
     technical data which advance current technology or  describe
     new   technology   in   an  area  of  significant   military
     application, 5 May 1987.
     
     C.   DESTRUCTION NOTICE. All technical documents marked with
     Distribution  Statement D will also be  marked  "DESTRUCTION
     NOTICE"-
     -  For  classified documents, follow the procedures  in  DOD
     5220.2M;
     Industrial  Security Manual, Section II-19 or  DOD  5200.1R,
     Information Security Program Regulation, Chapter IX (Chapter
     17   of   OPNAVINST  5510.1).   For  unclassified,   limited
     documents,   destroy  by  any  method  that   will   prevent
     disclosure of contents or reconstruction of the documents".
     
     D.    DECLASSIFICATION AND DESTRUCTION OF HARDWARE.  If  the
     system  is  not declassified by the end of the  life  cycle,
     removal  and  complete destruction of classified  components
     will  be  a  requirement.   In the case  of  memory  modules
     incorporating EEPROMS, a write-over function or program  may
     be used.
                                
                                
                               -4-
Attachment                                   NASC
                                        7-24-91 J. Smith 6540
AN/ALQ-1268
A.   Accuracy
     1.  Frequency Set-On -- S-DECL-OADR
     2.  Circuitry -- C-DECL-OADR
B.   Altitude -- Usage Limitations -- C-DECL-OADR
C    Counter Countermeasure Capability
     1.  Modulation Techniques - S-DECL-OADR
     2.  Threat Identification Technique Selection -- S-DECL-OADR
D.   Design Information -- Classify media according to content
E.   Operational Readiness(ALERT) Time/Time Cycle
     1.  Warm-up Time -- U
     2.  Self Test Time --U
F.   Range
     1.  Maximum Effective -- S-DECL-OADR
     2.  Minimum Effective -- S-DECL-OADR
G.   Reliability
     1.  MTBF -- U
     2.  Life - U
H.   Resolution
     1.  Dense Environment Performance --S-DECL-OADR
     2.  Frequency Response -- C-DECL-OADR
     3.  Narrow Bandwidth Frequency Response --S-DECL-OADR
I.   Signature Characteristics
     1.  Bandwidth -- C-DECL-OADR
     2.  Letter-Band Frequency Range -- C-DECL-OADR
     3.  Numerical Frequency Range -- S-DECL-OADR
     4.  Specific Numerical Frequencies Within System
Capability -- S-DECL-OADR
     5.  Output Power -- C-DECL-OADR
     6.  Modulation & Coding -- S-DECL-OADR
     7.  Sensitivity -- C-DECL-OADR
J.   System Capacity
     1.  Maximum Number of Signals Processed -- S - DECL-OADR
     2.  Maximum Number of Responses -- S-DECL-OADR
K.   Vulnerability
     1.  To CCM -- S-DECL-OADR
     2.  Threat Parameters -- S-DECL-OADR
L.   Technical Advances in the State-of-the-Art -- S-DECL-OADR
M.   Interfaces
     1.  RWR Interface Capability -- S-DECL-OADR
     2.  Data Link -- S-DECL-OADR
N.   End Item Produced -- See list of assemblies.
     1.  Classification of End Item -- C-DECL-OADR
     2.  External View -- U
     3.  Military Application -- S-DECL-OADR
     4.  Numbers contracted -- U
     5.  Production and Program Schedules -- U
     6.  Rate of Delivery -- U
     7.  Numbers Delivered -- U
     8.    Degree  of  Protection  in  Transit  --  According  to
Classification
     9.  Unit Cost -- U
Attachment
                                
                        Page 1 of 5 pages

Attachment

RT-1079B/ALQ
LIST OF ASSEMBLIES

                    DESCRIPTION                        END ITEM

Upper Deck Assy (3A1)                                       C

Ckt Cd Assy Analog Video L.M.H. Band (A1, A2, A3)           U
Ckt Cd Assy Digital Video (A4)                              U
Ckt Cd Assy Video Interface (A5)                            U
Ckt Cd Assy Control Processor(A6)                           U
Ckt Cd      Assy      Control     Processor      Memory      (A7)
     C (1)
Ckt Cd     Assy     Control     Processor     Memory/UDF     (A8)
     C (1)
Ckt Cd Assy MUX Bus Interface (A9)                          U
Ckt Cd Assy Tagging and Blanking (A10)                      U
Ckt Cd Assy EW Interface (A11)                              U
Ckt Cd     Assy    Control    Logic    Filter    Enable     (A12)
     U
Ckt Cd         Assy        Set-On        Controller         (A13)
     U
Ckt Cd Assy IFM Interface (A14)                             U
Ckt Cd Assy Control/Analysis CPU (A15)                      U
Ckt Cd Assy Analysis IFM Filter (A16)                       C (1)
Ckt Cd Assy Analysis Interface (A17)                        U
Ckt Cd Assy Tracker ALU/RAM (A18, A26)                      U
Ckt Cd Assy Tracker Micro-Control (A19, A25)                C (1)
Ckt Cd    Assy    Tracker    Output    Interface    (A20,    A24)
     U
Ckt Cd     Assy    Tracker    Input    Interface    (A21,    A23)
     U
Ckt Cd Assy Tracker Comparator (A22)                        U
Ckt Cd Assy Control Logic Matrix Enable (A28)
     U
Ckt Cd Assy AM Cache RAM (A29)                              U
Ckt Cd       Assy       AM       Pattern       Memory       (A30)
     U
Ckt Cd Assy AM Pointer RAM (A31)                            U
Ckt Cd Assy Range Tech Processor (A32)                      U
Ckt Cd Assy Range Tech Generator (A33, A34)                 U
Ckt Cd Assy Self Test (A37)                                 U
Ckt Cd    Assy    Control    Logic    Repeater    Enable    (A38)
     U
Ckt Cd Assy Control Logic Memory (A39)                      U
Ckt Cd      Assy      Control      Logic      Priority      (A40)
     U
Ckt Cd Assy Control Logic Mod Trigger (A41)                 U
Ckt Cd Assy Linear Mod Control (A42)                        U

Microwave Assy LB Input (A41)                               C

     Filter Band Pass RF (FLI)                              U
     Switch Limiter RF (S1)                                 U
     Attenuator, Fixed (AT1, AT2)                           U

(1)  With S/W installed Otherwise unclassified

Attachment
                                
                        Page 2 of 5 pages
Attachment
LIST OF ASSEMBLIES cont
     
     DESCRIPTION                                  END ITEM

Coupler RF (DCI)                                       U
Switch Filter RF (S2)                                  U
Filter Band Reject RF (FL2)                            U
Switch RF (S3)                                    U
Coupler RF (DC2)                                       U
Amplifier Solid State RF (AR1, AR2, AR3)                    U

Microwave Assy MB Input(A42)                           C

Filter Band Pass RF (FL11)                             U
Switch Limiter RF (S11)                                U
Attenuator Fixed (AT11, AT12)                          U
Coupler RF (DC11)                                      U
Diplexer RF (FL12, FL 17)                              U
Filter Band Pass RF (FL13, FL14)                       U
Filter Band Reject RF (FL15)                           U
Switch RF (S13)                                        U
Coupler RF (DC12)                                      U
Amplifier Solid State RF (AR11, AR12, AR13)            U

Microwave Assy HB Input (A43)                          C

Filter Band Pass RF (FL101)                            U
Switch Limiter RF (S101)                          U
Coupler RF (DC101)                                U
Triplexer RF (FL102, FL103)                            U
Switch Filter RF (S111, S112, S121, S131, S132)             U
Filter High Pass RF (FL111)                            U
Filter Band Reject RF (FL112, FL131, FL132)            U
Switch RF (S103)                                       U
Attenuator Fixed RF (AT101)                            U
Coupler RF (DC102)                                U
Amplifier Solid State RF (AR101, AR102, AR103)              U

Microwave Assy Sub Band/Baseband (A44)                 C

Triplexer RF (FL104, FL105)                            U
Termination RF (AT34, AT13, AT102, AT111, AT121, AT131)     U
Coupler RF (DC3, DC13, DC111, DC121, DC131, DC103)          U
Filter Band Pass RF (FL122, FL41)                      U
Mixer RF (Z51, Z52, Z53, Z54, Z55, Z56, Z57, Z58)      U
Switch Matrix RF (S51)                                 U
Oscillator RF (Y51, Y52)                          U
IFM (241)                                         U
Digitally Tuned Oscillator (Y41, Y42)                  U
Isolator RF (AT43, AT44)                          U
                                
Attachment
                                
                        Page 3 of 5 pages
Attachment
LIST OF ASSEMBLIES cont
          
          DESCRIPTION                             END ITEM

Digitally Controlled Attenuator (AT41, AT42)           U
Output Switch Assy RF (S52)                            U
Attenuator RF (AT112)                                  U
Detector RF (CR111, CR121, CR131)                      U
Detector Assy (A46)                               U
Detector (CRI, 2, 3, 4, 11, 12, 13, 14, 101,102,103, 104)   U

Receiver Power Supply (A40)                            U

Conn and Flexprint Assy (A7)                           U
Transformer Mod Assy (A1)                              U
Inverter Mod Assy (A2)                                 U
Relay (K1)                                             U
Filter EMI (FLI)                                       U
Ckt CD and Densifier Assy (A3)                         U

Ckt Cd Assy Inverter Cont (A1)                         U
Ckt Cd and Densifier Assy (A4)                         U
Ckt Cd Assy Inverter Power (A1)                        U
Ckt Cd and Densifier Assy (A5)                         U
Ckt Cd Assy Power Supply -15V (A1)                          U
Ckt Cd Assy Power Supply +15V (A2)                     U
Ckt Cd and Densifier Assy (A6)                         U
Ckt Cd Assy LVPS Cont Intfo (A1)                       U
Ckt Cd Assy LPVS Cont Proo (A2)                        U
Housing Assy (A8)                                      U

Mainframe Assy Upper Deck (A45)                        U

Card Case Assy (A1)                               U
Mother Board Assy (A2)                                 U
Housing Assy (A2)                                      U

Lower Deck Assy (3A2)                                  C

Ckt Cd Assy HVPS Interface (A2)                        U
Ckt Cd Assy Linear Mod Sense (A3)                      U
Ckt Cd Assy Pilot Cont Interface (A4)                  U
LP Power Amp Assy (A8)                                 U
TWT Low Band (V1)                                      U
Amplifier Driver S.S. (ARI)                            U
Filter Low Pass RF (FL1)                          U
Coupler Pulse Output (DC1)                             U

MB Power Amp Assy (A9)                                 C

TWT Mid Band (V11)                                U
Amplifier Driver S.S. (AR11)                           U

Attachment


Attachment
LIST OF ASSEMBLIES cont
               DESCRIPTION                        END ITEM
Isolator RF (AT11)                                U
Monitor Output (DC11)                                  U
Filter Low Pass RF (FL11)                              U

HB Power Amp Assy (A7)                                 C

TWT High Band (V101)                                   U
Amplifier Driver S.S. (AR101)                          U
Isolator RF (AT101)                               U
Monitor Output RF (DC101)                              U

Loop Assy (A3)                                    C

Filter Band Pass (FL31, FL32)                          U
Switch RF (S31)                                        U
Amplifier S.S. (AR31)                                  U
Attenuator S.S. (AR31)                                 U
Equalizer (EQ31)                                       U
Delay Line (DL31)                                      U
Shifter RF (Z31)

Transmitter Power Supply (A1)                          U

HB Power Pack (A9)                                U
MB Power Pack (A2)                                U
LB Power Pack (A6)                                U
Ckt Cd and Densifier Assy (A3, A5, A8)                 U
Ckt Cd Assy Hv Reg and Cont (A1)                       U
F41 Transformer and Ac Reg Assy (A11)                  U
Ckt Cd Assy AC Reg Mod (A1)                            U
HB Reg Tube (A10)                                      U
Mother Board Assy (A12)                                U
Housing Assy (A13)                                U
Ckt Cd Adn Densifier Assy Mod L.M.H. Band (A1, A4, A7) U
Ckt Cd Assy Pulse Amp (A1)                             U
Ckt Cd Assy Power Supply (A2)                          U
AC Component Assy   (A6)                               U
AC Filter (FL1)                                        U
Current Sensor (MT1, 2, 3, 4, 5)                       U
Harness Assy (W1)                                      U
Harness Assy (W2)                                      U
Switch Fan (S1)                                        U
Relax (K1, 2, 3, 4)                               U

Mainframe Assy Lower Deck (A10)                        U

Card Cage Assy (A1)                               U
Card Cage (01)                                    U
Mother Board Assy (A2)                                 U
Housing Assy (A2)                                      U


Attachment
                                                     UNCLASSIFIED
                                                                 
UNCLASSIFIED             REFERENCE FILE      OPNAVINST C5513.2b

ALQ-123 (CONT.)
(9)   NUMBERS CONTRACTED:  U
(10)      PRODUCTION AND PROGRAM SCHEDULES:    U
(11)      RATE OF DELIVERY:   U
(12)      NUMBERS DELIVERED:  U
(13)      DEGREE OF PROTECTION IN TRANSIT:   U
(14)      UNIT COST:     U
(15)      NUMBER IN FLEET:    C-OADR
08.  (U)
 (1)  EXTERNAL VIEW AND ITEM: U

ALQ-126
06. (U)
(1)  ACCURACY:   C-95
(2)  ALTITUDE (USAGE LIMITATIONS): C-95
(3) COUNTER COUNTERMEASURES CAPABILITY
     (A)MODULATION TECHNIQUES:     S-95
     (B)THREAT IDENTIFICATION TECHNIQUES:  S-95
(4)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE
     (A)  WARM-UP AND SELF-TEST TIME:U
(5)  RANGE (MAXIMUM & MINIMUM EFFECTIVE): S-95
(6)  RELIABILITY (MTBF AND LIFE):    U
(7)  RESOLUTION (DENSE ENVIRONMENT PERFORMANCES): S-95
(8)  SIGNATURE CHARACTERISTICS AND OTHER
     (A)  BANDWIDTH:  C-95
(B)  LETTER BAND FREQUENCY RANGE:  C-95
(C)  NUMERICAL FREQUENCY RANGE:    C-95
(D)  SENSITIVITY:   C-95
(E)  SPECIFIC NUMERICAL FREQUENCIES WITHIN SYSTEM CAPABILTIY:
      S-95
     (F)  OUTPUT POWER:    C-95
     (G)  MODULATION & CODING:  S-95
(H)  MILITARY APPLICATION :   S-95
(9)  SYSTEM CAPACITY
     (A)  MAXIMUM NUMBER OF SIGNALS PROCESSED: S-95
(B)  MAXIMUM NUMBER OF RESPONSES:  S-95
(10)      VULNERABILITY
     (A)  TO CCM AND THREAT PARAMETERS:   S-95
08.  (U)
     (1)  EXTERNAL VIEW:   U
(2)  END ITEM
          (A)  COUNTERMEASURES SET:  C-95
(B)  RT-1079 ASSEMBLIES:      C-95
     RCVR XMTR UNIT 3
     UPPER DECK ASSY (3A1)    (HB)AUDIO (A37)
     (LB)VIDEO (A33)          PDD (A8)
     (MB)VIDEO (A32)          ICSBD/PUG (A7)

                                        ENCLOSURE (82)
                                        UNCLASSIFIED
                                
                                
                             PAGE 03
                                                                 
                                                     UNCLASSIFIED
(CONT FROM PREVIOUS PAGE)

UNCLASSIFIED             REFERENCE FILE      OPNAVINST C5513.2B

(HB)VIDEO (A31)          (LB)LOGIC (A28)
(LB)AUDIO (A35)          (MB)LOGIC (A25)
(MB)AUDIO (A36)          (HB)LOGIC (A29)
     INDEXER #2 (A23)
     INDEXER #1 (A26)
     MB CRA SW DR SW4 4 (ALL)
     SWM 1/5/6 (A27)
     SWM 2/3 (A24)
     (HB) MODE (A4)
     (MB) MOD  (A3)
     (LB) MOD  (A2)
(C)  ALL  OTHER COMPONENTS OF THE ASSEMBLIES OF THE  ALQ-126  ARE
UNCLASSIFIED

ALQ-158
06.(U)
     (1)  RELIABILITY:   U
     (2)  SIGNATURE CHARACTERISTICS
          (A)  PHASE LINEARITY:    C-OADR
          (B)  PHASE UNIFORMITY:   C-OADR
          (C)  SENSITIVITY:        C-OADR
          (D)  RF INTERMODULATION:C-OADR
          (E)  FREQUENCY RESPONSE:C-OADR
          (F)  AUDIO DISTORTION:   C-OADR
          (G)  ACOUSTIC NOISE:     C-OADR
     (3)  VULNERABILITY TO COUNTERMEASURES:  S-OADR
     (4)  MILITARY APPLICATION:    C-OADR
     (5)  NUMBERS CONTRACTED: U
     (6)  PRODUCTION AND PROGRAM SCHEDULE:   U
     (7)  RATE OF DELIVERY:   U
     (8)  NUMBERS DELIVERED:  U
       (9)    DEGREE   OF  PROTECTION  IN  TRANSIT-ACCORDING   TO
CLASSIFICATION
     (10)  UNIT COST:    U
O8. (U)
     (1)  EXTERNAL VIEW AND END ITEM:   U

ALQ-162
06. (U)
     (1)  ACCURACY
          (A)  CIRCUITRY:     C-OADR
          (B)  TARGET CLASSIFICATION CAPABILITY
     (2)  COUNTER COUNTERMEASURES CAPABILITY
          (A)  ECM/ECCM: S-OADR
     (3)  DESIGN INFORMATION

                                
                                
                             PAGE 03
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED
                                                                 
                                                     UNCLASSIFIED
                                               OPNAVINST C5513.2B

UNCLASSIFIED             REFERENCE FILE

ALQ-162   (CONT.)

(A)  ASSOCIATION OF SPECIFIC RF OR IF COMPONENTS SUCH AS FILTERS,
TUBES, OSCILLATORS.  WITH THE AN/ALQ-162:    C-OADR
(B)   IDENTIFICATION  OF AN AN/ALQ-162  AS  TO  TYPE  OF  ECM  OR
FUNCTION DESIGNED TO PERFORM: C-OADR
(  C)  ASSOCIATION OF AN/ALQ-162 WITH ANY AIRCRAFT, SHIP OR OTHER
PLATFORM: U
(D)    ASSOCIATION  OF  AN/ALQ-162  WITH  ANY  OTHER  ELECTRONICS
EQUIPMENT BY TYPE, TITLE, OR MILITARY DESIGNATION EXCEPT  AN/ALQ-
162 GSE:  U
(E)  INTERFACE,  INSTALLATION AND INTEGRATION INFORMATION:  U
(4)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE
     (A)  REPROGRAMMING: C-OADR
(5)  RANGE
     (A)  OPERATIONAL AND MAX DETECTION:     S-OADR
(6)  RELIABILITY:   C-OADR
(7)  RESOLUTION
     (A)  ANTENNA PATTERNS
     -1   FREE SPACE
     -2   INSTALLED:     C-OADR
     (B)  FREQUENCY CHARACTERISTICS:    S-OADR
     (C)  SENSITIVITY:   C-OADR
     (D)  TARGET:   S-OADR
(8)  SIGNATURE CHARACTERISTICS
     (A)  BAND WIDTH-RECEIVING & TRANSMITTING:    C-OADR
     (B)  RCS INFORMATION:    S-OADR
     (C)  RADIATIVE SIGNATURE:     S-OADR
     (D)  FREQUENCY RANGE:    S-OADR
(9)  SYSTEM CAPACITY
     (A)  TARGET CAPABILTIY:  S-OADR
     (B)  POWER OUTPUT:  C-OADR
     (C)  DATA STORAGE:  C-OADR
     (D)  FREQUENCY RANGE:    C-OADR
(10) VULNERABILITY
     (A)  SUSCEPTABILITY TO ECM/ECCM:   S-OADR
(11) OTHER
     (A)  SYSTEM PROGRAMMING: S-OADR
(12) MILITARY APPLICATION:    S-OADR
(13) NUMBERS CONTRACTED: U
(14) PRODUCTION AND PROGRAM SCHEDULE:   U
(15) RATE OF DELIVERY:   U
(16) NUMBERS DELIVERED:  U
(17) DEGREE OF PROTECTION IN TRANSIT- ACCORDING TO CLASSIFICATION
(18) UNIT COST:     U


                             PAGE 04
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED
                          UNCLASSIFIED
UNCLASSIFIED (CONT.)


08.  (U)
     (1)  CLASSIFICATION OF END ITEM:   C-OADR
     (2)  EXTERNAL VIEW: U

ALQ-164
06.  (U)
     (1)  ACCURACY
          (A)  FREQUENCY SET-ON:   S-OADR
          (B)  CIRCUITRY:     C-OADR
     (2)  ALTITUDE
          (A)  USAGE LIMITATIONS:  C-OADR
     (3)  COUNTER COUNTERMEASURES CAPABILITY
          (A)  MODULATION TECHNIQUES:   S-OADR
           (B)   THREAT IDENTIFICATION TECHNIQUE SELECTION:    S-
OADR
     (4)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE
          (A)  WARM-UP TIME:  U
          (B)  SELF TEST TIME:     U
     (5)  RANGE
          (A)  MAXIMUM EFFECTIVE:  S-OADR
          (B)  MINIMUM EFFECTIVE:  S-OADR
     (6)  RELIABILITY
          (A)  MTBF:     U
          (B)  LIFE:     U
     (7)  RESOLUTION
          (A)  DEFENSE ENVIRONMENT PERFORMANCE:   S-OADR
          (B)  FREQUENCY RESPONSE: C-OADR
          (C)  NARROW BANDWIDTH FREQUENCY RESPONSE:    S-OADR
     (8)  SIGNATURE CHARACTERISTICS
          (A)  BANDWIDTH:     C-OADR
          (B)  LETTER-BAND FREQUENCY RANGE:  C-OADR
          (C)  NUMERICAL FREQUENCY RANGE:    C-OADR
          (D)    SPECIFIC  NUMERICAL  FREQUENCIES  WITHIN  SYSTEM
          CAPABILITY:    S-OADR
          (E)  OUPUT POWER:   C-OADR
          (F)  MODULATION & CODING:     C-OADR
          (G)  SENSITIVITY:   C-OADR
     (9)  SYSTEM CAPACITY
          (A)  MAXIMUM NUMBER OF SIGNALS PROCESSED:    S-OADR
          (B)  MAXIMUM NUMBER OF RESPONSES:  S-OADR
     (10) VULNERABILITY
          (A)  TO CCM:   S-OADR
          (B)  THREAT PARAMETERS:  S-OADR
     (11) MILITARY APPLICATION:    S-OADR
     (12) NUMBERS CONTRACTED: U
     (13) PRODUCTION AND PROGRAM SCHEDULES:  U
     (14) RATE OF DELIVERY:   U
                                
                                
                             PAGE 04
                           UNCLASSIFIED
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED

UNCLASSIFIED                  REFERENCE      OPNAVINST C5513.2B

AN/AAR- ( ) (CONT.)

(2)  DESIGN INFORMATION ( SEE NOTE 1)
     (A)  FIELD OF REGARD:    C
     (B)  SPECTRAL BAND, OVERALL:  C
     (C)  SPECIFIC SPECTRAL RESPONSE CHARACTERISTICS:  S
     (D)  DARK NOISE (NON-SPECTRAL):    C
     (E)  SOLAR BACKGROUND NOISE (NON-SPECTRAL):  C
     (F)  RECOVERY TIME FOLLOWING SENSOR SATURATION:   S
     (G)  DETECTION SOFTWARE: S
     (H)  CENTRAL PROCESSOR TYPE AND LANGUAGE:    U
     (I)  INTERFACE SIGNALS TO ASSOCIATED EQUIPMENT:   C
     (J)  INPUT POWER CHARACTERISTICS:  U
     (K)  SIZE AND WEIGHT:    U
     (L)  ESTIMATED PERFORMANCE CHARACTERISTICS:  (SEE NOTE 2)
(3)  PERFORMANCE CHARACTERISTICS ( SEE NOTE 1)
     (A)  WARNING TIMES AND RANGES:     S
     (B)  EFFECT OF ATMOSPHERE ON DETECTION RANGE:     C
     (C)  THREAT IDENTIFICATION:   S
     (D)  THREAT BEARING RESOLUTION:    C
     (E)  SUSCEPTIBILITY TO FALSE ALARMS:    S
     (F)  SUSCEPTIBILITY TO COUNTER COUNTERMEASURES:   S
     (G)  ENVIRONMENTAL OPERATING LIMITS:    U
     (H)  RELIABILITY:   U
     (I)  MAINTAINABILITY:    U
(4)  NUMBERS CONTRACTED: U
(5)  RATE OF DELIVERY:   U
(6)  NUMBERS DELIVERED:  U
(7)  PRODUCTION AND PROGRAM SCHEDULE:   U
(8)  UNIT COST:     U
08.  (U)
     (1)  END ITEM PRODUCED
     (A)  AAR-( ) EDMS:  U
     (B)  EXTERNAL VIEW: U
NOTES:
1.   ALL CLASSIFIED DOCUMENTS GENERATED UNDER THIS CONTRACT SHALL
BE MARKED AS FOLLOWS:
     DECLASSIFY ON OADR
2.    CLASSIFY ESTIMATED PERFORMANCE CHARACTERISTICS THE SAME  AS
THE MEASURED PERFORMANCE CHARACTERISTICS GIVEN IN PARA (3)

AN/ALQ-149
06.  (U)
     (1)  ACCURACY
          (A)  CIRCUITRY:     C-OADR
          (B)  FREQUENCY (SET-ON): C-OADR
     (2)  COUNTER COUNTERMEASURES CAPABILITY

                             PAGE 11
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED
                                             UNCLASSIFIED
UNCLASSIFIED             REFERENCE FILE OPNAVINST C5513.2B
                                                                 

     (A)  ECM/ECCM: S-OADR
(3)  DESIGN INFORMATION
     (A)  OPERATIONAL CHARACTERISTICS:  S-OADR
     (B)  FUNCTIONAL CAPABILITY:   S-OADR
     (C)  PERFORMANCE CHARACTERISTICS:  S-OADR
     (D)  CAPABILITIES PERTAINING TO CLEAR VOICE ONLY
          JAMMING:  C-OADR
(4)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE
     (A)  WARM-UP TIME:  U
     (B)  SELF TEST TIME:     U
(5)  RANGE
     (A)  PREDICTED DETECTION:     S-OADR
     (B)  OPERATIONAL DETECTION:   S-OADR
(6)   RELIABILITY  --  MTBF/MTTR:     S-OADR (APPLIES  TO  VALUES
ACHIEVED  IN FLEET OPERATIONS AND TO SYSTEM DEMONSTRATED  VALUES.
SPECIFIED  VALUES  (REQUIREMENTS OR GOALS)  AND  PREDICTIONS  ARE
UNCLASSIFIED)
(7)  RESOLUTION
     (A)  FREQUENCY CHARACTERISTICS:    S-OADR
     (B)  SENSITIVITY:   S-OADR
(8)  SIGNATURE CHARACTERISTICS
     (A)  BANDWIDTHS.  RECEIVING & TRANSMITTING:  S-OADR
     (B)  POWER OUTPUT:  S-OADR
     (C)  FREQUENCY RANGE:    S-OADR
(9)  SYSTEM CAPACITY
     (A)  TARGET CAPABILITY:  S-OADR
     (B)  DATA STORAGE CAPABILITY: C-OADR
     (C)  INFORMATION RATE:   C-OADR
(10) VULNERABILITY TO ECM/ECCM:    S-OADR
(11) MILITARY APPLICATION:    S-OADR
(12) NUMBERS CONTRACTED: U
(13) PRODUCTION AND PROGRAM SCHEDULES:  U
(14) RATE OF DELIVERY:   U
(15) NUMBERS DELIVERED:  U
(16)   DEGREE   OF   PROTECTION  IN  TRANSIT  --   ACCORDING   TO
CLASSIFICATION
(17) UNIT COST:     U
(18) TECHNOLOGY BREAKTHROUGH: S-OADR
(19) TEST AND EVALUATION PLANS AND RESULTS:  C-OADR
(20) OTHER
       (A)   PROGRAMMING  MATERIALS  THAT  CONTAIN  ONLY  ROUTINE
PROCESSOR     FUNCTIONS   NOT   RELATED   TO   SPECIFIC    SIGNAL
CHARACTERISTICS:    U
        (B)    PROGRAMMING   MATERIALS   DEALING   WITH   THREAT,
IDENTIFICATION   FILES,  THREAT  RECOGNITION  AND  PRIORITIZATION
ROUTINES,  JAMMING  WAVEFORMS, JAMMER  ASSIGNMENT  ROUTINES,  AND
OTHER FUNCTIONS THAT CONTAIN ONLY TECHNICAL

                             PAGE 11
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED
                          UNCLASSIFIED

                                                     UNCLASSIFIED

UNCLASSIFIED        REFERENCE FILE           OPNAVINST C5513.2B

AN/ALQ-149 (CONT.)

      CHARACTERISTICS  (FREQUENCY, AMPLITUDE,  TIMING,  DURATION,
ETC.) OF SIGNALS OF INTEREST OR JAMMING WAVEFORMS:     S-OADR
08.  (U)
(1)  END ITEM PRODUCED
     (A)  END ITEM: C-OADR
     (B)  EXTERNAL VIEW: U

AN/ALQ-157
06.  (U)
(1)  ACCURACY:  INFRARED, OPTICS:  S-OADR
(2)  OPERATIONAL READINESS (ALERT) TIME/TIME CYCLE
     (A)  MTTR ESTIMATES:     U
     (B)  WARM-UP TIME:  C-OADR
(3)  RELIABILITY - MTBF ESTIMATES: U
(4)  SIGNATURE CHARACTERISTICS
     (A)  PEAK PULSE POWER:   S-OADR
     (B)  PULSE SHAPE:   S-OADR
     (C)  DUTY CYCLE:    S-OADR
     (D)  DC PUTPUT:     S-OADR
     (E)  PULSE RATE:    S-OADR
     (F)  SWEEP RATE:    S-OADR
     (G)  MODULATION TECHNIQUES:   S-OADR
(5)  VULNERABILITY TO COUNTER-COUNTERMEASURES:    TS-OADR
(6)  MILITARY APPLICATION:    S-OADR
(7)  NUMBERS CONTRACTED: U
(8)  PRODUCTION AND PROGRAM SCHEDULES:  U
(9)  RATE OF DELIVERY:   U
(10) NUMBERS DELIVERED:  U
(11)   DEGREE   OF   PROTECTION  IN   TRANSIT:     ACCORDING   TO
CLASSIFICATION
(12) UNIT COST:     U
08.  (U)
(1)  CLASSIFICATION OF END ITEM:  S-OADR
(2)  EXTERNAL VIEW: U

AN/ALQ-89 (XN-1)
06.  (U)
     (1)  COUNTER COUNTERMEASURES CAPABILITY
          (A)  SPECIFIC SUSCEPTIBILITY: S-OADR
     (2)  FORMULA OR MATERIAL:     U
     (3)  RANGE
          (A)  PERFORMANCE VS RANGE:    S-OADR
     (4)  RELIABILITY:   U
     (5)  RESOLUTION:    C-OADR
     (6)  SIGNATURE CHARACTERISTICS


                             PAGE 12
                                                   ENCLOSURE (82)
                                                     UNCLASSIFIED
                                
                          UNCLASSIFIED

UNCLASSIFIED             REFERENCE FILE      OPNAVINST C5513.2B

     (A)  SPEC. BAND COVERAGE:     S-OADR
     (B)  MODULATION:    C-OADR
(7)  SYSTEM CAPACITY:    C-OADR
(8)  VULNERABILITY
     (A)  TO COUNTERMEASURES: S-OADR
(9)  OTHER
     (A)  SPECIFIC MILITARY APPLICATION:     S-OADR
     (B)  SPECIFIC EFFECTIVENESS:  S-OADR
(10) MILITARY APPLICATION - GENERAL:    C-OADR
(11) NUMBERS CONTRACTED: U
(12) PRODUCTION AND PROGRAM SCHEDULE:   U
(13) RATE OF DELIVERY:   U
(14) NUMBERS DELIVERED:  U
(15) DEGREE OF PROTECTION IN TRANSIT- ACCCORDING TO
CLASSIFICATION
(16) UNIT COST:     U
08.  (U)
(1)  END ITEM PRODUCED
     (A)  END ITEMS:     C-OADR
     (B)  EXTERNAL VIEW: U


AN/AWG-9 WEAPON CONTROL SYSYTEM---REPLACED BY ENCL. (20)TO NASC
LTR AIR 71212041 OF 2/22/97

                             PAGE 12
                                                   ENCLOSURE (82)
                          UNCLASSIFIED
                                
                                
                     DEPARTMENT OF THE NAVY
                                
                    NAVAL AIR SYSTEMS COMMAND
             NAVAL AIR SYSTEMS COMMAND HEADQUARTERS
                    WASHINGTON, DC 20361-7120
                                
                                                             5510
                                              Ser AIR-71212E/0794
                                                        11 JUL 91
From:     Commander, Naval Air Systems Command
To:  Chief of Naval Operations (OP-09N2)

Subj:     FORWARDING OF SECURITY CLASSIFICATION GUIDE

Ref: (a)  OPNAVINST 5513.1D
     (b)  OPNAVINST C5513.8 (per NASC Judy 12/2/91)

Encl:     (1)  Security Classification Guide for the AN/ALE-47
          Countermeasures Dispenser System (CMDS)

1.   In accordance with reference (a), an original classification
authority  reviewed and approved enclosure (1) as an addition  to
reference (b).


2.   Please  incorporate enclosure (1) into  reference  (b)  upon
receipt.


                                                                 
                                                              /s/
                                                                 
                                                   S.B. MACKNIGHT
                                                     By direction
                                              Ser AIR-54622B/1542

MEMORANDUM

From:     AIR-546
To:  AIR-05
Via: AIR-7121

Subj:        AUTHORIZATION    TO    ESTABLISH    THE    AN/ALE-47
COUNTERMEASURES
     DISPENSER SYSTEM (CMDS) SECURITY GUIDE

Ref: (a)  OPNAVAIR 5510.1H
     (b)  OPNAVAIR C5513.8B

Encl:     (1)  AN/ALE-47 CMDS Security Classification Code

1.   In accordance with reference (a), authorization is requested
to forward enclosure (1) as an addition to reference (b).

2.    For  further  information, please contact  Mr.  Richard  A.
Baker, AIR-54622B, (703) 746-2109.

Copy to:
PMA-2535
AIR-71212E

                                               Very Respectfully,
                                                              /s/
                                                                 
- -----------------------------------------------------------------
- -------
                                                         3 Jul 91
FIRST ENDORSEMENT

From:     AIR-7121
To:  AIR-05

1.    AIR-7121  concurs with the proposed addition  to  OPNAVINST
C5513.8B.
In  accordance with reference (a), paragraph 6-3.2, authority for
this action is granted to AIR-05.

                                                              /s/
                                                    S.B.MACKNIGHT
                                                        11 JUL 91

SECOND ENDORSEMENT on AIR-546 memo Ser AIR-54622b/1542 Undated

From:     AIR-05
To:  AIR-7121

Subj:        AUTHORIZATION    TO    ESTABLISH    THE    AN/ALE-47
COUNTERMEASURES
     DISPENSER SYSTEM (CMDS) SECURITY GUIDE.

1.   Authorization to establish subject classification guide is:

     a.   Granted     _______

     b.   Not granted _______

                                                W.J. TINSTON, JR.
                                  Assistant Commander for Systems
                                                  and Engineering

ENCLOSURE (1)                           11 JUL 1991

01.  IDENTIFYING DATA
     ID:  08B-
     CL:  U
     SU:  COUNTERMEASURES DISPENSER SYSTEM (CMDS), AN/ALE-47
     OC:  NAVAIR (PMA-253/AIR-7121)
     CA:  COMNAVAIRSYSCOM
     OD:  88-06-22
     CD:
     RD:

02.  THREAT BACKGROUND:

Modern  Air  Defense Systems (ADS) employ a variety  of  terminal
homing  weapons under centralized control to provide point and/or
area   defense   against  hostile  air  attack.   The   AN/ALE-47
Countermeasures Dispenser System (CMDS) will provide the aircraft
with  an  expendable  countermeasures  capability  against  Radio
Frequency (RF), Infrared (IR), and Electro-Optical (EO)  threats,
as  EO  decoys  are  developed in the future, from  Anti-Aircraft
Artillery   (AAA),  Surface-to-Air  Missiles  (SAM),   Air-to-Air
Missiles   (AAM),  and  Airborne  Interceptors  (AI).   Potential
threats  to be defeated by the expendables dispensed by the  CMDS
are  contained within the Tactical Aircraft Defensive  Electronic
Countermeasures  ECM  Systems Joint  Threat  Assessment  and  the
Electronic Combat Threat Environment Description.

03.  MISSION/GENERAL REQUIREMENT:

      A.   Need:     The mission element need task for electronic
countermeasures  (ECM)  is  to enhance  combat  survivability  of
tactical aircraft.

      B.    Definition:    The AN/ALE-47 program is a joint  Navy
and  Air  Force  effort  to  deploy an  advanced  countermeasures
dispenser system capable of automatically defeating RF,  EO,  IR,
and  laser threats using offboard decoys.  The CMDS will  provide
an  integrated expendables countermeasures response by  employing
multiple   data  inputs  received  from  the  aircrew,   aircraft
flight/avionic systems, and Electronic Warfare (EW) systems.  The
Navy  has approved the AN/ALE-47 for forward fit installation  in
the F-14D, F/A-18C/D, future versions of the P3, MV-22, and EA-6B
aircraft.   The Air Force plans to install the AN/ALE-47  in  the
F16.   Additional Navy, Air Force, Army and foreign  applications
may develop.

      C.    Conflict:  In the event of conflict in the  following
requirements,  the  highest  level of classification  requirement
shall prevail.
- -----------------------------------------------------------------
- -------

Distribution  Statement C:     Distribution  authorized  to  U.S.
Government agencies and their contractors.  Other requests  shall
be referred to NAVAIRSYSCOM (AIR-7121)

                                                    ENCLOSURE (1)
D.     Omissions:       In   the   event   that   a   performance
characteristic  is not addressed in this security  classification
guide and the characteristic reveals a system vulnerability, that
characteristic shall be classified SECRET.

04.  FINANCIAL

      A.    Unfunded  costs/prices  which  relate  to  programmed
production buy quantities and/or option buy quantities:     U
     B.   Funded production costs: U
      C.   Planned production quantities and/or option production
buy quantities, including schedules:    U
     D.   Funded production quantities and schedules:  U
      E.    Number  and  delivery schedules  of  system/subsystem
and/or
major components:   U
      F.    Outyear  funds: FOUO (Releasable  when  submitted  to
Congress).

05.  MILESTONES:

     A.  IOC Date:  C    (Declassify after IOC is achieved).
     B.  RDT&E testing schedules:  U

06.  DESIGN PERFORMANCE AND FUNCTIONAL CHARACTERISTICS:

     A.  Technical requirements specifications:   U
      B. System effectiveness performance data against designated
threats:  S-OADR
     C.  Mechanical interface:     U
     D.  Electrical interface:
          (1)  Power:    U
          (2)  Avionics Bus messages:   U
          (3)  EW BUS:   U
          (4)  Other:    U
     E.   Engineering environmental test requirements: U
      F.  Hardware design:    U
     G.   Software design:    U

07.  OPERATIONAL AND TACTICAL:

     A.   Design performance and functional characteristics:
          (1)  Threat data/response characteristics:   S-OADR
          (2)  Radar Cross-Section (RCS) information:  S-OADR
          (3)  IR signature information:     S-OADR
          (4)  Measured Chaff RCS data: S-OADR
          (5)  EW BUS data:   (Classified IAW guidelines for data
contained in the messages.)
          (6)  Test and evaluation data:
               (a)  Unidentified flight test data:     U
                (b)   Identified or evaluated test data  will  be
classified  consistent  with this security  classification  guide
based on the information revealed.
          (7)  Effectiveness against threats:     S-OADR
          (8)  Test threat system characteristics:     S-OADR

      (9) IR suppression:     S-OADR
       (10)   Operational  capability  with  respect  to   threat
environment  defined by current intelligence  information:     S-
OADR
     (11) Information rate:   U
     (12) Modes of operation: U
     (13) Energy requirements:     U
     (14) Vulnerability/susceptibility to:
               (a)  Countermeasures :   S-OADR
               (b)  Counter-countermeasures: S-OADR
               (c)  Electromagnetic pulse radiation:   C-OADR
               (d)  Overpressure:  S-OADR
B.   Logistics and Support:   U
C.   Use and Readiness:
       (1)    Tactics  (information  revealing  the   operational
employment of tactics):  C-OADR
     (2)  Operational readiness (alert) time/time cycle:    U
     (3)  Modes of operation: U
D.   Reliability/availability:
     (1)  MTBF/MTTR requirements and predictions: U
     (2)  MTBF/MTTR values obtained in development test:    U
      (3)   MTBF/MTTR values obtained in fleet operations:     C-
OADR

08.  HARDWARE

A.   External view: U
B.   Individual hardware modules:  U
C.   Component and subsystem manufacturing technology: U

09.  COMPUTER RESOURCES:

A.   Dispense programs:
      (1)   Associated  with  aircraft  type,  threat  system  or
tactics:  S-OADR
     (2)  All others:    U
B.   Boresight video tapes:
      (1)   Associated  with  aircraft  type,  threat  system  or
tactics:  S-OADR
     (2)  All others: U
C.   Miss distance data:
      (1)   Associated  with  aircraft  type,  threat  system  or
tactics:  S-OADR
     (2)  All others:  U
D.   Data reduction model output:
       (1)    Associated  with  specific  threat   and   aircraft
conditions:    S-OADR
     (2)  All others:    U
E.   Mission data file:
      (1)   Data used in the development of the Mission Data File
will be classified in accordance with the source data.
      (2)   Mission  data  file  when loaded  in  code  into  the
programmer:    C-OADR
F.    Programmable  Read  Only  Memory  (PROM):    Classified  in
accordance with 9E above, declassify as follows:
      (1) Ultraviolet light PROM (UV PROM):
          (a)  Clear by performing an ultraviolet erase according
to the manufacturer's recommendation.
            (b)   Purge  by  clearing  and  increasing  the  time
requirements  by  a factor of three.  Follow by  overwriting  all
locations with random characters.
     (2)  Electrically Alterable PROM (EAPROM):
          (a)  Clear by pulsing all gates.
           (b)   Purge  by  clearing followed by overwriting  all
locations with random characters.
     (3)  Electrically Erasable PROM (EEPROM):
          (a)  Clear by performing a full chip erase according to
the manufacturer's recommendations.
           (b)   Purge  by  clearing followed by overwriting  all
locations with random characters.

10.  OTHER:

     A.   Administrative details:
          (1)  General program description:  U
          (2)  Model and/or type designation:     U
          (3)  Identity of contractor and subcontractors:   U
          (4)  Identity of associate contractors
          (5)  Planning, programming, and/or program status:
(excludes  any requirements for classifying information  relating
to military sales programs as indicated in paragraph 10D below).
      B.   Research: Basic research will normally be unclassified
even when directed toward broad military end use goals.
     C.   Public Release of information:  Any proposed release of
official  information pertaining to the AN/ALE-47 Countermeasures
Dispenser  system shall be forwarded to NAVAIRSYSCOM  for  review
and further processing.  It is incumbent upon defense contractors
or other agencies to screen all information submitted by them for
release  approval  to  ensure that it is  both  unclassified  and
technically  accurate.   Letters  of  transmittal  shall  contain
certification to this effect.  Proposed public releases should be
submitted to AIR-07D.
      D.    Foreign  disclosure: No information relating  to  the
AN/ALE-47   may   be  released  to  foreign  nationals,   foreign
governments,   or  international  organizations,   except   where
specific  written  approval  is  obtained  in  each  instance  as
required by OPNAVINST 5510.48J.  All requests for disclosures  of
classified information relating to this project received from any
foreign or international source shall be referred to NAVAIRSYSCOM
for coordination.

                                
                          UNCLASSIFIED
                                               OPNAVINST S5513.8B
                                                       5 APR 1989

01.  IDENTIFYING DATA
     ID:  08B-31
     CL:  U
       SU:    COUNTERMEASURES   SET,  AN/ALQ-165,   AIRBORNE-SELF
PROTECTION
     SU:  JAMMER (ASPJ)
     OC:  NAVAIR (PMA-272);   DTIC-A
     CA:  COMNAVAIRSYSCOM
     OD:  78-03-24
     CD:  89-02-15
     RD:  91-02-15

02.   THREAT/BACKGROUND:  Refer to the NISC Threat Assessment for
the   Airborne  Self-protection  Jammer  (ASJP)  dated  May  1979
(revised periodically).

03.  MISSION/GENERAL REQUIREMENTS:

      A.   Need:     The mission element need task for electronic
countermeasures  (ECM)  is  to enhance  combat  survivability  of
technical aircraft.

     B.   Definition:    The AN/ALQ-165, Airborne Self-protection
Jammer  (ASPJ) Project is a joint Navy and Air Force  development
effort  to provide a self-protection ECM capability for Navy  and
Air Force tactical aircraft.  The ASPJ will provide a high degree
of  combat  survivability in a hostile air  defense  environment.
The  ASPJ  may be installed either internally or in pods  and  is
capable of selectively generating a wide variety of ECM responses
and directing them in order of priority against individual threat
weapons systems on an "as-encountered basis.  ECM techniques  and
threat  identification criteria are flexible to  respond  to  new
intelligence  inputs  via  adaptive  reprogramming.    Designated
aircraft  for  the  Navy are the F/A-18, F-14  and  A-6.   A  pod
version  is  adaptable to the AV-8B.  Air Force plans to  install
the  ASPJ in the F-16.  Additional Navy, Air Force, Army and NATO
applications may develop.

      C.    Conflict:  In the event of conflict in the  following
requirements,  the  highest  level of classification  requirement
shall prevail.

       D.    Omissions:      In  the  event  that  a  performance
characteristic  is not addressed in this security  classification
guide and the characteristic reveals a system vulnerability, that
characteristic shall be classified S-OADR.

04.  FINANCIAL:

      A.    Unfunded  costs/prices  which  relate  to  programmed
production

                                                                 
                                                   Enclosure (31)
                          UNCLASSIFIED
                                
                          UNCLASSIFIED
OPNAVINST S5513.8B
5 APR 1990

buy quantities and/or option buy quantities: U
     B.   Funded production costs: U
      C.   Planned production quantities and/or option production
buy quantities, including schedules:    U
     D.   Funded production quantities and schedules:  U
      E.    Number  and  delivery schedules  of  system/subsystem
and/or major components: U
      F.    Outyear  funds: FOUO (Unclassified when submitted  to
Congress).

05.  MILESTONES:

     A.   IOC Date: C (Declassify after IOC date).
     B.   RDT&E testing schedules: U

06.  DESIGN PERFORMANCE AND FUNCTIONAL CHARACTERISTICS:

      A.    General  classes of threats the system circuitry  and
logic  are  designed to counter:     U (Refers to weapon  systems
classes such as EW/GCI, acquisition and terminal radars).
     B.   Threats the system is designed to counter:   C-OADR.
      C.    Threat parameters the system circuitry and logic  are
designed to counter:     S-OADR
       D.    Circuitry  (defined  as  schematic  diagrams,  block
diagrams,   and   flow  diagrams  with  descriptive   performance
characteristics)
shall  be  classified at the level of the performance  parameters
revealed.
     E.   Modulation characteristics:   S-OADR
     F.   Accuracy:
          (1)  Frequency set-on:   S-OADR
          (2)  Threat identification:   C-OADR
           (3)   System  direction finding/ranging  capabilities:
C-OADR
      G.    ECM  techniques (techniques which the system  can  or
cannot perform):    C-OADR
     H.   Signature characteristics:
     (1)  Total RF coverage:  S-OADR
     (2)  Transmission /receiving bandwidth: C-OADR
     (3)  Receiving sensitivity/noise figure:     C-OADR
     (4)  Power output/duty cycle: C-OADR
     I.     System,  band  and  channel  resolution,  range,  and
accuracy:
          (1)  Frequency:     C-OADR
          (2)  Bandwidth:     C-OADR
          (3)  Measurement of signal parameters:  S-OADR
          (4)  Technique parameters:    S-OADR
     J.   System characteristics:
          (1)  Maximum signal density:  S-OADR
          (2)  Emitter mode identification:  S-OADR
          (3)  Search sector strategies:     S-OADR

                                2
Enclosure (31)
                          UNCLASSIFIED
                          UNCLASSIFIED
                                               OPNAVINST S5513.8B
                                                       5 APR 1989
                                                                 
     (4)  Signal identification and tracking implementation:
S-OADR
     (5)  RF dynamic range:   S-OADR
     (6)  Maximum number of responses:  S-OADR
     (7)  Response time: S-OADR
     (8)  Repeat Delay:  S-OADR
K.   Vulnerability/susceptibility:
     (1)  To threat parameters or density:   S-OADR
     (2)  To counter-countermeasures:   S-OADR
     (3)  To electromagnetic pulse radiation:     C-OADR
      (4)   System performance limitations against threats:    S-
OADR
L.   Interfaces:
     (1)  RWR interface performance capability:   C-OADR
     (2)  Data link performance characteristics : C-OADR

07.  OPERATIONAL AND TACTICAL

       A.     Tactics   (information  revealing  the  operational
employment of tactics is S-OADR):
          (1)  Altitudes:     C-OADR
          (2)  Employment:    C-OADR
          (3)  Maneuvers:     C-OADR
      B.    Test  and evaluation data:     U/S-OADR (Unidentified
flight
test  data  will  be unclassified.  Identified or evaluated  test
data   will   be   classified  consistent  with   this   security
classification guide).
     C.   Operational readiness (alert) time/time cycle:
          (1)  Warm-up time:  U
          (2)  Self-test time:     U
     D.   Modes of operation: C-OADR
     E.   Reliability/availability:
          (1)  MTBF/MTTR requirements and predictions: U
           (2)   MTBF/MTTR  values obtained in development  test:
U
           (3)   MTBF/MTTR  values obtained in fleet  operations:
C-OADR
     F.   Effectiveness against threats:     S-OADR
     G.   Military application (mission):
          (1)  Specific: C-OADR
          (2)  General:  U
      H.    Logistics  and  support:   U (Unless  information  is
revealed  requiring classification by other topics of this  guide
or for operational security purposes).
     I.   Specific objectives:     S-OADR
     J.   Deficiencies:
          (1)  Not performance related: U
           (2)  If the performance requirement is Confidential in
accordance with this security classification guide:    C-OADR
           (3)   If  the  performance requirement  is  Secret  in
accordance with this security classification guide:    S-OADR

                                                                 
                                                   Enclosure (31)
                                3
                          UNCLASSIFIED
                          UNCLASSIFIED
OPNAVINST S5513.8B
5APR1989

08.  HARDWARE:

     A.   Components:
     (1)  WRAs (fully assembled or containing a device listed
     below):   C-OADR
     (2)  DRFM:     C-OADR
     (3)  IFM: C-OADR
     (4)  Those items listed in paragraph O8C below:   C-OADR
     (5)  Other:    U
     B.   External view:
     (1)  System or WRAs with all covers in place:     U
     (2)  Photographs or drawings of any detail which reveals any
information  that  can be used to calculate  or  estimate  system
performance:    C-OADR   (Unless  reviewed   and   approved   for
declassification by NAVAIR code Air-714).
       C.   Component  and  subsystem  manufacturing   technology
(descriptive data (documents, etc.) will be classified  according
to content using guidance provided herein):
     (1)  Traveling wave tube:     C-OADR
     (2)  Quadruplexer:  C-OADR
     (3)  Diplexer: C-OADR
     (4)  State-of the-art advances (identified on a case by case
basis):   S-OADR
       D.    Degree  of  protection  in  transit:  according   to
classification
      E.   Data and system software: source code requiring levels
"A"  and "B" documentation (as defined in paragraph 3.2.2.1.1  of
the PV SOW), excluding the boot PROM firmware, whether in machine
or human readable form, shall be classified according to the data
which they contain as follows:
     (1)  RWR communication/control:    S-OADR
     (2)  ECM techniques:     S-OADR
     (3)  Beam processing:    S-OADR
      (4)  Track management:   When classified threat information
is present, they will be classified S-OADR;  otherwise C-OADR.
     (5)  Receiver management: When classified threat information
is present, they will be classified S-OADR;  otherwise C-OADR.
      (6)   Executive control: When classified threat information
is present they will be classified S-OADR;   otherwise C-OADR.
     (7)  Pulse processing:   S-OADR
      (8)  Signal sorting:     When classified threat information
is present, they will be classified S-OADR;  otherwise C-OADR.
     (9)  System data bases:  S-OADR
      (10) Initialization routines: Unclassified unless parameter
data is present, then C-OADR.
      (11) Bit processing:     Unclassified unless parameter data
is present, then C-OADR.
     (12) User data file (UDF):    S-OADR

                                4
Enclosure (31)           UNCLASSIFIED

                          UNCLASSIFIED
                                               OPNAVINST S5513.8B
                                                       5 APR 1989
     (13) System or threat parameters:  S-OADR
      (14)  User data file generator (program and output):     S-
OADR
      F.    The  object  code  shall be classified  C-OADR.   All
unclassified software shall also be unclassified when resident in
ASPJ  hardware.   All other software discussed in this  paragraph
shall be classified C-OADR when resident in the systems.

09.  OTHER:

     A.   Administrative details:
     (1)  General program description:  U
     (2)  Model and/or type designation:     U
     (3)  Identity of contractors and subcontractors:  U
     (4)  Identity of associate contractors: U
     (5)  Planning, programming, and/or program status:     U
(excludes  any requirements for classifying information  relating
to military sales programs as indicated in paragraph 09F below).
      B.   Research: Basic research will normally be unclassified
even when directed toward broad military end use goals.  However,
research  that  is  specifically directed  toward  a  potentially
significant increase in ELINT, ECM, or ECCM technology that would
give the United States a technology advantage shall be classified
tentative  Secret  pending evaluation by CNO (OP-09N2).  Requests
for  evaluation  should  include a detailed  description  of  the
breakthrough  and  recommendations  for  level  and   length   of
classification.
       C.     Need-to-know:   "Need-to-know"  is  the  term  that
describes  the  requirement that the dissemination of  classified
information    be    limited   strictly    to    those    persons
(military/government  employee,  defense  contractors,  or  other
person)  who possess appropriate current security clearances  and
whose  official  duties require knowledge or possession  of  this
information.   Responsibility  for  determining  the  level   and
currency  of  security clearance and whether  a  "need  to  know"
exists  rests upon each individual who has possession,  knowledge
or  command control of the information involved and not upon  the
prospective recipient.
      (1)   A "need-to-know" is recognized to be established when
the following conditions have been met:
           (a)   The  prospective recipient possesses  a  current
security clearance of the appropriate level that has been granted
by  appropriate authority and has been positively  identified  as
the individual described in the notice of security clearance.
      (b)   Disclosure of the information is in the  interest  of
national defense.
     (c)    Examination  of  the  position,  status,  duties  and
responsibilities  of the prospective recipient demonstrates  that
the  individual has a legitimate requirement for  access  to  the
classified information to carry out their assigned duties and
                                
                                5
                                                   Enclosure (31)
                          UNCLASSIFIED
                          UNCLASSIFIED
OPNAVINST S5513.8B

responsibilities.
           (d)  Disclosure of the classified information will not
violate any administrative distribution instructions that may  be
included  as part of the classified information being  considered
for disclosure.
           (e)   The  scope  of  the  classified  material  being
considered  for  disclosure does not  exceed  that  for  which  a
legitimate need has been established.
(D)   Public  release  of information: Any  proposed  release  of
official information pertaining to the AN/ALQ-165 countermeasures
set/Airborne  Self-protection  Jammer  (ASPJ)  Project  shall  be
forwarded to NAVAIRSYSCOM for review and further processing.   It
is incumbent upon defense contractors or other agencies to screen
all  information submitted by them for release approval to ensure
that  it  is both unclassified and technically accurate.  Letters
of  transmittal  shall  contain  certification  to  this  effect.
Proposed releases should be submitted to AIR-07D.
      (1)   Unilateral  public  release of  official  information
pertaining to the AN/ALQ-165 is expressly prohibited.  Replies to
queries  from unofficial sources must be processed in  accordance
with  paragraph  09D above.  No other dissemination  or  approval
procedures  are  authorized.   This prohibition  extends  to  all
publications,   both   in-house  and   external,   and   to   all
conversations, speeches or oral statements, except those made  in
the normal conduct of official business.
      (2)   Official  approval: Only information  that  has  been
officially  approved  for public release  by  the  Department  of
Defense  may  be  released without further  recourse.   The  term
"public  release"  applies,  but is  not  limited  to,  articles,
speeches,   photographs,  brochures,  advertisements,   displays,
presentations, etc., on any phase of the Airborne Self-protection
Jammer Project and is applicable to classified symposia, seminars
and  technical society meetings sponsored by organizations  other
than  the  Department of Defense as well as to  the  public  news
media.   Only  information  that has already  been  approved  for
public  release  may  be released.  Information  developed  after
initial approval for public release must be submitted for  review
and further processing as outlined above.
      (3)   Visits  by the media: Contemplated visits  of  public
media  representatives  shall receive coordination  and  approval
from  the Naval Air Systems Command Headquarters, Washington,  DC
20361.
      (4)Prime  contractors:     Prime contractors  shall  submit
proposed  publicity  release information for  approval  prior  to
release via the DOD contracting officer or contract administrator
and  technical  representative  to  NAVAIRSYCOM  for  review   as
required by the Industrial Security Manual.
     (5)  Subcontractors:     Subcontractors shall submit any

                                6

Enclosure (31)

                          UNCLASSIFIED
                          UNCLASSIFIED
                                               OPNAVINST S5513.8B
                                                           5APR89

material  prepared  by them for public release  approval  through
their prime contractor.

       E.    Release  of  classified  information  at  classified
symposia, seminars and technical society meetings:  All speeches,
presentations,  etc.,  to  be released  at  classified  symposia,
seminars or technical society meetings sponsored by organizations
other  than  the  Department  of Defense  will  be  submitted  to
NAVAIRSYCOM for coordination and approval not later than 30  days
prior to the proposed date of release.  The request for review of
the  document and approval of its contents must include the  name
of  individual  making the presentation, title of the  symposium,
seminar  or  technical society meeting, sponsoring organizations,
and  a  statement that the paper has been reviewed for  technical
content  and proper security classification and does not  contain
information regarding patented information that is subject to the
Patent Secrecy Act.
      F.    Foreign  disclosure: No information relating  to  the
AN/ALQ165  countermeasures  set/Airborne  Self-protection  Jammer
Project   may   be   released  to  foreign   nationals,   foreign
governments,   or  international  organizations,   except   where
specific  written approval from  AIR-714 or higher  authority  is
obtained  in  each  instance as required by  OPNAVINST  5510.48J.
All  requests for disclosures of classified information  relating
to this project received from any foreign or international source
shall be referred to NAVAIRSYSCOM for coordination.
In addition to established foreign release procedures, the AN/ALQ-
165  Foreign Release Plan approved by the Office of the Secretary
of Defense provides additional guidance.
     (1)  Foreign sales programs:
           (a)   The  principles governing the classification  of
information  related to FMS programs are found  in  the  Military
Assistance  and Sales Manual (MASM) (NOTAL) and the  desires  and
practices of the country customers.
          (b)  Information associating the AN/ALQ-165 system with
a  foreign  country  in connection with preparing,  planning  and
budgetary data is unclassified.
           (c)   In  a  price  and  availability  estimate,  unit
quantities and/or production delivery schedules identified with a
specific foreign country are Confidential.  After issuance of the
letter of offer, unit quantities and production delivery schedule
data can be declassified with concurrence of country customer.
           (d)   Information which identifies by nomenclature  or
other description the total or partial system configuration for a
particular country will be unclassified if consistent  with  Navy
and/or   Air  Force  requirements  unless  the  foreign   country
indicates otherwise.
           (e)   Delivery schedules to a foreign country will  be
Confidential unless the foreign country indicates otherwise.
                                                                 
                                                   Enclosure (31)
                                7
                                
                          UNCLASSIFIED
                          UNCLASSIFIED
OPNAVINST S5513.8B
5 APR 1989

When   classified,  such  schedules  may  be  declassified  after
delivery of the last system/subsystem covered by the schedule.
            (f)    Operational  deployment/basing  concepts   and
schedules  for  the AN/ALQ-165 within a foreign country  will  be
classified classified by the foreign country.
           (g)   Because of the discretionary nature of paragraph
09F(1)  c,  F(1)e, and G(1)f, information which is not classified
for one country's program may be classified for another country's
program.   Thus,  care must be exercised in  applying  the  above
guidance.
     H.   Downgrading/declassification:
        (1)     Documents   containing   information    requiring
classification  by  this  guide shall be  marked:  Classified  by
OPNAVINST S5513.8B, enclosure (31); Declassify on:  OADR.
      F.    All  technical  documents shall contain  distribution
statements as follows:
            (a)    Documents   including  system   effectiveness:
DISTRIBUTION STATEMENT F: Further dissemination only as  directed
by  Commander,  Naval Air Systems Command (Attn:  Code  PMA-272),
(date), or higher DOD authority.
          (b)  All other documents:     Distribution Statement D:
Distribution   authorized  to  DOD  and  DOD  contractors   only;
Administrative/operational, software  documentation  or  critical
technology;   (date).   Other  requests  shall  be  refereed   to
Commander, Naval Air Systems Command (Attn: Code PMA-272).

10.       BRIEF JUSTIFICATION:     Not applicable.

11.  SECONDARY DISTRIBUTION:  DOD and DOD contractors only.
                                
                                8
Enclosure (31)
                          UNCLASSIFIED
                          UNCLASSIFIED
                                
                                               OPNAVINST S5513.8B
                                                       5 APR 1989

01.  IDENTIFYING DATA
     ID:  08B-03
     CL:  U
     SU:  ECM/ECCM, GENERAL
     OC:  CNO (OP-09N2); DTIC-A
     CA:  CNO (OP-09N)
     OD:  75-03-24
     CD:  89-02-15
     RD:  91-02-15

02.  THREAT/BACKGROUND:

      A.   This guidance is applicable in the absence of specific
ECM/ECCM program guidance.
      B.   Information previously authorized for publication at a
lower  classification  than now required by  this  guide  is  not
upgraded.

03.  MISSION:

     A.   Definition:    Electronic Countermeasures (ECM) is that
major  subdivision of Electronic Warfare involving actions  taken
to  prevent  or  reduce the effectiveness of enemy equipment  and
tactics  employing or affected by electromagnetic radiations  and
to exploit the enemies use of such radiation.
       B.     Definition:     Electronic  counter-countermeasures
(ECCM)  is that major subdivision of Electronic Warfare involving
actions  taken to ensure our own effective use of electromagnetic
radiations despite the enemy's use of countermeasures.

04.   FINANCIAL:     All budgetary data shall be designated: FOUO
(Unclassified upon release to Congress).

05.  MILESTONES:    IOC Dates:     C    (Declassify after IOC).

06.  DESIGN PERFORMANCE AND FUNCTIONAL CHARACTERISTICS:

     A.   Accuracy (includes direction finding (DF)):
          (1)  System range, bearing, range rate: C-OADR
            (2)    Circuitry:      C-OADR  (where  basic   system
characteristics are specified or are an accumulation).
          (3)  IFF: C-OADR
          (4)  Target classification capability:  S-OADR
     B.   Control:
          (1)  Interface, NTDS:    S-OADR
          (2)  Manning requirements:    U
          (3)  Data links:    S-OADR
          (4)  Infrared, optics:   S-OADR

Enclosure (3)
                                
                          UNCLASSIFIED
                                
                          UNCLASSIFIED
OPNAVINST 5513.8B (CONT)

C.   Range:
     (1)  Predicted detection:     C-OADR
     (2)  Operational detection:   C-OADR
     (3)  Maximum detection:  C-OADR
      (4)   Target classification versus range capability:     S-
OADR
D.   Resolution:
     (1)  Beam patterns: C-OADR
     (2)  Target resolution/range/bearing:   C-OADR
     (3)  Frequency response: C-OADR
     (4)  Narrow bandwidth frequency response:    S-OADR
E.   Signature characteristics:
     (1)  Receiving bandwidth:     C-OADR
     (2)  Transmission bandwidth:  C-OADR
     (3)  Receiving sensitivity:   C-OADR
     (4)  Source level:  C-OADR
     (5)  IR signature information:     S-OADR
     (6)  Radar cross-section information:   S-OADR
     (7)  Noise figure:  C-OADR
     (8)  IR suppression:     S-OADR
F.   Reliability/availability:
        (1)     System    reliability/availability   demonstrated
capability:
C-OADR
     (2)  Effectiveness: C-OADR
G.   System capability:
     (1)  Target capability:  S-OADR
       (2)    Operational  capability  with  respect  to   threat
environment  defined by current intelligence information:     TS-
OADR
     (3)  Power output:  C-OADR
     (4)  Signal display  capacity:     C-OADR
     (5)  Data storage capacity:   C-OADR
     (6)  Information rate:   C-OADR
     (7)  Modes of operation: C-OADR
     (8)  IFF: C-OADR
     (9)  Response time: C-OADR
      (10) Interface capability for data input to command system:
S-OADR
S-OADR
     (11) Modulation techniques:   S-OADR
H.   Energy requirements:
     (1)  Specific, related to performance parameters: C-OADR
     (2)  Total, related to overall system requirements:    U
I.   Vulnerability:
     (1)  Susceptibility to:
          (a)  Countermeasures:    S-OADR
          (b)  Counter-countermeasures: S-OADR
          (c)  Detection decoys:   S-OADR
          (d)  Motional interference:   C-OADR
          (e)  Electromagnetic pulse radiation:   C-OADR
     (2)  Infrared:

                                2
Enclosure (3)


                          UNCLASSIFIED
                          UNCLASSIFIED
                                               OPNAVINST S5513.8B
                                                       5 APR 1989
                                                                 
          (a)  Suppression:   S-OADR
            (b)    Effects  of  threat  signals  in   operational
environment:   S-OADR
     (3)  Jamming:  S-OADR
     (4)  Deception:     S-OADR
     (5)  Overpressure:  S-OADR
J.   Sidelobe canceller techniques:
     (1)  Basic theory:  U
      (2)  Application to a specific military system or family of
systems:  C-OADR

07.  OPERATIONAL AND TACTICAL:

     A.   Seaborne tests and evaluation:
           (1)   Specific  operational test and  evaluation  data
shall  be  classified  following  topics  of  this  guide.   Data
revealing:
          (a)  Minor deficiencies: C (Declassify when corrected).
          (b)  Major deficiencies: S (Declassify when corrected).
          -1   Specific: S-OADR
          -2   General:  C-OADR

      B.    Logistics  and  support:   U (Unless  information  is
revealed  requiring classification by other topics of this  guide
for operational security purpose).
      C.    Tactics developed for operational use: C-OADR  unless
information  requiring a higher classification by this  guide  is
revealed.
     D.   Environment requirement and parameters: S-OADR
     E.   Objectives:
          (1)  Specific: S-OADR
           (2)   General: C     (Declassify 6 years after IOC  of
equipment involved).
          (3)  Tests:    S-OADR
      F.    Infrared deception and suppression related to  threat
systems in operational environment: TS-OADR

08.  HARDWARE:

      A.    Hardware  will be classified only  if  it  in  itself
reveals  classified  aspects of the system or  if  necessary  for
operational security purposes.

09.  OTHER:    Not applicable.

10.  BRIEF JUSTIFICATION:     Not applicable.

11.    SECONDARY   DISTRIBUTION:    U.S.   Government   and   its
contractors.

                                3
                                                    Enclosure (3)
                          UNCLASSIFIED

                                


<TABLE> <S> <C>

<ARTICLE> 5
       
<S>                             <C>
<PERIOD-TYPE>                   3-MOS
<FISCAL-YEAR-END>                          MAR-31-1998
<PERIOD-END>                               JUN-28-1997
<CASH>                                           1,100
<SECURITIES>                                         0
<RECEIVABLES>                                   15,224
<ALLOWANCES>                                         0
<INVENTORY>                                      1,479
<CURRENT-ASSETS>                                18,382
<PP&E>                                           9,729
<DEPRECIATION>                                   7,588
<TOTAL-ASSETS>                                  25,282
<CURRENT-LIABILITIES>                            8,835
<BONDS>                                          4,757
                                0
                                          0
<COMMON>                                           107
<OTHER-SE>                                      11,234
<TOTAL-LIABILITY-AND-EQUITY>                    25,282
<SALES>                                         18,510
<TOTAL-REVENUES>                                18,510
<CGS>                                           15,099
<TOTAL-COSTS>                                   15,099
<OTHER-EXPENSES>                                 2,375
<LOSS-PROVISION>                                     0
<INTEREST-EXPENSE>                                 109
<INCOME-PRETAX>                                    927
<INCOME-TAX>                                       362
<INCOME-CONTINUING>                                565
<DISCONTINUED>                                       0
<EXTRAORDINARY>                                      0
<CHANGES>                                            0
<NET-INCOME>                                       565
<EPS-PRIMARY>                                      .11
<EPS-DILUTED>                                      .11
        

</TABLE>


© 2022 IncJournal is not affiliated with or endorsed by the U.S. Securities and Exchange Commission